Loading...
HomeMy WebLinkAboutMINUTES - 09271977 - R 77L IN 1 THE BOARD OF SUPERVISORS MET IN ALL ITS CAP. "ITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 _N REGULAR SESSION AT 9 :00 A.M. , TUESDAY, SEPT BER 27, 1977 .174 ROOM 107 , COUNTY ADMINISTRATION BUI ' ING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. 14. Boggess , presi ng Supervisors 1J. C. Fanden, R. Schroder, E. H. Hasseltine. ABSENT: Supervisor J. P. Kenny. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Cle2 The following ,are the calends- prepared for Board consideration by the Clerk, Count Administrator and Public Works Director. a 0001 !� Va JAMES P.KENNY. RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS DISTRICT CONTRA COSTA COUNTY CHAIRMAN NANCY ROBE C.FAHDEN.MARTINEZ RT I.SCHRODER 2ND DISTRICT VICE CHAIRMAN ROBERT I.SCHRODER.LAFAYETTE AND FOR JAMES R.OLSSON.COUNTY CLERK 3RD DISTRICT - AND EX OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED 8Y THE KORO MRS.GERALOINE RUSSELL 4TH DISTRICT BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUIL CHIEF CLERK ERIC H.HASSELTINE.PITTSBURG - P.O.!OX 911 PHONE(415)372.2371 � 5TH DISTRICT MARTINEZ. CALIFORNIA 94553 TUESDAY SEPTEI,IBER 27, 1977 The Board will meet in all its apacities pursuant to Ordinance Code Sect. 24-2 .402 . 9 : 00 A.M. Call to order and opening ceremonies. Consider recommendations of the Publ' � Works Director. Consider recommendations of the Coun Administrator. Consider "Items Submitted to the Boal. 11 Consider recommendations and requeststof Board members. Consider recommendations of Board CoxnA ttees including Internal Operations Committee (Supery&sors E . H . Hasseltine and N. C. Fanden) on proposed application to State Department of Health Education. and Welfare for 1010 qualification of the County 's Prepaid Health Plan with the State . 9: 45 A.M. Executive Session (Government Code Section 54957.6) as required or recess . 10: 50 A.M. Time fixed to consider consummating purchase of real property located at 1127 and 1139 Escobar Street, Martinez, 'from The Chase Company for $97,000, said property being required for Civic Center Purposes . Hearings on recommendations of Planning Commission with respect to the following rezoning applications: 11: 00 A.M. Coleman & Isakson (applicant), 2095-HZ, Danville area; 11:05 A.M. Robert J. Costa & Associates, Inc. (applicant) , 2143-RZ, Danville area; and 11:10 A.M. Racy S. Taylor (applicant), 2124-RZ, Martinez/Vine Hill area. If the aforesaid applicatlons are approver as recommended, introduce ordinances, valve read' ;, and fix October 4, 1977 for adoption. ITENS ,SUM TO THE BOARD ITEMS 1 - 5: COMSEvr i. ADOPT resolution authorizing; Citta of Concord to perform inspection of buildings in connection with Krona Lana O7 annexation. 2. .FIX October 18, 1977 at 11:05 a.m. for hearing on recommendation of Planning Commission with respect to application of Nathan Hart (2135-RZ) to rezone land in the Danville area. 3. FIX October 25, 1977 at 10:50 a.m. for hearing, on recommendation of Planning Commission with respect to the ap lication of Ruben. Reimche (2139-RZ) to rezone land in We Oakley area. 4. ACCEPT as complete construction of private im ovements in Subdivi- sion 4927, Alamo area, and exonerate bonds. 1 J ©( fig Board of Supervisors ' Calendar, continued September 27, 1977 5 . DENY the claims of Yvonne L. Crail; Francis D. Eaton; Dorothy B. Bellani; Pacific Gas and Electric Company ' (D&C 26486F) , (D&C 26487F) , and (D&C 26488F) ; Joe Robinson; and the amended claim of Michael Medina. E Items 6 - 11: DETERMINATION (Staff recommendation shown ollow ng the item. ) 6. LETTER from State Solid Waste Management Board advising that it has assumed the role of solid waste enforcement agency for the County because an enforcement agency has not yet been designated, and asking if the County intends to pursue d4signation of a local enforcement agency . (Carry-over item) 7. MEMORANDUM from Director of Planning recomnzding refund of $35 parr: dedication fee paid by Mr. Charges Dicki son to secure building Permit . AUTHORIZE REFUND 8. LETTERS from Attorney Richard Rockwell requ ting that Mr. Dante J . Nomellini and Mr. Marvin W. Davis be app anted to the Boards of Trustees of Reclamation Districts No. 20*5 (Holland Tract) and 2059 (Bradford Island) , respectively, in accordance with provi- sions of Water Code Section 50741. APPROVE REQUEST 9. MEMORANDUM from Director, Human Resources Agency, indicating that no action is :required by the Board in connection with the letter from the Acting Executive Director, Napa Stat6 Hospital, soliciting nominees for appointment by the Governor to Napa State Hospital Advisory Boards for Developmentally Disabled and for Mentally Retarded. ACKNOWLEDGE RECEIPT 10. LETTER from President, Crockett Park and Recreation Association, certifying; that it will donate "$7500 plus" to County Service Area P-1 for renovation of the Crockett Conununity Auditorium to provide a community service center. ACKNOWLEDGE RECEIPT 11. LETTER from Chairman, Manpower Advisory Council, requesting that it be permitted in the future to become involved in the screening process far selection of the Manpower Director . REFER TO DIRECTOR, HUMAN RESOURCES AGENCY Item 12: INFORMATION (Copy of communication listed as i' 'ormation item has been furnished to all inter pted parties. ) 12. COPIES of County Health Department reports 4 its annual inspections . - of Juvenile Hall and Girls Center - Juverle Facilities , Persons addressing the Board shoul complete the form provided on the rostrum and furnish the Caerk with a written• copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) meets the 1st and 3rd Mondays of each month, 9: 00 a.m. , Room 108, County Administration Building, Martinez . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . )0003 OFFICE OF COUNTY ADMINISTRAiTOR CONTRA COSTA COUNTY Administration Building Martinez , California To: Board of Supervisors Subject: Recommended Actions September 27, 1977 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Additions and cancellations of positions as follows: Cost Department - Center Addition Cancellation Board of 0001 2 P. I. -- Supervisors Secretary to District 1#5 Member of Board of Supervisors (exempt) Civil 581 5 Appraiser-Aide -- Service 4 Clerk CETA Health 0450 3 Typist Clerk- - Project Medical 540 Licensed Services Vocational Nurse- Project (class only) 1 Licensed 1 Hospital. Attendant- Vocational Nurse- Project Project 2. Reallocate exempt class and positions as follows: Medical Staff Physician, Medical Staff Dentist, Medical Staff Optometrist, Medical Staff Podiatrist, Medical Staff Oral Surgeon; and Medical Staff Chief of Dental Services to Exempt ,Medical Staff Physician, Exempt Medical Staff Dentist, Exempt 'Medical Staff Optometrist, Exempt Medical Staff Podiatrist, Exempt Medical Staff Oral Surgeon and Exempt Medical Staff Chief of Dental Services. 3. Authorize appointment from eligible list of Stephen I . Morse in the class of Associate Environmental Engineer at the third step (;1, 827) of Salary Level 493 ($1,657-Y2 , 014) effective October 11, 1977, as requested by the Public Works Director and recommended by the Civil Service Commission. 00004 R a To: Board of Supervisors From: County Administrator Ke: Re-ommended Actions 9-27-77 Page: 2. II. TRAVw:L AUTHORIZATIONS 4. ILame and Destination Department and Date Meeting (a) Priscilla Estes Park, ' CO National Conference Ledesma, 10-31-77 to 11-6-77 on Parent Involvement Community Services Administration (b) Margaret Portland, OR National Association Richards, 10-3-77 to 10-7-77 of Home Health Agencies Health (c) Gloria Harmon, Chicago, IL American Speech and .Community 11-1-77 to 11-5-77 Hearing Association Services Conference Administration (federal funds) (d) John B. Clausen, Williamsburg, VA Annual NIMLO County Counsel 10-29-77 to 11-3 -77 Conference III. APPROPRIATION ADJUSTMENTS 5. Riverview Fire Protection District. Add $1,500 from district funds for land survey of future headquarters site. 6. Internal Adjustments. Changes not affecting totals for following budget units : Building Inspector (2) , Planning and Orinda Fire Protection District. IV. LIENS AND COLLECTIONS 7. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien and/or Judgments taken to guarantee repayment of the cost of services rendered by the County to Emilia Avila and A. L. , Maria, and Antonio Vellos, respectively, who have made repayment in full. V. CONTRACTS AND GRANTS 8. Authorize Chairman, Board of Supervisors, to execute and submit to Comriunity Services Administration a grant proposal in, .the amount_ of $142, 010 for continuation and expansion of the Emergency Energy Conservation Program administered by the County Office of Economic Opportunity during the period October 1, 1977 through March 31, 1978 . o Oncz i To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 3 . II. CONTRACTS AND GRANTS - continued 9. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) AEP Prepare EIR for $3,700* 9-28-77 to Associates Market Plaza Shopping 6-30-78 Center, Alamo * (paid by developer) (b) Interna- Social Service $30 7-12-77 tional staff training (one day only) Institute of Alameda County (c) Thomas J. Social Service $245 9-27-77 Broome staff training (one day only) (d) Maria Diaz Bilingual services to $3 , 204 9-12-77 to Head Start Speech 6-9-78 Pathologist (e) John Personnel testing $600 10-3-77 to Wallace, and evaluation 10-31-77 PhD. (f) Carquinez Third Year Community $3,950 7-1-77 to Women' s Club Development Program 6-30-78 Activity 1#40 (g) John H. Consultation services $7, 500* 9-1-77 to Owen for Health Department 6-30-78 Nutrition Project for the Elderly * (Federal Title VII funds provided by California Department of Aging) (h) Contra Costa Amend existing CETA $706,080 10-1-76 to . County Title I contract to (increase) 9-30-77 Superintend- increase payment limit ent of for summer work experience Schools program _ [fin 00006 P. 1 To: Board of Supervisors From: County Administrator Re: Recommended ,Actions 9-2.7:-77 Page: 4 . V. CONTRACTS AND GRANTS - continued - 9. Agency Purpose Amount 'Period (i) Neighborhood Amend• existing CETA . . $1,154 10-1-76 to House of Title I contract to (increase) 9-30-77 North increase payment limit Richmond, for additional class- Inc. room training services (j) State of Health Department $17,104* 10-3-77 to California participation in [cork 6-30-78 Employment Incentive (WIN) Program Development through Public Service Department Employment of three (3) Typist Clerk Trainees * (reimbursed to county) (k) State Continuation of Health -$96,219* 10-1-77 to Department Dept. Women, Infants 9-30-78 of Health and Children (WIC) Supplemental Food Program * (federal funds) (1) Neighbor- Head Start Program $8, 924 1-1-77 to Hood House contract amendment to 12-31-77 of North include additional grant Richmond, funds received for cost- Inc. of-living increases and additional services for Handicapped Children Bayo Vista $6,354- Tiny 6,354Tiny Tots Nursery School, Inc. - Martinez $4,011 Unified School Distri--t First Baptist n $5,253 Church o Pittsburg United Council " $7,248 of Soanish . . Speaking Organizations, Inc. Mt. Diablo Unified $6,414 �!l�F� School District g I OLIN k6J To: Board of Supervisors From: County Administrator Re: Recommendud Actions 9-27-77 Page: 5.. V. • - CONTRACTS AND GRANTS - continued 9. -Agency Purpose Amount Period (m) Mt. Diablo Continuation of $67 ,000 7-1777 to Rehabili- audiology consultation 6-30-78 " tation . . ,diagnostic and treat- Center ment services to County Medical Services ' patients 10. Authorize Director, Human Resources Agency, to execute Subgr<; nt Modification Agreements with various CETA Title VI subgrantees to provide for continuation of the subgrantees' Title VI Programs at the June 30, 1976 level for the period October 1, 1977 through September 30, 1978 . 11. Authorize Director, Human Resources Agency, or his designee, to nero :iate contracts and contract amendments with certain service providers under specified terms and conditions for subse-Tient consideration and approval by the Board. - VI. LEGISLATION None. VII . REAL ESTATE ACTIONS 12. Authorize Chairman, Board of Supervisors, to execute five- year lease renewal between County and Joseph. F. Buhlman et ux for premises at 816 Main Street, Martinez for continued occupancy by the Social Service Department. 13. Authorize Chairman, Board of Supervisors, to execute amendment to lease- dated ,May 19, 1970 between County and Luella B. Wyckoff for premises at 24 Goree Court, Martinez to adjust rental for continued use by the • Health Department. VIII.OTHER ACTIONS '14 . Authorize Chairman, Board of Supervisors , to execute documents approving the Annual Program Progress Review Report for the County Economic Opportunity Program for the period January 1, 1976 through June 30, 1977 , and submit said report to Community Services Administration and the State Office of Economic Opport• rn.ity. UU dQ To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 6 . VIII.OTHER ACTIONS - continued 14. Authorize and direct the County Auditor-Controller to submit a certification that criminal justice grant funds for local law enforcement expenditures are not being supplanted to the State Office of Criminal Justice Planning. 15. Acknowledge receipt of the 1977-1578 Overall Economic Development Program Progress Report as adopted by the OEDP Committee and authorize submittal of Report to Regional Office of Economic Development Administration prior to October. l, - 1977 . 16. Consider request for amendment of the County Cardroom Ordinance to allow the games of lowball and panguingue. 17. Consider authorizing the County Health Officer to submit . to the State Department of Health a funding application in the amount of $15, 000 for the period October 1, 1977 through July 31, 1978 to. implement a project for coordinating hypertension activities within the County through a Hypertension Coordinating Council (100% federal funds) . 18. Authorize Director of Personnel and County Auditor-Controller to- make pal-meat of one time $15 amount to certain classi fications comparable to those receiving said item pursuant to terms of a Memorandum of Understanding. + y 19. Adopt resolution effective.-Oetober x.,...1.97,7._ 'oviding for adjustment.'of . certain..mana ement cl fiGatitakin g . --ss - ons . g :.: into account .the, .special compensate adjustments-negotiated by employee: organs zations: - - 20.' Acknowledge- receipt - of- report from ze County Administrator. on .6 my aaliinistered federal gran programs. - 21: Acknowledge receipt of letter from ` aunty Administrator submitting comments• on., he- -recomme tions'--ot- the-'19T6-1-977 Grand Jury, 22. Refer to Finance Committee for reviF reauest of Human Resources Director that --he MedicareHASO be expanded to ificlude non Aiedi-Cal patients, that ' premium therefor be established, and that other implemer :ing administrative actions be taken.. DEADLINE FOR AGENDA ITF14S: WED. ESD 12 NOON �� : >f ._ v CONTRA COSTA COUNTY UBLIl� C WORKS DEPARTMEI Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJBCT: Public Works Extra Business for Septwber. 27 1977 REPORTS Report A. ENERGY CONSERVATION REPORT A status repbrt on energy conservation eff ts is submitted for Board information. SUPERVISORIAL DISTRICTS III & Item 1. TRAFFIC SIGNAL PROJECT - APPROVE ADDENDUM Orinda, Danville, San Ramon and West Pittsburg Areas It is recommended that the Board of Supers approve and concur in the Public Works Director's issuance of A�;;,�rulum No. 1 to the Speci- fications for the Traffic Signal and Highway Flashing Beacon Project. This Addendum clarifies the design of the electrical circuits per- taining to the Railroad preemption unit that will be installed at the intersection of Sycamore Valley Road and Camino Ramon in Danville. It will not change the bid quantities nor change the Engineer's esti- mated construction cost. Bids will be received on October 13, 1977. It was necessary to issue the Addendum prior to Board approval in order to provide the plan holders sufficient time for consideration of the change. All plan holders have been notified. (RE: Project No. 0961-4380-925-77) (TO) - EXTRA BUSINESS Public Works Department. Page cz� Seo 27, 1977 u010 i RECEIVEDPUBLIC WORKS DEPARTMENT S c = 7 177 CONTRA COSTA COUNTY J. R. OLSSON CLERK BOARD O, SUPERVISORS Date: S tember 27, 1977 CONTRA COSTA CO. B .— T.. .. �-�..........._...Duou o: Board of Supervisors From: Vernon L. Cline, Public Works Director �jr V EXTRA BUSINESS - REPORT "A" Subject: Report on status of energy Conservation measures within County government operations. This report is made in response to the Board of Supervisors' request of September 20, 1977, for a report regarding current efforts toward conserving energy in County government operations. As noted in the report to the Board, dated July 19, 1977, we have made very good progress, resulting in savings of 10 to 30 percent, over the past four years, merely by adjusting hours of operation, frequency of maintenance and temperature settings.. . Although the department is continually monitoring the air handling equipment and operations, it is felt that most of the significant savings have been accomplished within the parameters of adjustment and maintenance. As noted in t`i-- jaw- 19 report, most further savings can be accomplished only through the e%q?exliture of significant sums of money, such as for reflective roof and window coatings, insulation; and major changes in air handling equipment. We are pursuing several of these at the present time, and trying to evaluate each in terms of cost vs. savings. 1. This year we regt:ested, and the Board approved, a budget item for $35,000 for economizer equipment. for' the Richmond Health and Medical Clinic Building. This equipment will allow the air handling system to recirculate a portion of the air rather than using all outside air as at the present time, thus reducing the energy needed to raring the outside air to proper temperature. This expenditure should make a very significant improvement to both the energy conservation and operation of this building. 2. We have had several meetings with Honeywell, Robertshaw arra a firm that utilizes TBM equipment regarding the installation of a computerized control system which would monitor the air handling functions and energy usage in all the County civic center buildkngs. Several other public agencies have installed this equip- ment with remarkable results in terms of energy conservation; however, our opinion is that a major portion of the savings could have been accomplished by adjustment of temperature settings, time clock controls and improved maintenance such as we have obtained, without the computer control. The one proposal which we have received for the computer system included fire monitoring as well as air handling and pear peer load control fcr the Assessor's 00011 Microfilmed with board order f� .Ir ' Board of Supervisors -2- September 26, 1977 Building, Health Building, Administration Building, including North Wing, Courts Building and Finance Building. The cost estimate of $406,000 is for a computer system which is wired to control all the buildings from a single control console. We do not agree with the figures in the proposal regarding energy savings and payback period and are therefore doing some further investi- gation and revision to the figures. It would appear that the energy savings alone would not justify a capital outiay of this magnitude, but we- are con- tinuing to review alternatives. 3. We are investigating the merits of changing from mercury vapor to sodium vapor street lights. Plany public agencies are requiring sodium vapor for all new installations and some are converting existing mercury systems to Fodium. The sodium lights are beginning to appear at various locations in Conga Costa County,- notably around the Walnut Creek BART station and along a few streets in Concord and Walnut Creek. The sodium lamps are easily distinguished by the "peach" colored light they produce. Sodium lights require 25 to 50 percent less energy, depending on size and type, and may therefore be an answer to our problems with rapidly irh::easing tax rates for lighting. We plan to have an agenda item ready in the near future to request the Board of Supervisors to waive the provisions of the ordinance code requiring mercury vapor street lights, so as to allow the " test installation of sodium vapor lights in a couple of subdivisions in order to measure public reaction arra acceptance of the change. 4. We have atterLed several i-,ee-cings related to solar energy in an effort to keep abreast of this rapidly advancing technology. At the present time, the cost of solar heating and cooling in a new building is very high and conversion of existing buildings is prohibitive, even though the energy savings can be remark- able. For instance, the City of Santa Clara has a two-year-old recreation center (27,000 square feet) which uses solar Energy for heating and cooling. The energy savings is about 80 percent, but the installation cost about a million dollars and could only be justified because over half of the cost was funded through federal grants. 5. Ile have rrst with P.G.&E. officials regarding rate structures and changes which could be effected to reduce the cost of our energy. JNba:fa Microfilmed w?th board order CONTRA COSTA COUNTY ' PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors ' FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for September 27 , 1977 REPORTS Report A. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 5 - ANNEXATION BAN - Port Costa Area On August 2, 1977, the Board of Supervisors, as ex officio Govern- ing 'Board for° Contra Costa- County Sanitation- District-No. • 5•, referred to the Public Works Director a request from the Citizens ' Advisory Committee for District No. 5 regarding the banning of further annexations to the District. All annexations to the Dis- trict must first go through the Local Agency Formation Commission and then the Board of Supervisors. Both entities have the discre- tion to deny any annexation request. The County Counsel' s Office has determined that there is no legal objection to the Board adopting a Resolution stating a policy not to view favorably any further District No. 5 annexation requests until current problems with regard to violation of the Water Pollu- tion Control Act Amendments of 1972 are resolved. It is recommended that the Board of Supervisors adopt a Resolution supporting the policy described above, and that a copy of the Reso- lution be forwarded to the San Francisco Regional Water Quality Control Board. (EC) SUPERVISORIAL DISTRICT I No Items SUPERVISORIAL DISTRICT II Item 1. COUNTY SERVICE AREA M-17 - APPROVE PLANS AND ADVERTISE• FOR BIDS - San Pablo Area It is recommended that the Board of Supervisors approve the plans and specifications and the construction cost •estimate for Montara- bay Recreation Center at Bayview Park (County Service Area M-17) , San Pablo area, and direct its Clerk to advertise for construction bids to be received until 2 : 00 p.m. , on October 27, 1977. (continued on next page) A G E N D A Public Works Department Page 1 of 15 n September 27, 1977 A Item 1 Continued: Preparation of plans and specifications was by Barbachano & Asso- ciates, Architects, E1 Cerrito, California. The Architect's cost estimate for the base bids is $192,000. - The plans and specifications have been reviewed by the M-17 Service Area Advisory Committee and the Public Works Department. A Negative Declaration pertaining to this project was posted. and no . protests were received. The project has been determined to be in conformance with the General Plan. It is further recommended that the Board of Supervisors determine that this project will not have a significant effect on the environment and instruct the Director of Planning to file a Notice of Determination with the County Clerk. (RE: Work Order No. 5220-927) (B&G) Item 2. CENTER "AVENUE - APPROVE EXCHANGE OF PROPERTY - Pacheco Area It is recommended that the Board of Supervisors: A. Accept the Grant Deed and Right of Way Contract, dated Septem- ber 1, 1977, from First Baptist Church, Pacheco, and authorize the Public Works Director to sign said Contract on behalf of the County. B. Authorize the Board Chairman to execute a Deed to First Baptist Church, Pacheco, conveying excess County property in exchange for the property acquired by the above Deed. (RE: Project No. 3471-4342-663-76) (RP) Item 3. WESTERN CONTRA COSTA COUNTY TRANSIT AUTHORITY (WCCCTA) - APPROVE AGREEMENT - West County Area On June 24 , 1975, the County entered intoa Joint .Exerclse of .Powers Agreement with the Cities of Pinole and Hercules to create the WCCCTA for the purpose of a study of existing transit service and needs and also to examine the feasibility of providing public transit service in West Contra Costa County. The study is now substantially completed with a recommendation from the Western Contra Costa County Transit authority that, initially, a fixed route public transportation service be Limplemented by con- tract with Alameda-Contra Costa Transit District. The fixed route service is to be supplemented by a route deviation feeder to the fixed route in the Crockett-Rodeo area. Additionally, one specially (Continued on next page) P_ G E N D At Public Works Department Page 2 of 15 00, 014 September 27, 1977 Item 3 Continued: equipped van will be operated in a demand-responsive mode for the elderly and handicapped for the entire service area. It is recommended that the Board enter into a new .Joint Exercise of Powers Agreement with the two cities to implement transit service. This new Joint Exercise of Powers Agreement reorganizes the WCCCTA Board as a seven-member Board, of which three will be County appoint- ees and two each from the Cities of Hercules and Pinole. The new Board will have the power to: A. Enter into contracts to provide the service. B. Own and operate a public transportation system. C. Receive and utilize all forms of federal, state and other-" Y grants. _D. Accomplish other work necessary to provide a public transit system. The Service Area and the proposed transit system are in response to and conform with the Board of Supervisors ' instructions as stated at its Transit Workshop on May 10, 1977, and the Board's Local Transit Policy (Resolution No. 76/319) . The precise amount of the County's participation in the transit system will be presented to the Board at a later date after the transit ser- vice design has been finalized. Current estimate of the County's share of the cost for the next two years is $35 , 000 per year. Funds are included in the 1977-78 Public Works Department budget. The Cities of Hercules . and .Pinole have already approved the new Agreement. and are funding a commensurate amount of the combined "local" share. This local money will allow, through local match, the use of federal and state grants. A Negative Declaration prepared for the project was posted on Septem- ber 1, 1977, with no protests received. The project has been designed to conform with the County General Plan. It is recommended that the Board: 1. Determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a Notice of Determination with the County Clerk. 2. Authorize the Chairman of the Board of Supervisors to execute the Joint Exercise of Powers Agreement on behalf of Contra Costa County. (Continued on next page) A G E N D A Public Worcs Department Page 3 of 15 September 27, 1977 0001j pal0 Item 3 Continued: 3. Instruct the Clerk of the Board to post and publicize Notice of Vacancies to the WCCCTA Board of Directors. (NOTE TO CLERK OF THE BOARD) : Please return 2 certified copies of the executed Agreement to the Public Works Department for distribution to the cities) . (TP) SUPERVISORIAL DISTRICTS II AND V Item 4. MISCELLANEOUS STOR14 DRAINS - APPROVE PLANTS FIND ADVERTISE FOR BIDS - Crockett, El Sobrante and Alamo Areas It is recommended that the Board of Supervisors approve plans and specifications.-for the -Miscellaneous Storm Drains Project, and .adver tise for bids to be received in twenty-three days and opened at 2:00 p.m. , on October 20 , 1977 . The Engineer' s estimated construction cost is $593,000. It is further recommended that the Board of Supervisors determine that theproject will not have a significant effect on the environ- ment, and direct the Director of Planning to file a Notice of Deter- mination with the County Clerk. The project is located on various streets in Crockett, on Canyon Road and Valley Lane in El Sobrante, and on Danvill<.- Boulevard and Hemme Avenue near Alamo. The project consists of installing approximately 7300 linear feet of 15-inch to 42-inch diameter storm drain pipe with appurtenant structures. The project is being funded by a grant from the U. S. Department of Commerce, Economic Development Administration. A Negative Declaration pertaining to this project was posted on November 30, 1976, with no protests received. The project has been determined to conform with the General Plan. (RE: Project No. 4390-0925-77) (FCD&P) SUPERVISORIAL DISTRICT III Itett 5. COUNTY SERVICE AREA R-8 - PUBLISH NOTICE OF INTENTION - Walnut Creek Area it is recommended that the Board of Supervisors approve and authorize publication of a Notice of Intention to purchase from the Mutual In- vestment Company all of Assessor' s Parcels Nos. 139-110-004 and 139- 130-012, consisting of 3.43 acres, for a purchase price of $25,500, and set November. 1,_ 1977 , at 10:55 a.m. , as the date the Board will meet to consider the proposed acquisition. (Continued on next page) P_ G E N D A Public Works Department Page 4 of 1500016September 27, 1977 Item 5 continued: This property is being acquired for the Shell Ridge Open Space and in accordance with the provisions of the City of Walnut Creek and County Agreement dated September 17, 1974 . : The cost of this acquisition will be financed from the proceeds of the sale of the $6 ,750, 000 1974 Park and Open Space Bonds previously authorized by this Board for County Service Area R-8. Environmental and planning considerations for the above have been complied with. (SAC) Item 6. OAK ROAD WIDENING - APPROVE RELOCATION PAYMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the relocation- assistance claim, dated August 15, 1977, from Joyce Rhines, for relo- cation expenses, and authorize the Principal Real Property Agent to sign the claim form on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant in the amount of $500, payable to Joyce Rhines, and deliver it to the Real Property Division for payment. (RE: Project No. 4054-4189-663-74) (RP) . "tem 7. MORAGA WAY : ACCEPT CONTRACT - Orinda Area The work performed under the contract for shoulder widening and as- phalt concrete overlay on Moraga Way, between Overhill Road and Glorietta Boulevard, was completed by the contractor, Ransome Company of Emeryville, on August 25 , 1977 , in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $148, 000. It is recommended that the Board of Supervisors accept the work as complete as of August 25 , 1977. The work was completed within the allotted contract time limit. (RE: Project No. 0961-4277-661-76) (C) Item 8. CREST AVENUE - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2379 be approved as follows: (Continued on next page) A G E N D A (�fir��s.. Public Works Department Page 5 of 15 �.. 0 September 27, 1977 r Item 8 continued: Pursuant to Section 22507 of the California Vehicle Code, parking -is- hereby declared to be prohibited at all times on the north side of CREST AVENUE (#4147H), Walnut Creek , beginning at a point 51 feet west of the center line of South Main Street and extending westerly a distance of 286 feet. (TO) Item 9. G=N VIEW DRIVE AND GLEN HAVEN AVENUE - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2374 and 2375 be approved as follows: Traffic Resolution No. 2374 Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling southerly on GLEN VIEW DRIVE (n4147D) , Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. Traffic Resolution No. 2375 Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling on GLEN HAVEN AVENUE (#4147E) , Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. (TO) Item 10. -ELENA DRIVE - ELENA COURT - JUANA COURT - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2368 through 2373 be approved and that parking be prohibited between the hours of 7 : 00 a.m. to 9:00 a.m. (Saturdays , Sundays and holidays excepted) on: ELENA DRIVE (both sides of street) ELENA COURT (both sides of street) JUANA COURT (both sides of street) Traffic Resolution No. 236$ Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the n 1!! (continued on next page) A G E N D A V PublicSeptWQ�b kser 2Dl epr tent V�Ii�� Page 6 of 15 7 i Item 10 continued: hours of 7 :00 a.m. to 9: 00 a.m. (Saturdays, Sundays and holidays excepted) on the east .side of ELENA DRIVE (#4057C), Walnut Creek, beginning at a. point 46 feet north of the center line of Las Juntas Way and extending northerly a distance of 865 feet. . Traffic Resolution No. 2369 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to. be prohibited between the hours . of 7: 00 a.m. to 9: 00 a•.m. , (Saturdays-, ' Sundays and .holidays excepted) on the-west side of ELENA DRIVE ( ','4057C), Walnut Creek, beginning at a point 46 feet north of the center line of Las Juntas Way and extending northerly a distance of 865 feet. Traffic Resolution No. 2370 Pursuant to Section 2250.7 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7 :00, a.m. to 9 :00 a.m. (Saturdays, Sundays and holidays excepted) on the north side of ELENA COURT (r4057D), Walnut Creek, beginning at a point 40 feet west of the center line of Elena Drive and 'ex tending westerly a distance of 475 feet. Traffic Resolution No. 2371 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7 :00 a.m. to 9 :00 a.m. (Saturdays, Sundays and holidays excepted) on the south side of ELENA COURT (04057D), Walnut Creek, beginning at a point 40 feet west of the center line of Elena Drive and ex- tending westerly a distance of 475 feet. Traffic Resolution No. 2372 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours- 0-f -7 : 00 a.m. to 9 :00 A.m'. (Saturdays, - Sundays and holidays excepted) on the south side of JUANA COURT (#4057AF), Walnut Creek, beg-*nning at a point 41 feet west of the center line of Elena Drive and extending westerly a distance of 465 feet. Traffic Resolution No. 2373 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hours of 7 : 00 a.m. to 9 :00 a.m. (Saturdays, Sundays and holidays excepted) on the north side of (� (� (continued on next page) A G E N D A 00019 Public Works 27ep19rtment Page 7 of 15 September Item 10 continued: JUANA COURT Creek, beginning at a point 41 feet west of the center line of Elena Drive and extending westerly a distance of 465 feet. (TO) SUPERVISORIAL DISTRICT IV Item 11. PINE CREEK - ACCEPT DEED - Concord Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, accept a Grant Deed and Right of Way Contract, dated September 14, 1977 , from Michael W. Erb, and author- ize the Public Works Director to sign said Contract on behalf -of the District. It is further recommended that the County Auditor be authorized to draw a warrant, in the amount of $40,000 , payable to Western Title Insurance Company, Escrow No. M-310555-LC. Said payment is for 10,000 square feet of apartment zoned land and improvements, con sisting of a 25-year old, 1300 sq. ft. , 3-bedroom house, double garage, landscaping and fencing. (RE: Work Order 8692-7520) (RP) SUPERVISORIAL DISTRICT V Item 12. ASSESSMENT DISTRICT 1964-3 - SEGREGATE ASSESSMENTS - San Ramon Area The Public Works Department has been notified by the Auditor-Controller that the parcels of land comprising Assessments 33C, 37B and 38D upon which there are unpaid assessments on bonds issued under the Improvement Bond Act of 1915, Assessment District 1964-3 , must be segregated into several parcels. Procedures for this segregation are pursuant to Sections 8730 to 8734 of the Streets and Highways code. It is recommended that the Board of Supervisors authorize the Public Works Director, ex officio Street Superintendent, to file with the Clerk of the Board, amended assessments for Assessment Nos. 33C, 37B •and 38D, segregating and apportioning the unpaid installments of the original assessments in accordance with the benefits to the several parts of the original parcels, and to apply a fee of $160. 00 per parcel in accordance with Board of Supervisors Resolution No. 69/567. (LD) A G E N D A Public Works Department Page 8 of 15 September 27, 1977 00020 N Item 13 . ASSESSMENT DISTRICT 1969-1 - SEGREGATE ASSESSMENTS - Alamo Area The Public Works Department has been notified by the Auditor-Con- troller that the parcels of land comprising Assessment Nos. 15-A-7 and 15-A-8 upon which there are unpaid assessments. on bonds issued under the Improvement Bond Act of 1915, Assessment District 1969-1, must be segregated into separate parcels. Procedures for this secregation are pursuant to Sections 8730 to 8734 of the Streets and Highways Code. It is recommended that the Board of Supervisors authorize the Public Works Director, ex officio Street Superintendent, to file with the Clerk of the Board, amended assessments for Assessment Nos. 15-A-7 and 15-A-8, segregating and apportioning the unpaid installments of the original assessment in accordance with the .-:benefits to the several parts of the original parcel, and to apply a fee of $160. 00 per parcel in accordance--with -Board of Supervisors ' Resolution No. 69/567. (RE: Assessor' s Parcel Nos. 193-482-011 and 012) (LD) Item 14 . SUBDIVISION MS 2-76 - APPROVE AGREEMENT - Knightsen Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Gerald W. Marshall, et al. , and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision 'MS 2-76 as required by the Planning Commission. owner: Gerald Marshall Route 1, Box 131-D Brentwood, California 94513 Location: Fronts for 275 feet on the east side of Eden Plains Road, about 1600 feet south of Sunset Road. (RE: Assessor' s Parcel No. 015-260-004) (LD) A G E N D APu nc� blic Works Department Page 9 of 15 00021 September 27, 1977 Y � 1 Item 15. SUBDIVISION 4931 - APPROVE MAP AND AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve the Final Map and Subdivision Agreement for Subdivision 4931. _ Subdivider: Treetops Unlimited c/o Pacific Scene, Inc. 2505 Congress Street �'- ►, San Diego, CA 92110 Location: Subdivision 4931 is located on the northwest corner of the intersection of Broadmoor Drive and Montevideo Drive. (LD) Item 16. SUBDIVISION 3844 - ACCEPT SUBDIVISION - San Ramon Area It is recommended that the Board of Supervisors : 1. Issue an Order stating that the construction of improvements in Subdivision 3844 has been satisfactorily completed. 2. Accept as County roads those streets which are shown and dedi- cated for public use on the map of Subdivision 3844 filed July 10, 1973 in Book 159 of Maps at page 1. o Subdivider: Imperial Savings and Loan Association 1849 Willow Pass Road Concord, -CA 94520 - Location: Subdivision 3844 is located west of Alcosta Boulevard on E1 Suyo Drive, in the San Ramon area. (LD) Item 17. BROADMOOR DRIVE - MULTI-WAY STOP SIGN REGULATIONS - San Ramon Area At the request of local citizens, it is recommended that Traffic Resolutions Nos . 2376 , 2'377 and 2378 be approved as follows : Traffic Resolution No. 2376 Pursuant to Section 22101 (b) of the California Vehicle Code, the intersection of BROADMOOR DRIVL (#5503) and WESTCHESTER DRIVE (#5205AT) , San Ramon, is hereby declared to be a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Traffic Resolution No. 2377 Pursuant to Section 22101 (b) of the California Vehicle Code, the intersection of BROADMOOR DRIVE (=5503) and NORTHLAND AVENUE (n5305Q) , San Ramon, is hereby declared to be a three-way stop -intersection and all. vehicles shall stop before entering or crossing said intersection. (continued on next page) A G E N D A Public Works Department Page 10 of 15 September 27, 1977 00022 item 17 continued: r Traffic Resolution No. 2378 Pursuant to Section 21101 (b) of the California Vehicle Code, the southerly intersection of BROADMOOR DRIVE (#5503) and BELLE MEADE DRIVE (n53.05J) , San Ramon, is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. The above three intersections do not meet the County's criteria for the installation of multi-way stop signs . The installation of these stop signs on Broadmoor Drive are recommended for a six- month trial period. The Public Works Department will monitor these three intersections to determine the effects of the stop signs. (TO) Item 18. MARSH CREEK ROAD BRIDGE - APPROVE- AGREEMENT - Brentwood Area It is recommended that the Board of Supervisors approve and autho- rize its Chairman to execute Supplement No. 4 to County-State Master Agreement No. 04-5928 . The Supplement provides for the extension of the time limit for the expenditure of Federal-Aid Secondary (FAS) funds for the Marsh Creek Road Bridge replacement (east of Deer Valley Road) and the accumu- lation of available balances from previous FAS .apportionments . The bridge construction is planned foz the Spring of 1978. (RE: Project No. 3971-4301-661-76) (RD) GENERAL Item 19 . RECONLMENDATIONS ON AWARD OF CONTRACTS The Pub]Lic Works Director will present recommendations on the award of contracts for which he has received bids . (AIw) Item 20. DETENTION FACILITY SITE - APPROVE CONTRACT - Martinez Area It is recommended that the Board of Supervisors approve the Right of Way Contract dated August 5, 1977, from the United States Postal Service and authorize Mr. Vernon L. Cline, Public Works Director, to sign said Contract on behalf of the County. (continued on next page) A_ G E N D A Public Works Department Page 11 of 15 �V� aG� September 27, 1977 16 6 wo I 1h y Item 20 continued: The Contra::t calls for the Postal Service to deed to the City or Martinez, a small amount of right of way along Court Street in exchange for the County replacing and relocating miscellaneous yard improvements in connection with the Detention Facility Pro- ject. (RE: Work Order 5323-658) (RP) Item 21. FLOOD CONTROL BUILDING ADDITION - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve the plans and specifications for the Flood Control Building Addition and direct its Clerk to advertise for construction bids to be received until 2:00 p.m. on Thursday, October 27, 1977 . The estimated construction contract amount is $334 ,000 . This is an Economic Development Administration-Local Public Works Act project with federal grant funding. A Negative Declaration pertaining to this project was posted and no protests were received. This project has been determined to conform to the General Plan. It is further recommended that the Board of Supervisors determine that the project will not have a significant effect on the environment and instruct the Director of Planning to file a Notice of Determination with the County Clerk. (RE: 4405-4051) (B&G) Item 22. JUVENILE HALL - AWARD CONTRACT -- Martinez Area On June 14, 1977, bids were scheduled to be received by the Board of Supervisors for the Juvenile Hall Personal Security System. Since no bids were received, the Board of Supervisars- .authorized, the Public Works Director to negotiate a contract for the Persona'. Security System. It is recommended that the Board award the' contract, base bid and alternates 1, 2, 3 and 4 , in the amount of $26 . 730 , to Lloyd F. McKinney Associates, Inc. , San Leandro, and authorize the Public Works Director to execute the contract. (RE: 0115-4138) (B&G) A G E N D A 00024 Public Works Department Page 12 of 15 September 27, 1977 4 r3 Item 23. SHERIFF'S REHABILITATION CENTER - APPROVE AGREEMENT - Clayton Area it is -ecommer_ded that the Board of Supervisors approve the Consult- ing Services Agreement with Woodward-Clyde Consultants, 2730 Adel=r_e Street, Oakland, California, and authorize the Public Works Director to execute the Agreement. These services are needed to supplement the County effort to comply with the Economic Development Agency grant conditions for the kitchen/ ,ining ha�ll .construction. These consultants are special- ists in z,7oil testing and seismic design. This Agreement provides for a maximum payment to the Consultant in the amoui of $3, 000, which amount shall not be exceeded without further written authorization by the Public Works Director. (RE: 4050-2310-A10-WB9998) (B&G) Item 24. CIVIC CENTER IMPROVEMENTS - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for mechanical and safety alterations, Civic Center Improvements, Martinez, California, and authorize its Clerk to advertise for construction bids to be received until 2 :00 p.m. on Thursday, October 20, 1977. The. Engineer' s estimated construction cost is $28,500 . This is an Economic Development Administration-Local Public Works Act project .with federal grant funding. This project is considered exempt from Environmental Impact Report requirements as a Class 1A Categorical Exemption under County Guide- lines . It is recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: 4050-2310-A10-WB5996) (B&G) Item 25. DETENTION FACILITY - AUTHORIZE AGREEMENT - Martinez Area _ It is recommended that the Board of Supervisors authorize the Public Works Director to execute a Consulting Services Agre'ament with J.M. Nelson, Martinez, California, for plan review and construction super- vision on the new Contra Costa County Detention Facility. Maximum payment shall not exceed $25, 000 without written authorization of. the Public works Director. (RE: Work Order 5269-926) (DFP) A G E N D A Public Works Department Page 13 of 15 00025) September 27, 1977 OL e Item 26. CITY-COUNTY THOROUGHFARE PROJECT PRIORITIES (1977-1979) - APPROVE PRIORITY LIST The City-County Engineering Advisory Committee has propounded and recommended a priority list of City-County Thoroughfare Projects for 1977-1979. The "Recommended City-County Thoroughfare Projects Priorities 1977- 1979" was approved by the Contra Costa County Mayors ' Conference at their July 7, 1977 meeting and unanimously approved by the Contra Costa County Transportation Advisory Committee at their meeting of November 18, 1976. It is recommended that the Board of Supervisors approve the 1977- 1979 priority list. A copy is on file with the Clerk of the Board. (TP) Item 27. VARIOUS SUBDIVISIONS - DETERMINATION OF UTILITY EASEMENT RIGHTS It is recommended that the Board of Supervisors make a determination that the division and development of the properties described below in the manner set forth on the respective Parcel Maps will not un- reasonably interfere with the free and complete exercise of the public utility rights of way or easements . . This determination is necessary to allow the filing of the respective Parcel Maps without the signatures of the public utilities or entities involved. Subdivision MS 59-77 Owner: Calvary Baptist Church 3201 Stanley Boulevard Lafayette, CA 94549 Location: Subdivision MS 59-77 is located for 82 feet on the south side of Stanley Boulevard and on both sides of Camino Diablo for 160 feet south of Stanley Boulevard on the easterly side, and for 460 feet on the westerly side and for 153 feet on the north side of Nogales Street, in the Lafayette area. Subdivision MS 73-77- Owner: Frank Beede, et al 106 East 6th Street Antioch, CA 94509 Location: Subdivision AS.S 73-77 fronts for approximately 260 feet on the north side of a private road, 660 west of Empire Avenue. Said private road is immediately west of the Cypress Road intersection with Empire ?.venue, in the Oakley area. (continued on next page) A_ G E N D A Public Works Department Page 14 of 15 0002t) September 27, 1977 ti � x, Item 27 continued: Subdivision I-IS 83-77 Owner: John W. Rouse 12 Dolores Way Orinda, CA 94563 Location: Subdivision MS 83-77 is located for 130 feet on the south side of Dolores Way, approximately 600 feet west of Donna Maria Way, in the Orinda area. (LD) Item 28. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors : A. Accept the following instrument: No. Instrument Date Grantor Reference 1. Corporation Grant 9-6-77 Architectural D.P. 3004-77 Deed Glass and Alum- in,,Lm Co. , Inc. , a Calif. Corp. B. Accept the following instrument for recording only: 1. Offer of Dedication 8-30-77 Marion_ McKeown, Sub. 4997 for Drainage Purposes et al (LD) Item 29 . CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings. " B. The Delta Water Quality Report is submitted for the Board of r Supervisors' information and public distribution. No action required. C. Memorandum Report on Water Agency Activities. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion becomes lengthy and interferes with consid-ration of other calendar items. A GPage 15 Aof 15 0Ull2 � Public Department 27, 19 r i I Prepared by Chief Engineer of the Contra Costa County Water Agency September 20, 1977 y CALENDAR OF WATER MEETINGS TIME ATTENDANCE DATE DAY SPONSOR PLACE REMARKS Recommended Authorizatic Oct 11 Tues. Department 7:00 p.m. Public Hearing-- Staff of Water Board of Proposed Operational Resources Directors' Rm. Criteria for the State Los Angeles Water Project--Dec. 1, 1977 to Dec. 31, 1978 Oct 12 Wed. American Assn. 7:30 p.m. Presentation--Delta Port of University Pleasant Hill Water Quality and Women Park and Rec. the Peripheral Canal Building Oct 12 Wed. California 9:30 a.m. Public Hearing-- Staff Legislature. Hilton Hotel Practices and Policies Senate Comm. Fresno of the U.S. Bureau of on Agriculture Reclamation and Water Resources Oct 13 Thurs. Department 7:00 p.m. Public Hearing-- Staff, of Water Room 1194 Proposed Operational Resources 455 Golden Gate Criteria for the State Avenue Water Project--Dec. 1, San Francisco 1977 to Dec. 31, 1978 Oct 14 Fri. Department 10:00 a.m. Public Hearing-- Staff of Water Room 102 Proposed Operational Resources 1020 "N" Street Criteria for the State Sacramento Water Project--Dec. 1, 1977 to Dec. 31, 1978 00028 � A Contracts, Agreements, or other documents approved by the Hoard this day are microfilmed with the order except in those instances where s_ the clerk was not furnished with the documents prior to' the .time when the minutes were micro filmed. In such cases, when the documents are received they will be placed in the appropriate file (to be microfilmed at a later time) . : 0 !)29 y In the Board of Supervisors of Contra Costa County, State of California September 27 ___, 19177 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by referen—ce incorporated herein, are APPROVED. PASSED by the Board on September 27 , 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this27thday of September 19 77 J. R. OLSSON, Clerk BYc2s�2�j �-� c�m� , Deputy Clerk Jamie L. Johnson 0003!0 H-24 3/76 15m P O S I T I O N ADJUSTMENT R E Q U E S T No: Department Board of Supervisors Budget Unit 0001 Date 9-13-77 District #5 Action Requested: Create (2) permanent intermittent positions of Secretary to rlember of Board of Supervisors (exempt) Proposed effective date: ASAP Explain why adjustment is needed: Provide for staffing of Danville office on a continuing k-a-sis Estimated icost of Rjustment: Amount: J 1 . Sa}laries and wages: $ 1,850 2. Fixed Assets- (tist . temps and cos-t) Estimated total $ 1, 50 Signature Department Head supervisor, ad.st. r, Initial Determination of County Administrator Date: September f3,, 77 To Civil Service: Request recommendation. ® County Adminis Personnel Office and/or Civil Service Commission Date: September 21, 1977 Classification and Pay Recommendation Classify (2) Permanent Intermittent positions of Secretary to Member of Board of Supervisors on an Exempt basis. Duties and responsibilities to be assigned justify classification as Secretary to Member- of emberof Board of Supervisors. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding (2) Permanent intermittent Exempt positions of Secretary to Member of Board of Supervisors, Salary Level 331 (1011-1229) . Assistant Personnel.,6 rector Recommendation of County Administrator // Date: September 26, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 28, 1977. k F County Administrator i Ac-icn of the Board of Supervisors Adjustment APPROVED on SEP 27 1977 J. R. OLSSON, County Clerk Date: S E P 13 7 1977 By: --41 w eA Jamie L. John nj Deputy Clerk APPROVAL oa -t/ti-5 adjustment const, ,&Ltez mi App,%oiar�c.atiou Adjus.ttne;rt and Pv�„sonnee RCdo.&ltCon Amenchient. NOTE: Top section and reverse side of form mus.. be completed and supplemented, schen appropriate, by an organization chart depicting the section or office affected. P 300 N347) (Rev. 11/70) 00031 POS I T I ON ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 54o Date 5/3/77 Action Requested: Establish Licensed Vocatioaal Nurse (Project) classification Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for project programs in rMediaa.i cervices Estinatedcost--:of ;6djustment: r',,,,; Amount: 1 . SaTari e`s­, and wages: �$ 2. Fixed As3ets: (Wt items and cast) r, ;t+;;�. .� -a .. , .;� „ �i►�tCy . . Estimated total Approve;.'; --- - �ate - 7� Signature George Degnan, M.p. , edical Director ---- - Department Head i. I . . Initial Determination of County Administrator Date: July 26 , 977 To Civil Service for review and recommenda:irion. Count)" Administrator i. Personnel Office and/or Civil Service Commission Date: September 21, 1977 Classification and Pay Recommendation Allocate the class of Licensed Vocational Nurse-Project on an Exempt basis. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Licensed Vocational Nurse-Project- at 1977-78 Salary Level 259 (812-987) and 1978-79 Salary Level 275 (852-1036) . Can be effective day following Board action. This class "is not exempt from overtime. Assistant Personnel , irector Recommendation of County Administrator �/ Date: SP=tPmhAr 960. 1 a77' Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 28 , 1977 . County Ad4tIiWKaf6r Action of the Board of Supervisors S Et 2 7 1977 Adjustment APPROVED ( �) on J. R. OLSSON, County Clerk Date: SEP 97 1977 By - /r Jamie L. Johnson ueputy clerk APPROVAL v» 'lus 4ZdJU,st!nertt Const,�tu,tez zit App''.op-L,i.LLtt on Adjus.trr,2At Lu:d Pe"�,sannee riE�UC.[.i,�L01! A!n2�idtne.s:t. MOTE: Top section and reverse side of form rrts,t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00032 ° C S i I O i'i A (J J U S T P•1 t P! T REQUEST No: __=_ •. :: CCCo. Medical Services 5u d; E:Z :c 1 � 540 [)a'e 2/27/77 i � r;C� = -=}�=- Reclassification of Hospital Attendant (Project) Pos. #817-04 to Licensed Nurse project Proposed effective date:as soon as _Vocational �(�.�t ) } - possible :L-!ai n ;v^_; ad4us-- nt is reede4: To provide adequate staffing for the Methadone Detoxification Proqram cost of adjust7e-i1-: Amount: #j Axed Asses: ( t.c.5 •t air,{ :uLd cost) I � _ - t w �. •�� AGR-ICY1 Estimated total Dc = ` ... .-- Signature S eorge 1 11 Medical Director 0 Department Head ` ini tial.-Dzte mina;;ion of County Administrator Date: March 16„ 1977 To Civil SFrvi�be: Request recommendation. ,cam Countw4dmi als, trator ?ersonnel Office and 'or Civil Service Commission D t`: September 21, 1977 } Classification and Pay Recomnenda•tion Classify 1 Licensed Vocational Nurse-Project and cancel 1 Hospital Attendant-Project. i Study discloses duties and responsibilities to be assigned justify classification as Licensed Vocational Nurse-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Licensed Vocational Nurse-Project, Salary Level 259 (812-987) and the cancellation of 1 Hospital Attendant-Project, Salary Level 217 (714-868) . Assistant Personn Director ,;.coirmandation of County Administrator Date: September 26 . 1977 } t Recommendation of Personnel Office and/or Civil Service t CoTmission approved, effective September 28, 1977_ dot, : Administrat r I t• of the B:'J r i OF SuperViSor son SEP 27 1977 ' f SEP 2 197 d. --�. �jf� OC. Cou -Y � ri�i>� ` Jamie L. Johnso Deputy. Uerk tt .,,.7�_._ ._ . ;r t�,i�t,� at•�e;us•r.„.c:.L+ r--. _.+�.-:':4- J . . P2"4s0,_j.en_ i , t - ' 'ri ? vil3 1 - - -- of florin. —r-Pl e ted and suppl e.men Let?, wher. I a; ' �y - chart __ ..:'3 Z - S2 LI o o,f1Ce di fC'CtL 00033 f f , w POSITION ADJUSTMENT REQUEST No: Department Civil Service Budget Unit 035 Date 9/20/77 Action Requested: Amend P300 {9934 and Resolution 77/602 to correctly title Exempt Medical Staff classifications in accordance with Ordinance 77--38. Proposed effective date: Explain why adjustment is needed: Estimated cost of adjustment: Contra CostaCouniy Amount: 1 . Salaries and wages: I $ 2. Fixed Assets: (tcA -ite►na and coat) SEP ti 1 ij_ Estimated Administrator $ Signature Department Head Initial Determination of County Administrator Date: County Administrator Personnel Office and/or Civil Service Commission Date: September 20, 1977 Classification and Pay Recommendation Reallocate exempt class and positions of: Medical Staff Physician, Medical Staff Lantist, Medical Staff Optometrist, Medical Staff Podiatrist, Medical Staff Oral Surgeon, and Medical Staff Chief of Dental Services to Exempt Medical Staff Physician, Exempt Medical Staff Dentist, Exempt Medical Staff Opto^etrist, Exempt Medical Staff Podiatrist, Exempt Medical Staff Oral Surgeon and Exempt Medical Staff Chief of Dental Services. These classes are eligible for overtime payment in accordance with Ordinance Code 36-11.012. A�ew_let"4-L L__ 4_&Z;=S Assistant Personne - *rector Recommendation of County Adm i ni strator / Date: September 26 , 1977j Recommendation of Personnel Office and/or Civil Service Commission approved effective September 28, 1977. �J/ County Administrator Action of the Board of Supervisors SEP 2 7 '1977 Adjustment APPROVED } on J. R. OLSSON, County Clerk Date. SEP 27 1r-77 By:c�,f1%,�.i� Jamie L. Johnson UaPury Clerk f�t'PL'.�VAL op tih,&s ad_ju Stu:o_;Lt con4ti tu,teb cut Appn.op.~Liati.on Ad.jc&5tw }tt cued Pehsonnei= ResoZuticn Amcndment. a ti;OiE: Top section and reverse side of form rmwt be completed and supplemented, when appropriate, by an organization chart depicting the seMOM office- affected. P 300 (M347) (Rev. 11/70) M1 i POS I T I ON ADJUSTMENT REQUEST No: Civil Service Department Department Public Service Employment Budget Unit 581 Date 9/20/77 Action Requested: Add 5 Appraiser Aide-C11A; 4 Clerk-CETA Assessors �o�arrmortr Proposed effective date: Explain why adjustment is needed: CSTr1 Public Service Employment adjustments necessa rr to implement FY 77/78 program plan. Estimated cost of adjustment: ", Amount: 1 . Salaries and wages: .,;� r. ; ;'f' $ 2. Fixed Assets: (tist .stems and cost) or Estimated tots $ Signature a tit , �i l 4�� 'l. ' Department Head Initial Determination of County Administrator Date: County Administrator Personnel Office andl,r r Civil Service Commission Date: - September 20, 1977 Classification and Pay Recommendation Classify (9) positions. Duties and responsibilities to be assigned justify classification. Can be effective day following Board action. The above action can be accomolished by amending Resolution 71/17 to reflect the addition of positions. Personnel-moi rector. Recommendation of County Administrator ;'; Date: September 26, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 28, 1977. County Administrator `- Action of the Board of Supervisors SEP 27 1977 Adjustment APPROVED on J. 12. OLSSON, County Clerk Dto: SEY 1'i 1977 a By: �- �f � �.�`- Jamie L. Johnson Deputy Clerk - APPROVAL o l .t'Iii-6 adjus.t,nent cos3stZtates eut App-top,-,i ton Adjiobne;it and Pep:-sonnet Rc,60 '.atioli nl]i�?iZc�lT�''rtt. ;MOTE: Toffs section and reverse side of form must be corpleted and supplemented, when appropriate, by an organization chart depicting the sectioro4�j�,f�e affected. P 300 (M347) (Rev. 11/70) 1U1llJJ�tjj POS I T ION AD..J US .TMENT REQUEST No: 9,2 Department HEALTH Budget Unit 0450 Date 7/18/77 Action Requested: Allocate three (3_ ) TYpist Clerk-Prl =ect positions to the department Proposed effective date: 8-1-77 Explain why adjustment is :seeded: 'To provide exempt positions for WIN-PSE participants, Estimated cost of adjustment: Amount: 1 . Salaries and wages: ; . $ 177104.32 2. Fixed Assets: .P.,E6t item and coat) I �nrj CES AG ;C� , ve-����li•:�.Ch+(']+ �`L..`ill/ - - � $ 7 Estimated total 17 104.32 -_ State bD ent �''$ctual Signature c�,j.4 Funds~_ w c,., Department Head �-t U Initial ,N ter -i ation of County Administrator Date: ,T„i 22, 1P72 To Qivi1.— ervice for review and recommendati-pn , County Admini-sttator ' Personnel Office and/or Civil Service Commission D ': September 21, 1977 Classification an%, Pay Recommendation Classify (:) Typist Clerk-Project positions. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk-Project. Can be effective day following Board action. - The above action can be accomplished by amending Resolution 71/17 by adding (3) Typist Clerk-Project positions, Salary Level 194 (666-809) . Assistant Personnel-Director Recommendation of County Administrator Date: September 26, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 28, 1977. 1 i County Adm­1nis ratbr% mob._ Action of the Board of Supervisors SEP 27 1977 Adjustment APPROVED on J. R, OLSSON, County Clerk ' Date: S cP 2 t 1977 By. �- .�,, . r�/ � r/r � f�--.•.�.- tt Jamie L. Johnson -pUry-z-rz� 1 Af'PF'C?VAL o' •tki.-s ad It coli stitutes an Appfropki..acti.on Adjasbnent .utd Petzonne,2 Ke•so.�.ct.�,.a{'t ArliC'.�:dtTt(:iLt',. NOTE: Top sec _ion and reverse side of form be completed and supplemented, when appropriate, by an organization chart depicting the seco�Q��coffice affected. P 300 (11347) (Rev. 11/70) VV !! ”")) i I a In the Board of Supervisors of Contra Costa County, State of California September 27 In the Matter of Authorizing Appropriation Adjustments. ITIS By THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on September 27 , 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this27thday of September 19 77 J. R. OLSSON, Clerk By � jt, Deputy Clerk Jamie L. Johnson 00037 H -24 3/76 15m / CONTRA COSTA COUNTY APPROPRIATION At"JUSTMENT T/C 2 7 1. DEPARTNEt"T OR ORGANIZATION UNIT: ACCOUNT CODING RIVERVI W FIRE PROTECTION DISTRICT ORGANIZATION SUB-OBJECT 2. FIXED ASSET <bECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEN NO. QUANTITY 7200 6301 RESERVE FOR CONTINGENCY 1500 7200 4036 RIVERVIEW FIRE LAND. 1500 PPROVED 3. EXPLANATION OF REQUEST AUDIT ROL By: Date P�/ TO PROVIDE FOR COST OF SURVEYING THE LAND FOR THE FUTURE SITE OF HEADQUARTERS COUNT ADMINISTRATOR By: Date c�/ /� BOARD OF SUPERVISORS YES: Supervisors VN=0,Fabden, Schroder.13099ess,Hssselritrt NO: t.IOTL> QBstwt` J P Ke.nnv 0 SEP/ 27 19 r J.R. OLSSON, CLERK FIRE CHIEF SICy�Ty�1 � ^ TITLE I B���lr�-'Z�tia_t UU (�JJ APPROPRIATION A POo��C�(J7" Jamie L. Johnson DepufY Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 1 1 A CONTRA`COSTX COUNTY APPROPRIATION ADJUSTMENT T/C le l Rec- SEP � ACCOUNT COIINC I. DEPARTMENT 01 ORIANIZATION UNIT: 9 �/ ��� Building Inspection - Hoy* Rw �! 616ANIZAT111 SII-OIJECT 2. 4'14 117 QECIEASQ INCIFASE OBJECT OF EXPENSE 01 FIXED ASSET ITEM NU Py' 0591 2100 office expense $400 0591 yY5f fixed assets( 2 desks, double pedestal $400 APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ONTR LER Br, Dote /(1/7 To provide desks for one Admin. Analyst, Project and one Bldg. Insp. I project for the Housing Rehab. COUNTY ADMINISTRATOR program -these funds are provided by federal grant to the county under the Housing & Community Develop- er: Do1•1/XV-7? ment Act of 1974. BOARD OF 3UPERVISOR3 YE 3: Sopecxisoa iiia Fanden Sdsra�der,Boggess,Hasselei[! ' . NO: MaN� �asEN r: R Kennv oM J.R. OLSSON, CLERK ♦, r 71VASAT[ �1 d(t i t e APPIMIATI/N A P00,5_6k.% Johnson Deputy Gerk ADJ. J1111Al 11. 0A 129 Raw. 7/77) 999 INSTRUCTION• On RaVang[ •ID[ ,_U INSTRUCTIOM NOTE: FOAMS ARE IVAILLBLE FROK CZKTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form N 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show nate of department or organisation unit requesting this Appropriation Adjustment, 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Conan deation, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoring quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alreadr been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- ob j ec 4- blank.* 3. Explanation of Requests Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Dates Sign, show title and date. C. Send the original and other requested copies to the County`Auditor- Controller's office for processing. 00040 CONTRA'COS—ik COUNTY 0 K� APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT COOIIC 1. DEPARTMENT 01 OICANIZATIIN #IIT: —bvi 11dlite ln�;pec�'1'or1 - ONCANIZATI11 6111-01JECT 2. FIXED ASSET �bECREASE> INCREASE IIJEC7 OF EXPENSE 01 FIXED ASSET iTEN 10. QUANTITY 03400 1013 Temporary Salaries $150.00 03400 1014 . Overtime $150.00 J Y d p � x C= � a Z C' N m rc N Ind v - 9 Z -=y- r m ..._s r ...t 4 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To enable department to eliminate backlog of processing Br .►VLc Doo• I/77 newly issued permits resulting from increased workload. COUNTY ADMINISTRATOR By: Dote BOARD OF SUPERV19OR3 SUMVisor3 fey.Fshden, YES: S chlor.Boggess.MAsselriRE No: tJoN� (}85�r►�: j P Kennv UQ a 7 A9 J.R. OLSSON, CLERK 4. •I• TITLE JATE sw Jamie�� oh��nsQrt Dbpvty Clerk ADJ.NJO#RUL 10,A PO (N 129 Rev. 7/77) •EE 1 ITRUCTION• ON REVERIE 310E h CONTR4.COSTA COUNTY !r APPROPRIafiiON ADJUSTMENT TIC t 1. DEPARTMENT OR ORGANIZATION 11IT: ACCOUNT CODING Planning ORGANIZATION 501-01JECT 2. FIXED ASSET <IECREASE,,� INCREASE 11JECT OF EXPENSE ON FIXED ASSET ITEN Ne eOANTITT - - 3-&80257 4951 IBM "freestanding" Composer (used) opa6 E 1800 3690357 2250 Rent of Equipment 1800 cn C: » a0 _ cr z n s, z v '— O D ren Q1 Z: z rry . 17 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER See attached memorandum and previous memo- By `�- c' �' Dot:.__ __ random submitted 8/4/77 COUNTY ADMINISTRATOR By: 4 -\ �15�- Date lZ7l 77 BOARD OF SUPERVISORS Superviwrs ray.Fandcn, YES: iGw Schroder,Do&&=.HnscWne NO: 00 tJ E_ r J P Kenny p 2 Mo7� t } J.R. OLS80N, CLERK of Plannin •I• TITLE SATE + t honey'- A., , B ArPRerRMTIeN PBO�.?� 8 i� 7� mie L. Johnson Deputy Clerk ADJ. JOIINAL 10. (N 129 Rev. 7/77) EEE INSTRUCTIONS ON REVERSE WOE c INSTRUCTIONS NOTE: FORKS ARE A7AILABLE FROM CENTRAL SERVI,9V OFFICE A. Prepare Appropriation Adjustments, Fora K 129, :la quadruplicate plus any internal copies desired. If more than One department or district is concerned, prepare an additional xopy for each additional department or district concerned,. B. Complete :all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank.' 3. Explanation of R-acraest: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C.. Send the original and other requested copies to the County Auditor- Controller's office for processing. x' _LJ 1 ■ r OFFICE OF COUNTY ADMINISTRATORS -' CONTRA COSTA COUNTY AUG 9 4 .17 PH 177 Administration Building :ii '•+ Martinez, California r`�'•``I _r.,,, •j: A. A. Dehaesus, To- Director of Planning Date: August 9 , 1977 Attention J. F. Beiden Arthur G. Will, From: County Administrator Subject: Budget Adjustment by T. Welch Reference is made to your August 4, 1977 memorandum request- ing adjustment to the Final Budget to decrease. Rent of Equipment, Account Number 2250, and increase Office Equipment, Account Number 7751, by $1, 700 to provide for the purchase of a used "freestanding" composer, i As indicated in our August 8, 1977 meeting, it is suggested that an Appropriation Adjustment request be submitted to accomplish the above transaction after adoption of the Final Budget for fiscal year 1977-1978. JEH/aa 00044 , CONTRA COSTA COUNTY APPROPRIATION 'ADJUSTMENT '. T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Orinda Fire Protection District )RCANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 7080 1013 Temporary Salaries 4,150 7080 1011 Permanent Salaries 4,150 A ROVED 3. EXPLANATION OF REQUEST WDITOR T OLLER To provide salaries for temporary personnel to fill 3y: Date / / vacancies until permanent positions become available. '.OUNTY ADMINISTRATOR w 3y: Date IIU 77 30ARD OF SUPERVISORS YES: Supavisocs No".Fanden, Sctuodcr,Ho�css.H»sdciae - i NO: NONE $5fNr. J P Kenny %EP 2 7 }977 OLSSON, CLERK 4. �• 9/Z/ sI�VV oT1,4 TITLE DATF APPROPRIATION A PQo��03 'rile L. Johnson Deputy Clerk ADJ. JOURNAL NO. 129 Rov. 7/7T) SEE INSTRUCTIONS ON REVERSE SIDE j- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications for the Montarabay ) Recreation Center at Bayview Park. } RESOLUTION ,NO. 77/78 4 San Pablo Area (5220-927) } County Service Area M-17 ) WHEREAS Plans and Specifications for the Montarabay Recreation Center, San Pablo Area have been filed with the Board this day by the Public Works Director; and. WHEREAS the Architect's cost estimate for construction is $192,000, and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that a negative declaration to this project was posted and no protests were re- ceived. The project has been determined to be in conformance with the General Plan. It is further recommended that the Board of Supervisors determine that -this project will not have a significant effect on the en- vironment and instruct the Director of Planning to file a Notice of Deter- mination with the County Clerk; IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 27, 1977 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the SAN PABLO NEWS PASSED AND ADOPTED by the Board on September 27, 1977. Originator: P. W. Dept. Bldgs. and Grounds cc: Public Works Dept. Building Projects Agenda 'Clerk County Auditor-Controller J. Dye 0004 RESOLUTION NO. 77/ 78 OIV SION A. NOTICE TO CONTRACTOR .; . --t------- r (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra . Costa County, that Clerk of said Board will receive bids for the furnishing of : all labor, materials, equipment, transportation and services for; MONTARABAY RECREATION CENTER, RAYVIEW PARK, PINOLE, CALIFORNIA The estimated construction contract cost (Base Bid) is $ 192,000 • t Ope Hundred Ninety-Two Thousand and no/100 Dollars . 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, Room 103, County Administration Building, Martinez , California. :. The drawings and specifications may be examined at the Office of the 'Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez , upon payment. of a printing and service charge in the amount of $ 13.85 Thirteen Dollars and 85/100 (sales tax included) which amount shall not be refundab e. Checks shall be made payable to the "County of Contra Costa", and shall be mailed to the Public Works Department, 6th floor, Administration Building, Martinez, ..,mss, California� 94553. Technical cessions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146, Each bid shall be made on d bid form to' be obtained at the Building Projects Office, 823 h'ain Street, Martinez , and must he •accompanied by a certified cashier's check or checks , or bid band in the amount of the ten percent (10'1) of the base bid amount, made pava;)le to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Uirector. The above-wentioned 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 successtul bidder refuses , neglects or fails to enter into said contraCL or to furnish the necessary bonds after being requested to do so by the Hoard of Supervisors of Contra Costa County. Bid proposals shall be- sealed and shall be submitted to the Public Works Director, 6th Floor, County Administration Buildioq , 651 Pine Street, Martinez , California 9455.', on or before 27th of October 1977 at 2;00 p.m. Bids will be opened in public at the rime due in the conference room on the 6th floor of the Administration Building, t4artinez, Contra Costa County, California, and there read and recorded. Any bid proposals received after the 't•irre specified in this Notice will be returned unopened. i i""f, J1llicrofi ed t , iboard order �►�: r DIVISION A. NOTICE TO CONTRACTOR (continued) The successful bidder will be required to furnish a labor and Material Bond in an amojnt equal to fifty percent (50%) -of * the , Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds to be 1. ,_'` • secured from a Surety Company authorized to do business in the S tate of California, Bidders are hereby notified that pursuant to the Statutes ' of the State of California, or local law applicable thereto, 'the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with. the Clerk of the Board of Supervisors. In all projects over $50 ,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . •N,j The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in 'any, bid received. No bidder may withdraw his bid for a period of thirty . days after the date set for opening thereof. BY ORDER OF THE' BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY r . ,. ,.. ._ ..r_,�. .,. �► ,3k. OLSS County Clerk and Ek-Officio Clerk of the Board of Super;-. visors, Contra Costa County ' - California s By . Deputy DATED: SEP 2 7 1977 PUBLICATION DATES: 3. Rev. 5/76 II . � (Bidder) DIVISION C. PROPOSAL (Bid Form_) tk --7 BIDS WILL BE RECEIVED UNTIL_�.� ­71 day of at 3''t'iVO-T-.1n. ivritau'll t8: , Administration Building, Martinez, Calif ornia•94553. CO P.VA- hJ Gou FCA&xuaF 2n»•. I ry rm4401YL. (A) TO THE HONORABLE BOARD OF SIiPERVISORS OF CONTRA COSTA COUNTY: e Gentlemen: The undersigned hereby proposes and agrees to furnish any and 'all required labor, material, transportation and services for the construction of a recreati6n center building in strict conformity with the Plans, Specifications and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: (Bidders must bid on the Base Bid, on all Alternates to the Base Bid and all Unit Prices) BASE BID Shall include all of the work for the construction and completion of all facilities therein, but not including any of Che work in the following Alternates: For the sum of Dollars ($ ) === ALTERNATES: ALTERNATE NO. -1: :+ State the amount to be deducted from the Base Bid for in-lieu of vinyl wall covering, furnish and install tape, cement joints, etc. , anal paint " ym1 sI aer Specification Section 9A. Deduct the sum of \*W its` ,1�y Mars ($ ) t ALTERNATE NO. 2: . State the amount to be deducted from the Base Bid for in'lieu of one- score and five-score concrete masonry (8" x 8" x 16") and 12" x 8" x lb" exterior walls, furnish and install standard 8" x 8" x 16" gray concrete block units 'and 12" x 8" x I.6" standard block,unic4 nt entrance. Deduct the sum of Dollars ($ ) AI:PERNA'PE NO. 3: State the amount to be deducted from the Base Bid for in- lieu of concrete tile roof, furnish and install asphalt composition shingles as specified in Section 7K-2. Deduct the sum of Dollars ($ ) -lO- jJiicro l"ftl with �Qr 00049 a rEn S�.T Grt t(y't d 'r. t r { E r 'rr ," } y • .kt .�.ca r"�R'.iip. k � '�S'£Slr'.a$'rR,��hl� _ LY.t. ,��k hi .0 .-� .. x.c . .. .., _ . .....f • . , ...,.. .. (WHO (C) It is understood that this bid is based upon completion of Um work within 150 calendar days from and atter the date of coiimiencenton! . It is understood, with due alluwnnces made rur u"nvoldahte Ways, that if the Contractor should Jail. to cotnplete Lhe wcfrk Of We cout.T•uct. -:aLthLn the stipulated time, then, he shall be liable to the Owner : n the amount of 4100 per calendar day for each day said work remains uncompleted beyond rhe Ume for completion, as and for liquidated damages rnnd not as a penalty, it: beirw, agreed and expressly stipulated that it would he impractical and d Micult to fix the actual amount of damage. 4. (U) The undersigned has examined the l ocar ion of UK proposed work and is familiar with the Plans, Specft LendutaN and other couLra cL documents and the Local conditions at the place where the work is to be dune. (E) The undersigned has checked carefully all of theabove figures and understands that the Board of Supervisors wL11 not- be reponsible Tor any errors, or amiusion on' the part of the undersigned in making up this bicl. 1 tV �s .i!91Af ►:11��''�pkp .§i►!�1 �'', 1 ..i'� F!i�,r ►'1G�� r — l I r f5 ' t t SAME t r :000150 r 5 rr ' I' it yar�'a;,} -3rr'rrt1.tR1;,:� ` .z ;t tr, "M- loom.re.fit y '+ :• 'i� 1 rk•f ' �•'�. .. \.., , I F P lt, 1L 1 }i _..... ......:.. A. f di i;ii,! ;*+ti0 Colit 4Liu eci (F) The unrers i r,nesi hers:by csrti f te% that this bid is Aenu:n-e and nor sham or collusive, or made in the interest or in b,!nnif sit asyy pt-rsimn noc hertsin named, and thnt the tinder stf,::ed has not directly Lnducrd or ;olLctted ;%ny other bidder cu put in , aham bid, or any other person, firm, or' corporation to refrain from biddLnA, and that the undersigned has not in any manner, souuht by collusion to secure for him- self an advantage over any, other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid securicy as required in the Notice to Contractors. t7Cash O Bidders Bond cm Cashiers Check =Certified Check (1) the fallowing addenda are hereby acknowledged as being in- eluded in the bid; Addendum 0 _,�_ dated � Addendum # dated Addendum 0 dated Firm 1j Title Address Phone wi.en9ed Ln accordancewith an act providing for the registra.' tion of Contractors, :lassificacion and License No. Dated this day of + 29 , it"ev. 51 in '12- - 1 0005 b�Y lk� � ::�:1:S�ff /)i"'S��tf3` ��•`Y r' r��""'�t Y� �;{_s•..i F, '. : '. r�P'�+�i f14.,�« �"' <3 c r..', �!�""� v. s r:4 1`1��" ,'{• r e a t "_ }, .Sit�� i �"t '. N DIVISION C. PROPOSAL OTD FORM continued LIST OF SUCONIRArTORS (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E. Section b, Paragraph E.) . Portion of Work Name Place of Bidders -13- '00052 00052 rr 4 ✓'di - 9 t. .f7.,E s»., 4j y r iSf iy y9 rv'gY,� >�>F�r"`r`�,1t� tri,€�r:�i,'itLS� f r H. Affirmative Action. Certification. A. Bidders' Cee-I.Lf i.cation. A bidder will not be eligible for award of a contract, urnder this; Inv•itaLion for 13.ids unless such bidder has submitted as a part of iLc, bid the following certification, which will be deemed a part of the resulting contract: DIDDE-113 CERTIFICATION cerLifies that.: - Bidder) 1. It inLendo Lo employ t.hc fol luwi ng .li zLed con:sLruc0..on Lrade:; in its work under the contract ' and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of Lhcue Did Coridition5 for participation in the Contra Costa Plan, iL will comply with the UornLra GosLa Plrui on this and all future construction work in Contra Co,.Aa CounLy wiLtiin the scope of coverage of that Plan, those trades being: and/or N ac to tho,c radr-c fcr which its is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specifice affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: r and 3. it will obtain from each of UL; utibconLracLor o cind :submit to the con- Lracting or administering agency prior Lu Lha: award of any subcontract under Lhis contract the subconLrcctor certificaLion required by Lhcoc Bid CondiLions. Signature of authorircd represenLative of bidder OU["53 .. a .. ,. . SPECIFICATIONS FOR THE COMMUCTIUA Ot A •R E C R 8 A T I 0 N C E N T It B 3 U I L D I N MONTARA N A y Prepared by MUCWO AND Ai80CLI'i6, IMC. 6 ' .1 r f 11.h{fir s k 10324 Ran Pab io Amite • ate, X1 Carrito, �►lil�rirsia 1477 §PP f COV Public Vork1? s s�pti tmtat cuunc cis AI'ovso�s Contra. Cota CoaaCy Sixth Flr Aima t3rtt .on Buildi g' ' xt .Res, Ci f7. tf, Y 1w.bw�.r i >.Si r �y.c,} r }ro 4.:� i4 r.� ! � t i _' � ♦ l,r, r: 7 ri x? yy-�A *F > ..afit+; f �r > L ` v 1 �l} fl�inl f '�Lst x � 1 ���� dr(�,.�� :��.�i-J6�'k f+: 4 FOR THE CONSTRUCTION OF A R E C R E A T I O N C E N T E R B U I D I N G M 0NT. ARA BAY Prepared by BARBACHA.NO AND ASSOCIATES, INC. 10324 San Pablo Avenue R I:1 Cerrito, Calif. 1977 Prepared for Pail lic Works Department , Contra Costa County t Sixth Floor Administration Building, Martinez, California ` . s' 000 JAcro tltfl�ia With` b0,grd Ort r x .in )nY .d TABLE OF CONTENTS GENERAL INFORMATION t••,- Division A NOTICE TO CONTRACTORS b Lv l s ion LL INSTRUCCIONS TO BIDDERS Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications and Site of Work Section 4 Bidding Documents _ ,f`�;•r Section 5 Submission of Proposals �. Section 6 Withdrawal of Proposals ; Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract f.. Section 13 Failure to Execute Contract Division C PROPOSAL (BID FORM) Division D ARTICLE OF AGREEMENT • Division E EQUAL EMPLOYMENT OPPORTUNITY. At 1)iv1.s i,on F GENERAL, CONDITIONS h� ' Section 1 Definitions Section 2 Governing Laws and Regulations ,t } Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting {. Section 7 Time for Work and Damages • ft,. 1 '� � f y';• Section £i Progress Schedule Section 9 Temporary Utilities and Facilities x Section 10 Permits .,i' td r . ;Ut:L i tat 12 !{c:.l,tt1:.iii)j.i i ty Cur •,t ! t,nt��t l.t itan:s, S(.C.t i to►, 13 111spec:t f oll :it�c•f i ,it "'t I{,•jt•ctf.t,n uC M;ttri',�.., 1 �, ..�. ''{ ;Iwl i tilt "i itis .-rpr(*L.1t i.00 ui' t:,,nf t',tct I',,qo i.t•entut)t-:. ' i-111 10 { hii. i f lc.tl`Ltm.s and Add i t;.utt.t ( l tust.t'tic•t:Lttttrt Suet hilt 17 PruducL ;ilid lteferunce $t'aniards Suet i.oll L$ Materials, Articles, and E(plipment' :t,r Section Li) Shop Drawings, 00%el•.ipLivu .Data, Samp Les, Alternatives t i' Section 20 Samples and 'Pests ,�,;�'; Section 21 Change Orders '- Section 22 Labor ';'" tt Section 23 Occupancy by the County Prior to Acceptance Section 24 Preservation and CLe;in.i.ng � �,''�?t` tir.!c:t lon 25 Payment of Federal ur St at•r: Titxut; Section 26 Acceptancer. Se cl iron 27 Find Payment and Waiver, to Claims CJS :t . . ,r l%t.i.on 28GuarantceH t "o Table of Contests f , } t .tt .,cs,� n '� .` ya;x{� i:17 +s i.f.Fiik'� �t"� ��.�$7��''�'3r:'��,t��•b.�S.a. .F'��f'e4�f. .3!w.a5. . i .`° .�.`.=n .. ,��. r + Division C FEDERAL WAGE RATE DETE'RM1NATION Division H SUPPLEMEN'T'ARY GENERAL CONDITIONS TECHNICAL SPECIFICA'rION5 Section LA Project General Requirements IB AILernates IC Abbrevlat[ons & Symbols 2A Clearing and Earthwurlc 2B Paving & Parking; Lot Improvements Alternate No. 7' 3A Concrete Form Work 3B Reinforcing Steel 3C Cast-In-Place Concrete GA Masonry Alternate No. 2 5A Structural Steal & Mi:zrc;IInneous metrtls 6A Rough Carpentry 6B Finish Carpentry 6C Glu-Uiminated World 7B Sheet Metal Work 7C Building; Insulation 7D Liquid Waterproofing r' 7E Calking & Sealants t 7K Tile Roofing {Kopf Shingles) 'Alternate 'No. 3 8A Wood Dears r . 8B W-Lal Door & Metal Frames 8C Glass & Glazing 8D Pininh TkArdware 9A Painting & Finishing 'Alternate No. 1 9B Rjw%i f ient Floor Tile 9C Gypsum Drywall System & Finishing 9D Ceramic '.file Work t 9E Vinyl-Coated Fabric Alternate No. 1 10A Miscellliltl'(Yu9 Speci��ltics Rolling; Press Window Plaque lixtvrior Main Hntrai�ce Security Gate 'T'rophy Cases Alternate No:;G Skyttg bt Alts rtiatv No. 5 Bulletin Boards Alternate No. 6 ToUeL Aecessuriet; Building IdentitlGaCf.on Sign �,i: .,' k1 Fire Extinguishers & Cabinets Food Service Equipment. Metal 'Toilet Partitions Dishwasher ` •', , Corkboard Garbage Disposer Flagpole Alternate Na, 4 Ventilator & Hood MONK, 15A Heating & Ventilating ' 15B Plumbing; ., I6A Elccqiclal 0001. r Table d Ctxtftl��tbe 2!b,� Y2+,.•..4s ,�.;.f �, °1`t.. <f. iyrr 3't + t,l {)., ik .. .. _ .,,. .,. �+�,K rel, c ��'+•t;M.��#��.2. �'i:5 .x... �r,� j FV+', DIVISION A. NQJ10E TO CONTRACTQR (,Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra . Costa County, that Clerk of said Board will receive bids for the furnishing of -."' all labor, materials, equipment, transportation and services for: MWr"ABAY RECREATION CENTER, BAYVIEW PARK, PINOLE, CALIFORNIA The estimated construction contract cost (Base Bid) is $ 192,000 * .A ; Ope Hundred Ninety-Two Thousand and no/100 Dollars 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, .Room 103, County . , Administration Building, Martinez, California. �`: P� • .f. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez V Plans and specifications may be ob- ±"i may tained at the Building Projects Office, 823 Main Street, Martinez, upon payment • :'' s = r. of a printing and service charge in the amount of $ 13.85 Thirteen Dollars and ;t}'3`.. r. 85/100 (sales tax included) which amount shall not be refunda5le. w` Checks shall be made payable to the "County of Contra Costa and shall be mailed r . .. ,. to the Public Works Department, 6tlt Floor, Administration,-Building, Martinez California 94553. ;':. Technical questions regarding the contract documents should be directed to the building Projects Division. Their telephone number is (415) 312-2146. Each bid shal l be made on a bid form tot be obtained at the Building Projects Office, 823 Main Street, Martinez, and must be -accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the Ridder will enter into a contract if awarded the. work, acid 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 after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals Shall be. sealed and shall be submitted to the Public Works Director, 6th Floor, Cousity Administration Dui ldinci, 651 Pine Street, Martinez, California 915530 on or before 27th cif iliOcitober 1977 at 2:00 p.m. Bids will be opened in public i i ice• .�.�ilsiiil�•• at the time due 1n the conference room on the 6th floor of the Administration BuildIa9p Mort Inez, Contra Costa County, California, and there read and recorded. Any bid proposals received after the time specified in this Notice will be returned unopened. '.��.." :. .t.t 'tir�`TSr,:�+ , ;5�, a • ' .:r` ' ,..ate: .. S:a"•i., �;{■*ij'�" '�`Ctit�+�."r'y..,.,.; ,,•`;, �, .. '' `:fig• „', s..F J } r F' i.. •(f •� .R 'J'• +iir�"iii' '"iw �riwj.:++! .. .. "_T r trt� DIVISION A. NOTICE TO CONTRACTOR (continued) The successful bidder will be required to furnish' a Labor and Material Bond in an amojnt equal to fifty percent (50%) 'of ' the ' Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds ' to be secured from a Surety Company authorized to do business in the State of California. ! iiy Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertal,ned 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 . p type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder, The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. t In all projects over $50,000 the Contractor shall be re- _ quired to submit for county approval an Affirmative Action Plan (see rs` Division E) . The said Board reserves the right to reject any and all .t bids or any portion of any bid and/or waive any irregularityy in ,any. bid ` 1 received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA' COUNTY > r�4r By f i tYt J. R. OLSS2'' County. Clerk and Ex-�OffieJo' Clerk of the Board of Super• ; visors, Contra Costa County. `tb California B Deputy i , ,} y DATED: fy PUBLICATION DATES: `f Rev 5/76 `4 ' y, - •, '.,. :.. ye ,..s.erc rr>eaaryySH;N 5....re. ...♦a..iS ri, +.o,s ... } j„ z DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions con- tained herein and satisfy hLmseIf 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. CCOtFETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. §fu(URINC DMKN-TS (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if celled for in the "Notice to Contractor", page 3, is a guarantee that the Drawings .and Specifi- cations will be returned in good condition. (c) The fee, if called. for in the "Notice to Contractor', page 3, is a non-refundable payment to defray a portion of the print- ing and handl costs. SECTION 3. E.`<A, NATION QF PLANS, SPECIPICA: IONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate. and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn- tshed, and as to the requirements of the proposal, plans, and specift- cattons of the contract. Where investigations of subsurf.... conditions have been: made by the County in respect to foundation o, other structural design, and that information is shown in the plans, baid information represents only the statement by the County as to the character of material which has been actually encountered by It in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for .the purpose of design, and the County assumes no responsibility whatever In respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigatlons, or of the Interpre- tation therefor. Ray. 5.'76 +t 0 00��� INSTRUCTION ,pD RS (continued) There is no guarantee or warranty, either express or implied, chat the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such Informs- tion available to bidders is not to be construed in any way as a waiver of the provisions,of this article concerning the Con- tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBJj JT_7 F,QR. UTILITIES As part of the responsibility stated in subdivision (a) , above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuattoned that such utilities may inclvde communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, 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 co.Section 12 of Division r-of these specifications. ' (c) DISCREP&NCIES OR ERRORS; ' If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a wrtcten request for a clari ficacion which will be given in the form of addenda to n11 bid ders tf time permits. Otherwise, in ftguring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of D.vis' F :)f these specif'.cations. ,SZCTION 4. IDB DING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification) , with all items completely> filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be:,tn longhand. The com- plated form should be wlchout tnterlineac tons, alterations or-erasures, no alternative proposals. Additional copies of the Proposal. (Bid Form) may be obtained from those supplying these specifications.. ., s Kiev. 4/7? -b t' 1 f 3 _.� YY :lr•e.,z.i.... t.:"..t l;..lra,.x; v .. ._ .. i`1 � .t..t.rh •gC-v 'Fl. x.J41}1.•. ._.r. ` 7 it SECTIO:, b !11�,ojNg OCU-MES (continued) (b) Bids shall not contaln.any recapitulation of the work to be done; alternative propusals will not be consid- aced, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. (c) stt of Pro sed Subc ntractors, Each proposal shall have Listed t�.�erein—the name a� a ress of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 'S of L percent of his total bid, in accordance with Chapter =, Division 5, Title 1, of the Government Code. See Section of Division F*of these specifications ' for further reference to subcontractors. (d) Bidder's Securit All bids shall have enclosed u cash, a ca h er' c- ec cert _3_e check or a bi er's bond,'as escriSe oe ow, executed as sure:y�iy�a corporal on aut�iorized to issue surety bonds in the State of California, made payable to, "Contra Coates County in an amount equal to at Isaac LO percent of the amount of the id. No bid shall be considered unless one of the Forma of bidder's security is enclosed therewith. SEC ION 5, S1j�SSLON OF PRQP SACS: 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 to proper ::me. 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 dm o so ay result in a premature opening of prop failure to open such bid. Proposals which are not properly marked may be disregarded. cFrrtOy 6. VLT,. AWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time. , fixed in the. public notice for the 'opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the, Clark of the Board of Supervisara of Contra Costa County, nn_ oral, tet_e�ravhit, or tele hanic request to withdraw a bid pr gait act--' b�e,' TE. with rawal o""t'R�i3�s a . eat pre ud re t e right a a i er to file a new bid. This article does not autnotice the withdrawal of any bid atter the time fixed in the public notice for >� theopening of bids. 1 Rev. d/77 3 -7= r + r }r r t ' r4 y,V.t S7 t x. /S.l 3 i., her 4 i e di i. ,W',•d ;:5 . "eF' k f 1 've v .,tir jr , +rS•.H.,; EN <y:i+(tr 1.z.rfr $2. 1,.:.qt. .,.: .>,,...a. .w.r' .sr ': ,sl i '1 d It ,,f>I ! -^f•;C' ti . {d.,s .i.: Y r g,..•- �+ d. !{I. t` �;,'„t }` E rY. ?ti(. t",at. •,r Mfnr ' ;cr nr �' s4 ' .1. 1 r, n€ # x c "' i t• :-1, ;tfi.41� r; .. :5 4 r k 1 f qVCTIION 7. PUE I - OPENING OX PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECT„-ION B. IBREGULAR_PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not ca lad for, conditional bids, in- complete bids, arasures, or irregularities of any kind, If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or. all alternates and unit prices called for on the Did Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. CTIOJ 9. COIRETTTIYE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination cheraof, under the same or different names, all such proposals MAY be ceeared. A party ,who has quoted prices on materials or work to a idder is not thgreb disqualified frost quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agree vent fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, 1f it be awarded, will bi to the lowest responslble bidder whose proposal complies with all the requirements prescribed. Such award, if made; will be made within 30 days after the opening of the proposals. SECTION 11. SEECI Wit. BEOUIREIEMS: The bidder's attention is invited to the following �pac- ' Lal provisions of the contract, all of which are detailed in the General CGn41tions (Di,vi.stpn F) or other documents included in these specifications. (a) Bonds b) Insurance r : c) Liquidated Damages (d) Guarantee (.e} Inspection and Testing of Materials �f) T ACilities to be Provided at Site g) Assignment of Contract P,roh'ibIcod • x 00 3 J1 . ii, Ji. c 4t 3J. I +5 l+ t t # c 5 14 !}rt $ .:4.• { J)4 4 N F f t ry!f N \ , -.{ l .. .6G '{ 3 4• 'ji:r..f��,',�l Z,C�.}A}t4,L i} .�. , f{ .y4N :.b.!.. i .,i7� t•'1 i }.wr��•:•l u� "1 ; .. _. f .,;35 Rt l „9xsb,�94 ,:,.. +32'4�ff.,`,7$ {7.•?�i 'rbrsFk- li'� Et. n aa. ryo t,, e *, v #w-.7�, + ;, >! 5. �. z.•' fk , �r4, 5�: ✓r s �vp .x_rfc i, w� ��" i51���s,' iyhyat.rJ.S� �� : `fit k . C NOF ACT •Z N }, shall be The contract (example in Dwigt3u 0) art and duplicate counterp gatur- SLSned by the succaasEul aadyseofiYecaipt, not ih' the Contract within five (al holidays, together With the returnSunday$, sod leg No contract shall be days, has been executed by the Con- fonds and co thaiCounty uncilusaatnsa binding P tractor and the county. Wolk in advance of Should the Contractor bees approved as above - the concra �Mill be at his oMn tisk and as . receiving notice that- the by roved. provided, any work said contract is so sPP e volunteer unless CBC nsr-r ON l F. et accept' Failure to exeCute s cc as erovidediheroin wtthin Sundays, and 1e�a1 holidays, able bonds and certif iesacurdaydns ceixacuttaft vad the contract f theetorfeit- 10 days, not includinJi r has nc of the award and altar b e'u`�'ctc��y elfordthe annulment award the contract co shall r e seeurie If the WCaWsYful bidder refuses of ure of the bidder y' County ar7 tails to execute the contr if the second LowhetCountyn' the second lowest resp p co cue third lowest ra lolostlresponsible 1 sible bidder refuses or fails to execute the contract, M sGy award chs contract the reduce or refusal of chs second or third County such contract is ao awarded to execute the `Labor bidder to vhp01securities shall be likewise or may f constructed bjited to yeday such bidders than be raadvertisad as �� say vkded by State law' f :4 001) t � � ,� �:d 2 �r.1• i. I it r r1 - s � r r ` ✓t x Z �a.r �.�; ��� s4.:e+F'' ,... int lt. � 1` $, .t }14., 4 1•..-y t ,, ,.., �.,.• ryr '�. �4 �t S-}rvpr�;�sW tk4'r�J��r,�",��JNk`,,v. r'r° 7f r. Ott' e°j�., k.:I�,tr° �iayljr s *'�'�� i aE t iP s p K � t wtf rE .., F 'r� `,;�t�, �...v ,t,`, rx�. P`.yyti c k (Bidder) 1 !' DIVISION C.' PROPOSAL (laid Form) F' BIDS WILL BE RIECEIVI"D tJN'I'T I.: _Sc^!_� day ,of # at iT''0D T—.tn. i"—Rvmj`�t , Adm inist.ration Building, Martinez, California•94553. .t.. ''Z:d3 (7.Yh. tri COu F�lWM1t.�,'r fL!'U7',. (TM jwGt�!"L (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY- 4 Gentlemen: The undersigned hereby proposes and agrees to furnish any and 'all required labor, material, tr.nnsportation and services for the construction of a recreation center building in strict conformity with the Plans, Specifications and other contract documents on file at the Office of "the Clerk of the -Board of Supervisors, First Floor, Administration Building, Martinez, Califot'Aili`94553 for ' the following sums; namely: (Bidders must bid oil the Base Bid, on all Altiienatee i to the Base Bid and all Unit Prices) f' BASE BID a. Shall include all of the work for the construction and compl'eti-on of all facilities therein but not includin an of the work in the follows Alternates: g Y t* y �x For the sum of � t. 1 Dollars ($ 1 ALTERNATES: , r.. 0 r ALTERNATE NO. •1: .' t: State the amount to be deducted from the Base Bid for of vinyl wall covering, furnish and install tape, cement joints, etc. , a>d ,;.pasint finish per Specification Section 9A. Deduct the sum of 4, Dollars ($ { 4' ALTERNATE NO. 2 , State the amount to be deducted from the Base Bid far it► 1'f�a,'of one- 5� +, " " �'it 11 11 11 `" �._ scare and five-score concrete masonry (8 x 8 x lu ) and 12 x 8 x 16 }, exterior walls, furnish and install standard P" x 8" x 16" gray concrete bloc %_ui tt' and 12" x 8t1 x 16" standard block•units nt entrance. Deduct the sum of #"" Dollars ($ ) ALTERNATE NO. 3: r State the amount_ to be deducted from the Base Bid for in11'iiu of concrete the roof, furnish and install asphalt composition shingles rai."Fe ecified in Section 7K-2. Deduct the sum of w ° Dollars 4 0006.) i x , 1 a; (bidder) t�,, .�^;.;..'•�� +;�'-"',tt the work within completion of r this bid is based "Pon . ' ' that date of commencecannt. that if the �� It is undexsto om and after the delays stipulated ( r u�lavoidable stip , calendar days made f° contract within, the calendar clue al.low.anc ti OL thL of $100 ,Per with complete the work (amount completion, ae ' 1t is understood, fail t° Owner. �T' tt14ond the time for should able to the expressly ., Contractor hall be liable un.comPleted heY agreed and amount of Chen, hes remains cnalty, it beiojfix the actual time, dsi said work a day for each Y dama8es And not as P � dif-ficult to and for liquidates ractical and ,. elated Chat it would be imp is familiar stip roposed work add al editions of the P the loc �'. damage- the location documents and r has examined and other contract The undersigned (D) plans, Specifications to be done., derotauds with the Where the work is above figures 'rove n isslon on at the place ell of the errors or °m , carefully onsible for any �,�� checked be rep The undersigned has will not this bid. (B) Supervisors Board of ned in making UP Chat the of the underaig the part rt , . 1 t��,`•c t ,w� 1l• 1 ',��,".a \� ,`," 7111 ►� ,t : '!'�„�� , ..l' 1�+ F .ll � 1 •d ,1�� rlt�FAA�jI�)ppy+{'�,. �..p�lLFll , Y -". I�i Y • t'i'i /t 5} 1.X+ )1 + V�F r� 4 Fti� �'C iJ��h(y YJ j . �V �Yi t.}.,YeN 2"`. , t�t'�t d�]d` ,��'}f, f; `4�, . +a -?. �� Y3 LI • t t.0 J't7�45� `� ^ } Yy,�ar-r. �� r#'i'r�an��,at��: �� i?'`'•a • ,�� ��;q�.,t,,ti.. ,,r�,4. ,. (Bidder) i AIXERNA'PF j�10, 4 SI'.:tt a 01c. irtnuriifi' ( tI);, c11ac1uCktacl .f r£nn t:htofthe flag pole. ine1. dillf; DIVISTGN C PR()1'1; Form) on nu ,i (F) The undersigned hereby certifies that this bid is genuine and nor, sham or collusive, or made in the interest or in behalf of any person not herein named, and that, the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (C) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. ❑Cash O Bidders Bond d Cashiers Check Q Certified Ch (I) The following addenda are hereby acknowledged as being in cluded in the bid; Addendum /t dated i Addendum # dated Addendum dated Firm By r r Title Address Phone Licensed in accordance with an act providing for the re gistra tion.of Concractors, Classification and License No. Dated this dayr of la j7() i 12- 3 4 J j l Y Yc 3 _ �, :• �t r., „C -'•�t o. ct 3 �w`-'� �.a-.�Ir 1„< i'�i i ',�,z+ o� 3, _ Yt: •� I � ti� L�,i..�. 7��� a , tr :;1 +i ij n ! 2 ft..U. i •b LJ-,.+I, � ...`tf__�'J',.tYl�n}.,'+'�y,. y}.> y, .pc 4..,�, r i`s5,, 4�.. y ;4's�',�'3 , z nn.>z._� ,.• �/i i,.,. ( E �.%'•x "' r� .,:y...t.,.r �:.t..�,Y-F' rT„-a....ir„ „z �,'v'Y�,ts7 • . t a,. r''. t.e. , r t:i;:.1, k..,�. Ses y ,.'S x .fid;..,, .. .•r:; Y1-+T:4�yP, r cM pp_. t• � ::+t 9......, tc r�1 tki y •r.%.3< }� ... �` d�' y ,rl J' } a .> {,4'-.d�L, st ;hY ...3.., �'a ..i.5e3+,.4.4,'✓YoA- .ru.. ... tat.m � i� ( a. ,,�. .r.r';�E cQ„7,,t !y�°.. d ..s;13.k.f:: ..,.!tt,�J_.•,�.� a� ”;t!a .(..,::., , ..;.L.fr Y.,,:f"',,666��.. ¢ti ,r �:. t .t ,i 4 s � i!? ,...„�,� s. .., '� E. i Jt"S .._..a S _:. --ti f.�s' a �1 �. e. a� 5 pp1 l ..fin. r '•t it _ .._�,�,�'.y'a-.�. 1 A.,' .14 , y LLt�"`�"�,} �` y� k �� �7,vr s 1 e ✓ '+'iY t' '-�” � � � � Cis,�3 3 "�, DIVISION C. PROPOSAL BID FORM continued ' LIST OF SUACONTRACTORS: � (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E.', Section 6, Paragraph i .) . Portion of Mork Name Place of Bidders -13- 000 {t . . .-, . � :�: •:,.. .. t.'.�.'*x.j i,..�ti��,33�:4"�''; f5as:'���_%�r.���'.,sF�.t�.c�;��..w.i1�k., s..?1dr`ta'.'` v:,ti\Y r.c. �ffsisTr.�fFt"it �L�p. �{�ti�;�i ��"'7t#�����°'.k.5.'�t�"#t'1�7 ., r• . .. • +1441+/; • omnalr D• A-MIGM to ,lauMM (g atuct) _i CONTRACT (Construction Agrss"ent) {Contra Coate County Standard Torr} j. Y4RtAb4tJ. Theme variables aro inaaryorated balov by refeteass. (112.1) Parties. (Pubite Agency) ---- (Caatractorl �Y tie) t/fetaivo Cot*: (toe H for start' +)^ 1 •., the koro; (18) Completion rims." (strike but (a) of (b) "calendar" or "vorltidse.)(,' t (a) S! Idatel p' • 'til e Nithin •calender/working days (tor starting date. (1)) Ltowideted AamageO: s per calendar day. t tad) rnbtie Aganay'a Ale-It. ~ t , (17) Contra** pride: 1 (ftr`unit prt*s oantraets+ so ` loss. in accordance, vita fintshsd Auanttttae at unit bid pride f (strike out parenthetical satartat If tnsoplicoble.l +t, ,.t /. !lQRATRRit 1 1CYROYLtDdMt+tT• �� l �`^�.: pwbtie fteencr, gy, (President or Cpl 1 . Uaerstaty) CenfraCtor, hereby elan seknavlodginn awareness of and cerpltaneo vith i;`•'x ." Lobar Coda 11481 concarntng varkren's Corpanaetion Lay. DOeigoata official CapsCity to the business rote to toeerootor: r.) rjsouc* forst below; and f11 if d %70-0*j• tion, attach aaartifisd of the bulaue, .ar of the resolution of the O%P*Oter* dwtharimine efeeutton of this .jontrasr >nd of ties bond* rtywirod A!1l t';' ..........,.............,..,........__...•................,.............................r r.aiiLalitrii lista of California } Os �/ �. (kv Cot"iiai} Csuncy of 7 artnirahip, ec In4tvt4edl.�y;.; .l. The portoa(s) signing above for Contractor, known to of in 1n4lvideol ani budinNt` 1 capacity se, statod.•pareanally appsarad "fore of today and aCltRew144844 that hd/t0. '"' ' afacuted it a44 that the cerparetion Or Partnership Hared above 4R*a4tid iR. =,a+; a. {SEAL' - JA Magary public .._.._..__..__,........_._......_._...__._..._»...,....._........................r...... PORK Alraoyzo: J. 1. CLAUSttt, +;aunty Counast. D. __ r t ()►spa 1 of G} ;t; � ��:.; Rev. 1.21?3 '14" NOW ,.Lt .�w. 1 i,'�:.t`'��i)'="'t:]:V'�r'`t:1f `�\.x: .•Y „ -S. h..: it'kF'wn 1 "i -r Yrs y / , P.. 1-. t'h .... .,•... :,�.. ...: ,....i' ��. ,;,�'h'i,.,.y' Ise = t A Er a c .A� 21 ogt £OnTtACT. CitANGil. (a) ty choir signatvicee to Section 1, etttettve on the above » e, tumid partis& promise and agree at tot farch to thto contract, incorporat(at by $lima; references the Aatortal ("vaslob les") in Sac. 1. (b) Contractot s7ati, at Itis *wb 640% end sepen44, and to a vorknahllks manner. fulty and latthtutly portarm and 401•011to 1418 work; and will tutaleh sit matsrisis, tabor, servl,:as And trantpor%stto.t iecesearv, mosvotiant and proper to order fairly to perform the r*qutromrnta of thit :onccAct. ell i4114sly to accordance with chs public Adsncy's plan-%. dravinge an d. spsetttesttons. (4) Ibis work tae be changed only with public Agency'* prior written order spectfyin$ such alta¢;• cod its cast aoteed to by tats part$**; and the publtc Agency shall Dover have to liar nets than •pacified in Sec. 7 without such to order. f0 p!g CLLO. Contractor shalt start this vork as dirocced in chs sped- $tit sea ae ahs ttotica to fretted; and shall complete it as specified to Sac, L. I�,2ATiO 011"I � it the Coacractar falls to coaplet■ this contract cad this work M a tea time las therefor, at ow ago being nods for .onctngancles at provided htesin. he baeomes liable to the public Agency for OIL its Loot 'snJ does$* therstcom; ant 11e44u04, ogiro the •*tut$ of the case, it is and Will b• taprocttc+blt and +rxcreo#Lv difficult to "$estate and fix the public Agency's actual damage troy any delay in psttocmence hefeaf, it In 4grs04 tart C@nttatcot vitt par as liquLdstod Jaeagta to the public Agencr the R,emaeooble Sao spaciftsd to let. 1. the result of the pelota' rsasonobte endeavor to **Haat# fair aware$• toap*adeclon therefor, for asch caltaJar gay's delay in flal*biol . alit work; oat it Cho SAM$ be Dot paid, pupitc Agency say, In addition to its other "V~gies, d*Aust the dans fees any money due or co btcooa due Contractor under chi# caa- " t.ittsoR. tt the public Agency for any cauoe suthorteet or contributae to a delay, tuspan- *Los of vock or extatol#n of ciao. its ducatlan shill bt added to the &tato allowed tar d$ONlsttes, but it shall Sot to dadood s waiver not be used to aafsat fny right of the OAsy to 4:04;06 for n#n-coaptattao or Adley horounder. purivant to Government Coda, Its, Ctetreager 0411 sot be *#*@seed liquidated d4m#ses for delay to completion at , when such Allay v#s toured by th# failure of the public Ae*ocy or Cho owner of a r.' m erm[!Fgy to provtdo for removal of relocation of existing utility facilities. t a no�Q'tl Tti, the plans, drawings aad tpecttl44tionS, of any PublLc Agency'* r bttf, 044 _Contractor's accepted bid for this work eta hereby incorporated into Wj a 99M.1,; Sed •boy are Latanded co co-operatt, so that anything exhibited in the l3is# or Aravlags sed not eestioned in Chs spdctticatLOns, or v1t# vireo, is to be i'� aMOaRed ao it oeblbtted, mentioned and sat focch In both, to the feud ineene end at using iltmto#f lPublic Ageatye differences Opinion tcoLtrfmtng these shell be determined bysAgentspociflodtnSe t ' (a) per hie strt4c and 1Lterel fulftlleent of chase pr*mt#ts tad eaattilelN, �• i.'ie full Soopm*nSgi6• foe oil Chis work, the tubttc Agency shall pay the Contract*# ��o y ppesitiot in Ica. 1, @St#pc %net in unit price contracts the Payment •halt i* tat {waAstale6 at wait bid prLC*e. r +:) on or sbamt ole liras day of each aolaeAar **nth the Ceetrastef &hail Submit te'' t, q u,MRt:Imb%it Agency a volutedhe application for Sargent, supported by a ststedeac sto� %633 gtateri4le ac&V#Ilp install#A during the pr*c4ding month, the Labor @xpeaded fiofaaA, She tart thereof I'vbecompon, after eheet�nl, tha public AgeOey 0 411 Lotus ea, k :�.YNsiaatttt s c@rtl2Lcats for the amount datatstood to be Jus, Sinuo 10% thereof putemenc ' i;^4 votnesat Code les. 53047. but not until defective work and material* have been vat, replaced and note Iaa4. s (a) Ths public A$tncy or its agent say withhold any payssnt, Of "too of lacer discovered evidence nullify all or any cortittctte for payment, co such •msmoes aad parked of ciao only as may be necessary to protect the public Agency from lost 'hesause of; (1) Usfottive, Worts set rsmedted, of uncompleted vock, (_) Claims filed or ceaaonable evLdancd lndiceciaa grobabls filing, :.()) Taiiuts Cs pcepafty goy subcon%roccoto or tur material ar'labsr, �(A) lsaeonobla doubt Chet the work can be completed for the beltocs ..�„ than uApdi. , of - (�) Damage to amuthor contractor, , ?(►) the public Ags%4y *halt use reasonable dlltgrncs to dtPeovsf and repo cc to the ;,. fmmitactdt, as the Wark pfosrosaat, the macarials and labor which cit not atttStstto[y to �i tl$r so as to avoid unnecessary trouble ar coal to the £on(rattet In aaKing jaad ,tat y.' ,l,,otcstvs +alk op pact*. (t} SS calt%4&r day* after the public Ataaey filed its notice of completion of the bactfo (pals 2 of iJ -14a- R1 4a-REi2I�3 {) iy 'ci S t y� cif A`i Z f { 7rni�ri fa +r��.'e i+ ✓ a,r ;J"'� ' t '�. a + f r ; kV1, a� ..<4y,�a II walk, it ♦hall Issue a certiftc616 to Cha Contractor and pay the bel.ncs *far' 11 or Prlte alter deducting all a ovnts withhold under chis :ontrecc, prov►Jet the Contractdt skews that all CLalas for labor and macer HSs nava been PA14, no elalms have been ►raautsd to the Public Alency OaseJ acts or omtsataha o! tfia Contractor, and no liana or wt-rhhold Motieu haw• bean fit.d .00.1.at Cho work or alt., and provided that* are on( losses a►le indications of detective or missing work of of la U-tacarded notices of liana or glatme agalmat Coatroetor. t1ffVRANGt• (Labor Code (11560-b1) On etgning this contract. Conttector suet give Y is Aieney (1) a ositt fleets of consent to **It-insuri Issued by the Utraetor of 2ndeetrt9L Relation's or (2) a csrttttcate at wetkmen's '�ompenasttoa In.uronca issued by ss 5Jslttad insurer, or (3) an exact copy of dup)icato thereat certltlea by the Otract+r er the tesurer. Conttector to aware of and Complies with Labor Lode Jac. )700 and the Workmen'. Compensation Law. JOMDI. On slitting this contract Contractor shall dellvsr to Public Agency for apptev.1 loadand mut/Iciest bonds with euratlaa, to amount(s) opecilled In the.apecift tacisms, luatanteetng his taItn(ul perlormenT. of this contract and hie payment for all label and sacerl+L heroundar. 11, ►A1LU111-.TO Ptll ORM. 1f the Contractor at anv time tetuses or oattaCta, without fault of the P%6Publ't'c Agency or its agent(a). to ouppty sultictsnL wateriala or workmen to sesplet■ this agreement and work as peovl4sd hovetn, tar a period of 19 days at more alter mrlttam notice thereof by the PubLtc Agency, the Public Agency may furnish same anddeduct the reasonable expense* thereof from the contract price. 2. LAWS APPLY. Oanera). both parties recognise the applicability of various federal, •bac• ae4 Loea lava and regulations, especially Chapter L of ?sit 7 of the California Lm►sr Ceas (beginning with Sec. 1720, and including lets. 1735 4 1717.6 forbidding dig- setatastton) and intend that this agreement complios therewith. The parttas spetl[lcally iti►alasa that the televant Penalties and forfeitures provided In the Labor Code, copettalty In fats. 1775 4 Lill, conceraing prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 'ICOMTRACTORS. Government Code 414100-4113 are incorporated herein. WAC[ RAt4f, (a) Pursuant to Labor Code Sac. 177), chs governing body of rho Publtc . Tasay Ku setattained the general prevailing rates of vases per dies, and (or holiday and apmttise vorf, In the locality to which this work is to os performed, for each craft, 610801t14 a clan, or typa o! vo rkm do needed to a a a cute this contract, anJ eatd rates are a► aP4141110d in Cha tall tot btJo tot this work and aro on fila with the rublte Aunty, and aro hereby Incorporated herein. (►1 Ihis schedule of vateo is based an a working 44Y of t hours unless otherwise ¢5s6lfLe4; and the daily rata is the hourly rase MulttoltaJ by the nuobtt of hours can- . 7 •'aitfsting the working day• When 1456 than that number of hours aro worked, rho daily wage t rf/1R• to ptoportianacely reduced, but the hautLy rats remains as otataJ. 0 y'r (t) the Contractor, and all his eubcontractots, Must pay at Least chess rates to all Muga*%* as this work, Including all travel, subsloeence, and fringe banattt paywaats ua��tfiyiNed tot by •pplicabl• collective baraalning agrssmanta. All skilled )moor not listed MINE ,.itr• suet ba paid at least she wage seals ascaeliahed by collective bargaining agreement k'k tat such labor to the locality where such work 1s boing performed. If it bacomas necks- . ;, r;�litfy for the Contractor or any aubconttactor to employ any person In a craft, clasalfl- j' lpttsa or type of work (sacept exacutive, supervtaocy, edalntatrative, clecteat or other t"riss-sauual workers sa such) for which no alnlnua wage cats 15 specified, the Contractor *.?shall lossdlataly natlfy the Publtc Agency wtllch ohalI promptly dote Caine the prevatIin* k�age 4rthe aturn sClio eCho Inium llappl. tromthe timea( theintttelemploymentat thepercCle ( sonatto tsdandduringthe tamtlauaate of such employment. NOVbS JPLA W R. tight Komi* at labor In one calendar day constitutes a leaai Jay's t►a Pb, ono no workman employed at any time on this wvrk by the Contractor or by any awb- - ',.i.-j;,daJltreetor shall be fequLrsd or permlttad to work tanlet thereon eaCdpt as Provided In 16a60r Code Secs. tsIv.-Iat5. s: APPA!VTIM.. Properly InJrnLurr4 app rent:.ea Mwy be amptovsJ on this work In ;atgmrdanco wttrk Lsbor Coaa iota. 1:11.5, and 1171,5 o non-discr4alnatlmt7. (Paso 1 or 4/ Rev. 1'2173 -14b 010 72 z•''t rl.y,°a-.� `;{ ir� ,.�Ji,-P y .,.,x`+, ttC7: r};11�4±x�1 ,idk� r,tt • I?. JAE N E /aT Yef[1ttA S. The Public Agency desires to promote Cho industries and !ea#!my l�:rc Csac, tvunty, and chs Catitraccor therefore prost,es to use the praJuect, vatkms•, laborers sad Mocha Ica of this County in Ovary carr where the price, fitness and" quality sae equal, �.� t.N_T. this agreement binds Cho holes, sucedtsors, assigns, and representatives the !G llttaciar, but ho cannot assign it to whole ar n part, not any aonles ,ue or to e d basestYs usdor it, vi : thout the prior written consent of the Public Agenev and tr. Costtrafter'o surety at sureties, unless they have wl'(ved notice of Assignment. ' sT tUs {C [% (nsp.ctlun at the work andlur materials, or approval at Ysf fel ![ mrterlala tnspec a or statement by any Ott 14.ft, agent at **ploy** of the Pu►lis Aunty tsatcating the work or any part thereof compites with the roqutretiants of ` Chia a••tfatt, or acceptance of the what* or any part ofsatavota andfor satnflals, met ' Plymaata Shstefsr. of any tombtnat&On of the'•'. acts, &Mall not rof$eye the Cootractor of his s1111$4tiea to fulfill this contract as Proscribed. nor Shall the Public Agon.. be iboflby !ltypat from brtnging any action for damage* or rnforCentnt art&tng from Ent failure to *early wtth say of Cho torso and candtttOno horaot. LtS3 ! tNDENNiTT. (a) Conttactot promtaoo to and &hall hold harala+s and es tea l 111,0141 flabtiltit# so doflnod to into sottlon. (II Tbs teaesatcost benefited and protected by thte pforloe at* the Public M ane• and it olostlee sad appolntivo boards, cons Id a Ione, affIter0, 4%*it ta and eaplov9as , (s) two ltabille oo protected agsinsc are any liability or claim far damage of a- bled altlgedty au &orad, incurred or threaten*d because at atttons defined below, tncl"t:jt Pifs••!t is}wry. death. Property dosage, tnvorse condemnation, or any combination of theta, Iffefdlsss of wAather or nor svCh liability, Claim at damaaa was vnfotosoe&bio AC env ciao before the Comsty approved the improvement plan at acceptrd in* lwpruvasentr as completed, !ad /ailMdLtg the defonss of any suitts) or action(*) at lav or *ou/tr concerning these. ' (#) The attlana causing ;tabllity are any act or omtssion (neKllgent or hon• •*$slaves) In eannoction with the utters covered by this contra>.c and attrtbutabl* to the !!•stasssr, sabeontraetor(s), at any offiCor(a). agent(a) or top Jayoafa) of one or more of {Ml, flsi••Clnditia9.e, The promise end agreement in this sactton to not condittnned or 44 006'"aft so whether or not any Indemnitee mat prepared, supplied, of apProved an, plan(s) •y s�esiti++tioM(s) in connection with this work, has insurance or other ind*mniftcaiton seal/is say of ths.n mstt.rs, or that the alleged damage f*sultsd portly from Any n.gtl loss 'if rt,ilful mtssoodute of any li:deanitee. F _ t &. i� r t 3Pdsr t of ;) Y 4 " ?+ 1l "3f y J1GrWk"ire# 1� alatttfrylyr)� 4 , ' 1r .., ' � 'm��r}r"`, �t?.. �.';''SF,y.�.sz:�,.v�i9.;r�.^ .1..�.V�`� ,, s -rt>H..z... } r s•�+i,i '- z DIVISION E. E UAL EMPLOYMENT OPPORTUNITY APPENDIX III � (Housing- & Community Development Act Guidelines Appendix III ?: IV ) I. General Responsibilities of Contractors K. General Obligations Contractors biddiug on non-exempt Federally involved coa- atruction contracts should carefully review the general requirements relative to affirmative action and nor,--diac.r:Lminstion etipulaced in the Equal Employment Opportunity (EEO) Clause and the Federal EEO Bid Conditions, wham applicable, whicb Inco morate the voluntary minority utilization Plan (RoIDetos.n °len) and/or impose minj.mum calror:ty 'utilization goals ti and timetables on ccntractors. Upon award or the Federally involved construction ccntract, the ccntraCto'r Will be bound by the requirements or the EEO Clause and j applicable Federal EEC Bid Conditions and must be able to demonstrate : Compliance with those requirements, including the designation of a high level company official to assume the re:,ponsibilicy for the contractor's r E10 Program, B. Notlficeti-�n of Specific gesoonsibilities s Subsequent to award, but prior to the initiation of conscruc- tioa on a covered Federally funded or assisted contract, the prime . 11 Contraetor.and all ' =own 3ubccrtractors will be notified by the Department � Of Houatag and Urban Development (H-UD) , San Francisco area Office, which � awards of administers the contract, of the'specif is reporting and record kaeplag requlremer;ts under the EEO Clause (Sae 0-0-1 ) and Bid Conditions. { ' I C. Notification of Subcontractor q Each prime contractor and subcontract3r shall include by rafereaCa the EEO Clause and applicable Bid Conditions in all advertishme:is or other solicitations for bids, and shall include verbatim the "CEO Clause and applicable Bid Condicions .in all contracts. Each prime contractor and subcontractor must provide written j notice to each subcontractor of the specif c reporting and recard 'keeping } requirements :.:.der the EEO Clause and applicable Bid Conditions. Upon award of a subcontract, each contractor shall t=ediataly notifp the I ' Pair Housing and Equal Opport-anicy Divtsioc, San Francisco Area Office, Department of E.�using and urban Development (or the Contract{ag agemcy j who in tura ai1l notify FH & E0 Oivision) of the contract number, the tubcontractot'S nye, dollar a.c:punt of con?cract, estimated start azid completion dates, and the crafts which will per. o ra work under the subcontract. 5 Rc i Yti Jr ���sSAiti t€r 1 ld ; M' z r.'..ra" ~.d,i;����-.5s.«z q, U0 y, ' y .. '•( �+ 1(1(1( s II. ObliJatiors Under Federal EE0•Bid Conditions A. •• Hometown Plans Part I (Voluntary) j Hometo•wa Plans are Office of Federal Contract Compliance r ' PTogrou (OFCC?) approved voluntary urea-wide agreements between the c 40astruetiOn industry and representatives of the minority community establishing craft goals and timetables *or minorities. The Plan and the signatory participating parties in the Plan are incorporated in Part I of the Bid Conditions for the Plan area. Contractors sigratonj to and participating in Department of Labor approved Hcmetovm Places and utilizing a local craft under Part I of the Bid Conditions are required to comply with the provisions of the Plsn •and the EEO Clause. - Removal of contractors to Part IT of the Sid Conditions and/or snit ation of enforcement proceedings may be recommended to the . OPCCP Lgional Office by the Administrative Cowaittee for a contractor's failura to meet Hometown Plan requirements. Such action may also be ; initiated directly by the OFCCP Re3ional Office for violation of the EEO ' . Clause. D. Hometown ?Ian Part II, Aonendix A (1-noosed Plan) ' w and 5neciai. Sid Condit.icas i t ` Contractors sub;ect to Part T_1 of the Bid Conditions (including contractors participating in the voluntary plan but utilizing ' Clef t(9). subject to Part IT requirements) and those affected by Appendix A of the Xreposed P'_an, or Spec•!al Big? Conditions are required to: 1." - Comply with the EO Clause; 2. Meet the miaimum. goals and timetables for aggregate : workforce utilization speci. ied in the Bid Conditions an dior Appendix A in each covered craft an all covered - wart: in the area under the Bid Conditions/Appendix A or provide DOCLIIEENTARY EVIDZZICE of good faith efforts to implement the minimum acceptable affirmative action program; # s 3. File monthly ors directed by the contracting or'ad� • ministering agency, beginning with the effective date of the contract, work-'force ut'i.liwation reports (Standard Form 257) ref__,cc'ng the prime zontractor's and each I sL'bcontTactor' s aggregata waYiCrC;Ce in each covered craft j W4:hin the area zovure^ by Cha- 5wd Condi tions an' a one time listing of .all Federally-funded or assisted con- tracts within the *id Condition area by agency, contract � nbar, location , dollar volume , oercent completed, 4 proJected completion date, and n listing of all coveztd t j npn-federal �lork. Monthly reports , thereafter, should only include a ; fisting o; ne*.r contracts received and current contracts cctnplsted. 075r 3 �IN *�•,3w'�,^m*`!s �,.. � p'^ r �Y�'+�.,�-.keJ'¢�,•'t's"}.£LYi...,rt!{5�`.,Kh�,r.N.i�.4f ,fit xit sr ma...t.i1 .;.,a+z�w�Y ,i+.4#r i� ,.,.yy:,moi;... 1 4,; Provide acceis 1:o books', r.r.cozds, and accounts of all covered construction sites and docvmentaary evidence of V*!-' ­+ good faiL•h of frrts. *_o the Compliance c1C�cnc;. and/or the Office of r edaral Contract Coc:pl ion. e i'rogrnms (OrCCP) for the purpose of conducting a review. When the Compliance Agency and the 01 CCP have d � j etormined that the contractor has consistently u:et th.0 minimum ut-4l{zation goals in a covered draft over an entire rconstrucLion season, reporting requirements will be changed From a motithly to a quarterl,l tani3. However, if a contractor fails to a,eet the rrinimuia ucf lizacion goals during any quarter, monthly reporting requireatents will Un rainstated. III. EntAr+ameaL _ A. Compliance Review Cint,ractors tailing tc meet the minimum uti llzat-!on goals specified, in the Bid Condition--, or subject to outs arid' ing allegations of di.soziminaticn in violation of the C.E,0. Clause wil?. `oe subject to a thorrugh review of their implementation of the A, rwrxatjve Action Program , as specified in the Bid Conditions and, where required, a thorough i review of.. thre.r compliance wish the C.Z.O. Clause. � r 1 Cocitraccors wtllhe subject to genet.'_ erforcemeat , as stipulated I in Subpart Hof CCR 60•-1 at the diocretion of cher agency or the CFCCP. A eomplinnce review conducted by the Compliance :Agency will ` consist of: the fo?lowfny; { J.. A thorough review of the contractor's bcoics, records and' accounts and other relevant (if a contractor ; ha, ;ret the sneciried raiaim-im ut:.liz.acion boals for the _ v. aggregate wurkforce the contractor will be nresumed to be ` {F+ in compliance with the tegcre e..ts cf the lkMd Conditions t t {.' and the review concluded', unless an allegation of diacriminat;ail in violat:_on of rhe E.C.0. Clause has been made. ) ; Validation of; the in.fornaticn presented x1.21 be m.rde through oa-site reviews of a sample of all of the contractors E projects to decerminw whether thr_ contractor has met its (. r r gau" or. ;ins ai ctle a good faith effort to implement all of ; the affirmarivu action atups spuz4Fled in tt,e bili Conditions, and has not vid2ited the E. 1.0. Claus e. N 1 ?. 1 rr .00W 0 .. ,}.;r._ ra.r,^3 _r}.r..�.<. . a _ - .k..,.•;Y ,. .. .. f,e,t >..,.,!rr„ .:,`t�...;t'� di al STEEL trn�� ontrac.tor. hng. Fai_Led to maetentary inimtmt the. WMnt that g c Cov:dc od_quare dacum i a �; fai:.�=d to P. i.� u�, arciri►zcive Gals .an.. . ad . the m utiliigtion A o ::�o?ement evidence of "OOw =d=='•1 efforts C i r�Gris, Che CU:•tL73CiOL Will ..ram as specifie+! ir. the g:ct t,aad--T:le ror:plia::ce raview to action Ptak.. r ac tl:e. conclusion ot'' i ned '�y an officer a£ bs given all oppertL..i_! > Which '�U bee a_�a { f�.c ►aL'l�tc'r CoS1U d tMe t5> r+�� d.r::d$ the •BVid'ir, make .sF •' all de`.icienc:;e.s• l�er...i-+ 0-and tG have violated i. the aamp$-^•y, to ec+edy dedr that tue. cooyr�•ctor ;yea not othet�alee been provided. Clause.. the. E.E.O. and approved ui�►de ''�.Y tlia contractor tar in coca- • %f such `n;r,Mica:anes ora - Comp!+..,ze �genc.Y th .`�5��`�th�i.spPcia=c conuuic:yen:s• b ' P,Lata and initt a.te. ;ronito:..��. • nt to. r ate_•tcciors Leading to Sanctions n i.-ti ---- i: tdotice o.. Intent ---- . : C� : r made, fails to : t�:e cootractor gc;:,s. to .matte, or .nave- ! t and l o- 4as been focttd to 'ha•�e ::'. gate remedtal co it:r.�rthe.(:oralianc� agency will issue. a impint,'.ade4 :E.0 C_suse, 1 . .� days foc the cant:attar: .. ` ' othr. ¢a:violated the rvvid...ni; l:h.a e1° ires .to comply ahoy► •cause the'rtdl.��o cal �vtdp�tiGe wec r~�luir3d, cu demonatr4Cd: ti �o' COOIe .�a ori' wick r 's : ogre re+�sdiaA�'co�nsni.c�4ccs;.: . make. adeq Laced. r.�:o .E.-t;!i .Clause. that.!.t has not . " . , a 'and/or coa®it P:rons,.ra.t,an(s� , t£ the cont rac:tor.;usksa 911Ch 'L� , ti ar. • • • a., Agency ,+ili••�+{chCra••r _hd:shave cause. noi:ice and. . . . . . . j .. .ca. Ag t ncuvy ca ei. apt any vl.o+a mets'+ Che C°wp�_ r is corap__ance, ... d - roceed .8' h. actions r: thy contxactox t ntridt n9. a"k-^•r! `° ? ;'•.= plaCa., S*.itei '•'i G&%Usc o Awv p sBrC ons. :meadia$ t eZ1.n to Via^ tions h" • . • Iriti ati o f Actions.to { :thn 3Q-dsv .ozcidd .Provid'a='.tohimiactOr pinatient .'the minioum: : dur_n$ ZF, �cc :iai.th .ar.='� pc!e c:ace com:aitme�ics £a 19• to ZocLmenC :.adqur t� .'3 rA wta - n. ls. -:. l.s,. to .d„ onstvat+e. a�. .� re u-L�d, �. .... . . : afi°r--aci.•�e .action Q :. w �a. �. y -will requSxed: r or (b.y ' .amp Liaace ' t_nc al. 'da fcincie ' to cat�caGr 3anct ir,113 3g31nst the of bi:en:v�-p'-scF�l, .the xbat the. ..g,g.t�.'.Clause. . . ...the . apo:ician. 1LCa,actions 1pad .nt3 G8-? :coati ctor, p'-rsuant . Cy t n ?proval b7: t�iQ• ter .Coml l.i•anre N-7.ency ,• d �:Q to.. aanctioi►s :::iR•.' .:�p�n �ur_h:::Lice .on .b 1.; M : 1. 6e 'noCt�. a '.G. .. , y sons 'xor t:ie ' "thy cantx:actor �xi :. =;,;►a:ria• . . " >.,t•:•,::. ;JOlce T �;. r4at:co.aril]: sc r.�•:: :. ra 'hest a. . . •h . psici.�ctd" .'to: 4:. �: .. • .ha een • ,..:. , •�,�,::, a��:•.Cha. c :/:... vide'�j c .ei��ni . . w!• ns:: ;;:• . .. . s �d.•.pro ;�:.' .a•;:: .'�pxi �"two _ ::s'. ;. A� a .•3.m' r te84. .. .. . 'i. ^ i•• `i r 5 K.• 11 Y•!' S"' . i• 1 f� {• •z: p r•iv i S' C• Y .� O s;.j'i'�� .y.:`. 's a •fie. .L •v r .a a{ •i1.. R`• • .'r•' ..v if• 9•' J� 1 1 E'. S •Y: 3 :T yye5aa / S %r •r{, 'int. VR. R:'1" r. y,Ye •,t ly:•i •.. iY Jr i e C•a;:r •�r •:.:. ::'-':.:•!F ..I , ;.,.... .f1S�e I�i'!:'�f(ti+" ��,� x�'�' Js �i' f 1a'�•`�.�•'..;-i�ii•i.cY•.,...,;: .�• y:' " � Nor ,J• 3 r�C ti 4{.L`u�,k',�s`•'f+:. 'dr:.:th� Czar; , •:.• � . : are d xiianc '. S, ap; -4 !'''i' "'`t�.� .Ct� '2:.'G;7t' : Cion ropy Ac-4t .�r�,i�,�;.n . . CC,.'. �•.L'?� Iii-tf�3t.. ,:' rerraiza '�a ., « _:cif: r+. ...t�..:::' :irios' chsancion ; fended cf+.barLnc off,.; 1 '.rf� »:Z.:.: yr '.iede:a! y asy!'stt# trail:� a;�i ';. a??} zsc�_n ' canceZla ,- $ ' fi :r ctN... .cfie.r . rodera anrllor.•QF �-or recta p. .` t �" T .fie ' . �� CRF; oto'-�;�� . ,t:�•r �;t�,� �#� ';.. � . .r :t'�i����� : �, . . •. iad' .,�:'.C�? ,.' .' rt�:,tc �3'?is '�r P--ance A _.% u' . Wi uhf nr . . "fir'•a�d�x• ,•T � ��i� ±GI?tt�. ::;��i-. ��." .. ned.. . . . . Pt rsuanC ". t•. .o :CO':Chi j.0 niC>: tT!3i •t -1,:j':'x &: a►:::' ;iot'tld ' ' kisi :tr r�R _ • : ' may be impc►acd 3Jx: :°,': .:l:r:.•. ,t,f ; :ve :l s, , a ar: n 'p$r � e .ro:"'. . � += •:fir. er'�.� "46 n C�r� x.� • 4. > as c The't••e ak c.r0r.": oOL.r� amendod, tasu _a_� at:.,p. r. :.� ' rhe ''f' .r': rr' , ePPrr�ved `try ; _. stri;;"... ... , . Ra��, � .. 'atty.•:con:: s.` Y rnti' �`anrA it`. .. n:Cft+ 1'Ve t_ dot - : . . .f,:',;�'�`:C,�'b ,,.. ,:>... ��on.csf'�•;spin• �� ,'�iQ �a��'-.t�t�• � , 4=r ii w �. � '2V, •-Tachn:tc •�� _ :1+'.:;�"�.r�Y�•#;�� .OFC . ris�•u�us��.:,;�Q: knee; ' i A• `a. iIcc, Z, AY Sa . r1 -i _ •t �Mar iti ~fes,' �., •:,�t. ,. . . , ��rctgctc • :..�;. .�7�,..,:,f�•+'' 'r- =:�, '��:o"" •',. .. �proy�'..-::- . . i�{���.c'•:'x •t'• t�' i;,[+''' , c' tPon P ,SAS, •37 7 .a. >•,Kt •,err. '�, ��. qh.3 3 :•j: r.. .,r. z^ +� :f(',, '4Y• 4 A+ 1 �'r8• :a'` `.a'rx•. :C:»TS'' Sa .J::' Y .%[.•+,,;.;e . .Ktit>I''f [ rOtr _ i ,..Ai• ��'•';;�• try,• a `"�•:' .ate•• t �. a..�.,..:•' t ,i•.y o. + •"5 3=4 %•3:, Fi'rk°jay ,;:+i+.i.• irk'" _•l:, r:.j. v:H H. ,S'M••'a•„ rR•:'lr�"+. i 5 s +• •'ii.'.i-t Vii' "::C: ,,}' .:s:Sa f:t. .C: .ro »('%..;r'tt ?'fie 5�':�2.Lr R. �'i'S'»:..hS....•f,. �� id :'t1 `ti:"t'wr A. .R. � CU .f•••. s.£i,_.a.!� l A '.;y� ,tS. .jY.•Se'= ..i^ `„i•"^G.{t.,,r, .\JAi�. '{'r`.Ail.3 f �•! :C J "�{i': .t5.-4. �.r. rr tf3' o?: � s. '.t:. .rsw^bgY,r;Y='..il. ! ^'4'i'..,. ;.t::.> .i�'• .?Y�• ,F. *:.� tr '� "'!s'+vt.' ;':C.'s's•:", .J. :la,. �•F..ra 1,«•'.'"'�:i':•.�. .1•ew"•' ..j.p F... •,r J'4f. ::t'., i- �+y ,•f'V`'��`�•�'+'r'•'?�.t','`�:l%rt:�''r::�'`.ri` ,.aa a:y.•.�:• •:`A --n3nY .3'.. FJ'iyr rr4a 'i -,�1`Y''{v.:irH L, ,1, Yi'^•:• *..:,��ai 'A«.'M1 �#v.r a.f...Z:Gt' -.31N wi:>{•:.i}�•!:•e'p'ti'w'j-r ..,�`:' .te! �.4i7 . .•i ..5�, _'�..,,j„r,`.1t;�c ,=a:r:•,•bZ;'"a .•;]l.t.,..,. •r;;:•{7''+E_,«,a_��'"' :5r�d, sf,•::;�"•i:.,. ,5;r.. .,f„��•,. -!'`�t::�t•/•-�; .r •ti:s ,}:.`' '#( ;;q+' •st t. :b..i rfr ,\:.ttic: ..!t1 .,Y.f .. �. i(..xs., s �tJ. r r a rr i2..�. R-u „Y-,ter, is\, .�... j^ s•,x, -.,5;r' :„yr. .F, ' »t?n"'. _.3•�,�:.r,:,iy.+ Y,"..,. ';t ,ti 1'�,±, rti;. :3`: ;•{,,�•1 `':v'r'., .t•:• P;R;\" .t.•.„'rf,�'-ih:: .s1t:;�`i'•'�1' ,u;•'M, rx. r:.ry ;. 3 :4•: ,S '.,Y�#.. 4. S h?; rS.,P, ..h1 ,t:{t.�°Yi' ,T`r:`i-;`it” +•. `:i: -� «'�, .di A'•+' �:+. r •�:'' t.•,.-0'•';:.-,;i iii } ,{• .-',.:�.3'• ,S" .',� 4• 9 �i=• Y'3• 'r, .tit• r ,:i't• r.t< 'S ,r.• Er: .fi, aY. fi.,•I ,'�:,t•. q _•i\rn r.d� [?r'- "Rl:?y. ''.tk•, "C'=yr%�`«', k' .>tia+ r.P,tt.s: •.;^�= t.',•,�.`• :,laa 2 '•,A�.s'c}'•'T'.' •,r. Y{h+.r,. .':'>•�' i,•st' •>:'Ys:i;�,^•`.:+',r»�:tth .:as- ♦f..7a,..,43r., ,rq, , i t, .i:Y'�i:n->i "-r, v _��:'-5.7.,. j,•.,Ar�� .i`.v.: ,"t':r' '•:�r�'F'..'` i;•,:" _ .t.' .•.p;' yy yy 'E5 ,t. .T• X- e:Y. •:?:•,.:9i:J•• ,r..•S'/hlu„'�"`l.R>,, ,v9 x•Y,t-` 5...,: JJ .9y Vr:.st, t'.f F.i. •.5 �s`.Y>s-'�.1. C'a i .r:.i',«a '�ru 13Ydr .iN '.j ti �-#•" •r. '4:<:i•.t+„ :S,Y:+.l.,S r.J,4� •t'',•�fy�.:A,•r xtR �5 :f. #a ,'•q.A+`, ,.4..,}Vt:�•'�..',�:ili!:;:S i".i. '.`i••r {�yf ..t. r ;,•r{i..« +'S,ad"f4ii:`•a;., �..� �%...tib, 'tw.t, �,(r'{i a•.4e�3 xl F•rk,•-i.T'.:. -.:i.. $.,r. {' •G;:.�.G•��'V:.rta ei1.. wt. .7 '"y+,.:': r',.."i Y4=-,W.M•• ,t•• Y.'K: •^4is �•i"'�' :�Y,�i .#:r„ y_'Y ..�}hr, 4• ,4:e ••S:+ ��•tt ..3`.t: r`.�.••4•:=!'•r`.•,��«�,,... y�,, .'C`•: .�ta�, 7i'e•P �,2 ,1a+.....,.,.«. ,;''4`"`-•" i¢^:� N.. +e M ”^•{Fi{q• -, F ro x✓ pr t l ;i�s`'; a# j^�iiPi>:, t`±S,w •`'fs. n &`;xa ..{.. e.'i;a 3.. .,¢n•R 3 •fi t»::At.;Yti..r,..,:: . ._ :�;., +,}: .',++� •*:;?,« sn :��'°• .,fit..,t.�k.•ii+. ..f.. ,ds;:#•'i:?< ,:s .•,r:•:R..v. ],.•X .A b;,v:t1". w-i i=:+9 K ro. c a:i; <,]r:,.. yy =r,. :i\.�*" (( .'�1.ry Lr„5��s;�'• n:t. "''”' :iy,..r.S`i:-. 1 i•✓ t ., # r._ . • {'F�. .):k f:'r• 4 r1.w .'S4,<:�..,;�.A:•AsF.-••`'rS.iA"i. ir' `r`'a�'?^.� t,;;�'n�:;:.5'.•$:"t?u' a.iry...r w:.�. .s}.$,':• w:�x;y.;",n.. .,#:':,::�. '� .:A: b A;q;. r• :. t. . •.r5,.. +'.: -; ... s' A, -r• a. .r,,r...t <e�� s> �`5,+� :s°�-} 'r�:thi-�, �`.w� x�iw• urw+i.-' •..�•: is<.;:..`'t'C. :��•x• c•r :y:.:'•r ,r •3•"', ..�rc•r:e°'•�:t•'r�: ) ..K. •,t]`: Y'. .t, r.'+` z,�`'3'yi::`=1w K i-,t a.t" i'i;;.�4:5'A ,t'ry ..•L. ',w. .:x-.cr- :#:,.,.x>..#.v• , •i-`.•A. . }•i'Si l,. A� .Z«6 :'irr�•»;:..i t("5.:�^ �.. •S' }..l 'f•Y• 4KI�S" :h.. 4r:•r :.�•. 7fi✓:'ix {S :•5,r .t' j:...,t :r 1•..�d :tr+^. •] t:•{ p` ,i': '-.s... Y5 �:i •'•T.• :_A r.,i'.'.::S, n... : ::- )r•, '.T t k• •:a" ,•7'•' r•A.7:r •at4. .:k'. +.,�'tk^•• ,'sf,-l'•':. •C• £:•r ��,,..•i: S':t'#',`...,p;,,r ..�� ) t,. .tis �•:r^.:,. `,jj,,, .,1• .. r.,:.,..x 7'•..;,3,.' x•53`.' ,S• '�ryv#i" 'i',J :l !Jy w;d: •.t'Su •i:.� n.T, v�M.4 S"cc,:':F"':'-.. `'J: t'�'. .Y•.:s -5....5a ,J, grr H" 'yr•`S�A,i. ;24,•' 'A SQ ,Fr1D,•'t "t.. :''?i't• ..: i'rt:#._u.`."•�.s,.;a•. .i} :�•. .�'.•.,,:, ,rt :�i�._•.:2£stt. �t. A' Si : fi`:rt•',iai^ .."G...r ,.�. a L,. �r:'•5` •.Sd .,\ .L >:,?},".• ,.:'%'';:...: 't •'-r"•}' ,}: :a.,' r. '`tr' r..ri^^ ,i'- .i.•"-'CS`,:.< .r,Y,:F. ..5{'A,r mY•..t:; ��,semw4" 4: ."j: ..L' ..a1t<, 's'F't a'.Li•i _ qq 7•` «+`l Z :..•3 r.e•%'` �, ct G• r.`a t:r. •r` .J,ff;�:• :=7•?= ..� ft r ;v':: ,,;r:5;`:+5.•�. ,Y..x,'+ .:r:i $- h ��:^'' •t'.. •r M. ns. ,,y.r... `: i�.`•5'•?."`w'` •4i :ta. r. :r• �'S. .:}• -;t e'!':: .r' .x•.`i.t.• ' 4 •i. •iti f' M, ..�.' ::ti•�s":!': �qf. �. vZp.• S: tlti: Z• Pji't ':-?«,•Yro•. �`>.'.h=•.•':N.`r'kS.G�.'..r.5••„ •,:3� r .�,. .y .v••st'. ••b'4 •x, ,�.�'1'::e::i;' .x::d^:';;;:' -'i.'"'#. :r}>, .[ !. ::tirY'r,5 *•,-E`•.Y+.,.r• �:i,:,'a.'"•eh t':"„Rdr.:;: '�, "r..i'.; e`5,,.,4••4'yay., �,�s�f,:i"+:q..a.. :-AWa”. •<, : :'tra.... •:�f'{{ ':n"#« x.A•3.� '4•r S•:•.'! wi '•G?h.:•.y.. `5d. "F✓' "ti:•:, -AWN" •YrRk � l:t;.r s; •:ft:ff' ..Ra".• r• '�5•: •'•'t!.t ir\ i}!' I..+: •`EY•t; '�'"k, :'S•,F.C� 6.. �.t; �...1=.., r��t a:.�, .'4:• ,-h�::'js:''' w,.r7•;F'% '!;'. •.5. .4;'! w .u.,yf'•C^"a'«• J',-u`i,,•yy. ;ia.``f'" .a•. 'S a' <.,A i g ;i'. <.R.• :•['. A.}, .?R.r•r -'lt S {.:.:3a':}•.: >,tr.. .•is;:s..-.:,',•.5':. ?;x,•ni: ,•t•.•rrSY&?..:va.,y Apr .S =?•4.':'y'rt,.itt t•-st y':..':" 'F':.?�' w s •::+;^r.tt.."....::v •X:' u,., 4... :d•.m�iS'... .1,r� .1:-:'' :. <�. '#,"y: .?•'.•• ..i :yt.. f .,f-i.;." r''+tS:r,:i T. 'stgs .,A3, ��•� .!,. :•r4•-, f ::tom r:.:Vit'•. t.. rj,�.t `'a.:k": !..•;-;, �t 4 .ih?'r ry: j. t.�ir: ,.it y,r•':t:. r•"t �':f.':•..^' arrf .y, '. �,'t`r,:r sr•:`. '!4'.c -rf. a F•. .�}'iaSB:r.:K'SS.c. I:r�:.::'ft, .5�;``:. tr• u„ •43,,y�.••��' ...r. :'t ...ctf. a.^T .*,'..y.;;;?y, , .�. :ij, �.,f,, .i. .'rti'ri rx.. '`.5=d•r.{•, 'torr":'",t.ir.�'•s tt•?:iCr:' .'{l�.,r,.+'�,i,'r." ..T'•.r� 7•• r"St:ar• <:',.. ••[5;': }':i, ::taH r•ta,�^ a_ .sv"'r -�,:hitt^ L:.F`'J;r... w r ,`t;,d7.-ix,. .,a:;�'� :�}'i'c.4.,r.rE'^',,,i,,: .�....*.•s:i'C''�5.�•. :•'a;,s.,. :i•;t. p• ,{. �l.,.rs•{l� .`•n 3�:'•'r• •.ti' ,,"*t�...�'-• •.{.. Y�7., t.^,25:.';S,t!,,.t sw t .`�s, ';j.+ ''k- 4; .}...i N f r .«�• rf, ie'N�•.^ ,,E:.. siS', �.yy:;?4 •f5h.yt 1A.«� 'ad .>•u. i�==' ,Ir.A.3`, •:-�` X. A :.if •<�ji: •:Pit :-•f`'.# ] Sr:Y.:ti.: "�ti',A"... .i,a:- �' ?i'i%�`t/ C'• e; i7, '•'A�?"` ., .,}�5,,:ti5A t' ''.f•:.;1,: ;'3%.'�4`, s: r, A •>"..'1 :c. .. r.r,., K ^•�i :-#,.: .x t.•. -:�;_ •i••:, !s•.•x ..�••'.. 'i• ., s. 51�:•. �.i p :,,':.;'" t`1!'.�ei:;r.w- C `•:ta7>} a-r,.....3,+`,•%w•sMv•.i•'..!.Cri.. ?^riw• rTr'':''�'=] Uf•(5 r. ,y'i nt59•"f«•. �:Y�' i. xY'> • Y•••''• '�f:i3':f:`ri•:fy t=•'"'{ S',N'. S•.t.:. K S,� �? ))t.//i:t•�w •5, :,r"'.:r rl.'. . '�'Frr tik'k 7.t« ,Y': -::S" :Ny .t•.. 5?p�. 'k A' tt .,y i'+'•< ,.. •ky...../�'•m...- :3'+,as .`4wirt'•i# +i1,e.`fs •:rs3,. ';•r ''i�•: U: Cr',':a..i,�.#,•.,..Y^:y, {, �fT i• ,'.!ii,', 4.,.}a' +'4, +. „#! f>).. .sr5`,b'i:. i ,/.''�r ll'�•.2,',r,'l,+'�;s'. f.. .3'tp �xx":.•,•<.,raSt. '35rr.{lr,.?r°?' 3� `•[.xr..t r'```•}•s: '3,,i. 3 •A ;rti"'::42l; .�£..'r..�i,•'k ..t',�,a! ,.+.r .tr..: a,:. .{: ,c:c '\.'i .F "...'cr�s/,t•;y`.,ra°a',s.4 ...at,'.r ,}`t_ ? '�ti.; •::fir •,.«r"CY, •.ra'F 3�#{.:r; ,s;il."C., 'a a•.r. : r.4't'v; .ti,,S. p ?.•k;T ^.:� .#i .s,... ^G¢j• .x.,i:'^ �.sz��a't:,, �,. #:•+.T t�'xc;,,rr .�''t.t;retl�-"?'",�,� .;i:+::;•,?.: r'• 5• i.• rif!1�:�{r1y..{t•;•'v> ,.�,•. ,.r•• '';�• p1•�.'t^fl t. !M iwY.,.y •'tFi=^ t5,{ ..Y ifi h.,• h L?::'•Sd`. ,T.rA•.: �-Y� „r 4•( ,¢•�.a•.,,, t.,�;l • :'o: i,:,L '.,o.j:i a::3•:L•;- :,'S?�.•r,,:-�`�` ;ri�r s>:t ,•,bi:• i•sds:]hS",+..-., ��;Tr �S't�a i+a``• t �:r :r'•: .� ".#:. .r:..i. ,-r.tit.,,..l:aEC•`.,•,+:r4t.,vys1.i.'c,..;:a:s'y'r`�_t'.s':+-•..<r'i,'i`;�i,.S.s`.�'i,i-+;;t-s.r-:i:.Rd.j'idta��•-y.,:•ir..>'..•+',:•}i.;C+r14-•{.r'.".';:r:�5'�•`.t�t#'•.�7'�;Kt .'w••}w,.tA y.'�^T".;t�,''r"St:,.-.'�',s?;.5rta+wr;ic_;f','y.•:,ic»;t.+.x:',`.•�'.ta},..:r.v";:,,r".,•.!•d:r%,.rr-:,?-,t3'tv,;..ts'i,'ax:5,.'t+.y�,rt.,.•ts�,,rr.�'.1'�_•.•.t,'}',*,,,,•'}:,�A'vr.r:•`si.,�5a+„;..,,t.".3�:«^v_i�#'_.y!.'s,;?1,,>,..a;+t:.:.tr,,:•."iom,.K4.,.:A.-5c�..f t,•i:L:•':;;•#+G.J':.?s:';;ri''i•%�fi`.:.V:::'t;:.,::y.;aa✓,i>,•'i:iY:S�rt•`tr..;:'t,.�.4ri:'a.•;":,;.s'''�Sr;,�:1j"�y`x;-ttti4�J•.ro.+.�t"1'A:`:•T:trYL':i•'.•}'..+.;,,::•,".,.at..,:t:r`.^r,$5.*•.•,4,Y•.a•.:R{i..•;,:r.,3Si"fe4'S,a.:S-i+t";;wr:r;,•'.t.#]F6i%..:_'f;•+':,n'.s.',�Y•:..°r.Ztt"'•;F.i','rVa=:,.i•:•:g','"i.rt�:(rti7'qr«;,i.,,A,•^i=F#�'t'w�''..'.,,LF,r4�r:,-dti=Za:.f�"'t.:'"n.'dt':',„i'�r,eN.•••''yh••4ye.,.vxh...`.-ar`siiik:,?:e�.xqr^�"?s5,<::.w�,f�t,'."::7•',:�'sJs,:'(•:,...{,p;:.•r."r.st3.;f,a:,';�;:'.:t'r:*;r"f�:..+,.n•-,,r."!t.ti.+'+•.a.i.''i,;:�s�4,i•:y.'r,s�r»?,+t'r.�:�.:(uM'.`��,n'r.r{t.`+x'.�si•.r''��^t{,�/"S�.�',w:"1„sis:E•t,a•.,�np`„:,rr.,i4:y,'rL"!rC.i3:{�:f;r=;.!c.1_li,f`''-�'Jt+r.+{�,..':ra+�t''.'�<'s;''.»%'tic.-•'ri,c'v'yhs:Se;�."..-::9tr w$",?..•J;:fY.:.eqf"3:rr.i:.•4-?'X.•].#"t'i:2:�.5 5x {syM•'ki,r.•x•.i•'.th.r'r,i.Cr.t.�1r•"`'•p-4-s�•.:JJ i,.•±•Dix y; .• :r'. {" qR a .a,:,•is#Y•:n'+).{f;>9.••j�< ''kr�:a•'i1;#t"-ti•t4,t:'t4'.t•.;,,{ ''ts.,4t=•?.r•;'e1.,::?.,'•.:�';'t:•;,:;`1. •�..'..ti:.r,s` -.i.•{''`..��:.•i i,..t.: .}.. `r` 4•" . , .22� .s!'ii�°•.t ',+.,:ta,dr, '_s"t�v.etc.,7.,r: ;:4. „dl i#i��`.,".+.tc•' .,� �*s. +ric. 3:";' 8.,.4 ,_.U+'�.•�Y'..,.Lz't•F..ce:�:. .u%;> v. T,, r >�;. .. T,rr• r, ixt is i:r: } K, ..,J..i.r . ;E�.r � .;.: t'h';. ei',=..G.o., :sr..Y"�ti<•.. :,r._i.#: q�i..4�:?513:•:'x+ ixt<: �i.iCf':tiiF,.55' 'r✓' )"e .�ri1.�,,}d }p+,h•'�,..;'?!5;,4 y Y ra..�'q q ,taL�et't�.•.-i,`�. r•u,;.;, .T Y�.qY, r�•A.v• "S.�[:•��•`-' ?,�e� "4 r•A,.r•S:�,t•.5. :•.Y....kll"'aJ h �' `wt�" G ��w:-" 4t fT'..E. ' la.. .i. ;•.n,.l.•' >'vc ,.#,::. , "�.••�'..';:3'+ii"'.i.:.tk:j,;q";';�:(.r.u�c5.4i�i",Y:`r.;='.,f''•��s+5r;rA.•.✓s:i...:4:33.t.EY.y'+,,,i.•.1.�,{:'.,i�t.yr.';:�'{,>•G.-.am,1t`�r•.a,:f37.'�b...••a:�,�•;:nx:}X:."�..,:.-;3:`4„_.ti:v.^•:x"`Ys':^`:a;+;+a,•.?t Kf-.„°:sy':SJ5:''�<::•s:s:is•,+�;.t'.t`irri.':xi..bg•�:{!i•stsy,,.f•.�':t;is.'t?((���.iS..'Yr,t.ot\,5',^�.Tts£L..t t.t{.r:.''•wt;Ct3•hsa"r•ts.0•}l�-T'i4,!>.?fi;N..'y'{.iprt�'"rtYy�'�„t*r`'-,:^.,-l'44 tF•{x'��jR2}ys;”�,`:!:k-�i"'^iilLrShyC.•"'rS..�'.'...•.•vi.Ti:.�t?'Nt�.7'.S'}4H.'4AfY.Srr'��.$,I,',�+�,+.rh':•:[:'�,.tt;•5r�st.'F?'•.»ti:'r'_!•:.rr«•�.rT�.�rrt'a�u',�•:5.•'••i.:o-.{_"s,r.i3%c.%A't,':r�'.t:+4?,1.`.sYt'hecs''�,;*�r')';','rr,;,,4•+�r:_'2;�':i•`.=;;.l`rt,',.?',,>•yl:;.['w�,:�•:ii^R4c+'t”..5.�:'y�;tr'�3h;i.i}J:',J.i'>•-!T._�,S'.:��.7;�>1,s•i[.,,,.s�'�P":�.'.-,•t4+n'�t3 S+:„'�rr-:�*st”i?r"s';.`:.i vliK;i.mw�i.�•ry'�:.s4abtt'tt,:f.t;.'tae�y'.`•:}AcKwSy��S�et,^�.S.i,y.•E,.•ir,.::.M�rt"f,•'A't/'s�•��'Fr,,tifi`�'.s�;rt.":3c,4x''`y;k1ga.�•,.,4,.k,v'#.�'�r3'#abrb��k{n'.'a.�1R\''*i::.}t:`?•:n..:.,c,yt4.Yt"ta�,.•rZ-,T'..R��,'4le�.'`.�.Aws`:,5=:*Sti>xKi:,„�:;.�r,:a:i?.r..,�a:.tfi"��:9:.•'r£.G.•'f„,xtR.;s�es'tfit:*;�.'•.•;i..c:r� } F :.t5:z��'.:�,s:..:.::�1,;'•.a',.t•:r.-,".�'t.;,.-LaE}>:...,..•�YF+,Y.s..'�+..,',•:;s':iY.o.-!'.::•.�d<�:,.:.�.r•.,t�i:i.i,aja•iw,t"`._,`q�•�x.,.A�'"_H:•."1•.:rMct•'s';;„t;;r isif,•::y�.i?stt.:,.7-t'c,+s,;+..ar";.rr:is,v;°:tat''�«•a?'"''..r'+.i'.y.:3'.,�'.�'5'�•�!',y3T•�k?w�t:t:.'ra�c'»•:r"��,.r1 4•'?'y?-)'}tr.,,..:Y:�+--•ii`�r'v4,:.A'�•y e;'.b'7:9vf,Y{r,•:th•xx`3..tCCryra.:�,*.+Fli.>Y.i.s•FC�.:,.rla�,..•7�.�':;7_.`.1•^^>,�,;5vc'i,•^trb�cP(4•:.,.:#•..;`.1 .t.e,�'F,{57;`.•..Lt.:X�'rr�?.h?r.•-ry'f:,-,;a"„y_•i”,.:`:rE r•$7�ti•�N`t's�.1.r •+::�•2-t3"�r•';�r.-t1+..£'j•r.:t�i,d``»�::,'3�'i5=';T."rt�7,y,'='E�:-•7r-::'yi-�:{Y•,,,:..i.:k_g.rr:W",..:,.. �.r'':i;«.•v�;;`:.'+•'sH' ir ?3:. x. t "' "a5'7 tig y' ` MR-4:P-01. �40e,aa`«'u5��ti'••:}P�._':,.''a,i.`;•;.-,;.1t7t:;-�F.. -.4:f f:.:':y:7•'t ,.''•;# S:tr;�.i#";•Jt'`rE •;.'!.,`,'' t.w...5. , .:•J ,':'•+• ; ''�•:. - ' ,. � sf`.., •a�s:i t:a,. X:�t\;�,`;�,: ::r.. I�t'i-r.s'�•t.. � +, t ,.. rE 7F• ��^ �#r'»err'.,«' 'R„ �•,,. Y.'y�•r'1t, `Y'•I�-:.�;ih `:'i:.y, r:Y.a;�: >r!'•. *:'3"•:` 3•"f R•� :a:"+, ,,�Tt,�-�.y.'r'c.-x�•• n• d tJ ',6':r� ,y -'�'t .r,^' :'!3' t: 7. ;t r •:,::ti`ic�,..:-••, i:f, f �' �,r :h r�ss: ;.R t'r tri �{T 'r5� .� y...Ya< :'r:Pr 7-r.5>,=-:, !i _� ... # a.z.'..rr•• «:4• ♦',+. .,^' `�_ 'j,. ,• '1_ YY•�..•v,•.. ,ir R? r;;<t':'2 <t a r",*t:, .i•(r<°i r•vt'fi:'); 7. +�, rE:.7''h.. �i'.'4 >•6 i. e`, ^'£j .h,..:� ':'•,f': rs lr•. 7� ar7 ,C,�'g't •.,. .�r�.r:f':.`.�•.x••.`Y:.,a:.l'•�•.!:tiI,t`.f:i'nr-:.'a�.'1t:.'?e.a�,"r.:•.•r,,�•'1:'ti'Sr:t•:;.K',:o,r4..4-::�},ps'"t�`,:.v+rr tl•.-tas'` :f"t•:,t•?'•�•,r'(1r�r�'3•ct,••r�+•'''.•Y'rt"rtf"'�5 q"S;:�.,5Ttr.•�$5ipp�t.`i?.'.r'Y�I.+P't•:t''.}'���t-,.•?a.•r�'a•.'."t.'Jv,]:g,'Y.,.tr4-•..:'.:'!.s�•;:iyt�:i..:r�r.',.Lt„•;f4.:Y•, [ajii rV�h�7,•r"+•'._4�,R+-a.4dst.,a�.„•:I,ti'i�s:i..d.•a-J.t.•'�.t}f'ta±•+'�j�a.">c<=�s�i=:T`F'x'h,•'rv'„-a::r>ti....:f::•..t:r::A`S;(,.,.;t'.> -�1•r3�''rrL �.T1: ' ••.-,i*�"e.y.'<r.K•.�¢'.ri>r.tyye,.�I.•cc.•t ' -? *.t#,+.p6-i•t''-:,'4,:.:(.t,±;,;«•jt>..•i:a}¢E�. .{1•L'."w. i _ ,,�st•.•ir;x� ' :s -.,•Y:.�•'t- ',- :. !.- y,� .�•:��,�,^'fir.. i .� y, i{', i", tY' t• 4.• •_v .-\: re -:!•,:. ,.� 9 .5�,..�:jA's:'.:�...'..;•:.• .tf Pat.,.•. -. wttr' a#` '>jrf ,{,, J.' Y. ,j�i.�Y:gs'�j• :i�'• v l'•,'S, :r"" d •} ] „�» �.tt:� ,t;,r. '2.^ r.f:`:y •� wJ. ::r:'l:,tt>,5:t'.' *'?:: -✓. ai �rr ��, 4'\«, ,{�sr: .�;f .w.pl=.w. "•.i+':��''� t�,raf .a.?i:�• Jy,d;j:=, rt'k'y:t:::' tk«r f;.z{•'.,. ;-r�•�'.t�: e� +s.R�•�Ns,+f.::y,•:• =:,1r ' r;� ,_r 1�} �;�:§±�.. ''+'k..�t�d.":Y 2'.,�'.t;: �r,�� '••t°'. Y�r„. .`z:r r' t `r,q� °�`" `'a,.�'•'t. . t"riM1..J";.r ..:::� . 'S'! r,;X' Sr a a�, �K •3,;'•.:;:�w�tr,:+.e ',L: '` :f.• +[»°% i.,,,:.... .,{ y`•� ::R �•.w,.ir':.t'': ,.�:• •s•,f-: r "�"i^Ss".v...-t Cxr ••r. •c'{ i,t F,r,a:T., ' `t'K„Et: ;r, Si, .t { «SI Say�A' •=fr• �` .b�.E"Y'=rl'y a, 1`'•1,%, a '; Sy t,S-„tt:.9,' L4L«. ' '~"��P.'.i..se,e;"yY •:��'`v,l;: 'S ',c'+�'+ ")r ,z. / "s`., h, ri r .. .;`.-'.;s::r- r'{. �4'.a t.:;. �w`�,v '•cr.s v'.,4r 5F r:r*is,,^,uhf,�” >�'t iii.,•c.�:ti#i s!{:..J. 1. f{:• s,.Tti'i: s'�str Yr t ii,S�'f+:tfr;�•.,", r :..�. n�rt•: re+:.=SitjY...r .tt� ,.i'a''�,�q�.,�#gi�p..'?#..'�="•};fi,s':7v',rd.r,-�5:....: .W� '�,1' "•ra. .,y,�ty;•;,�Yry`F`t[;`•=��t' . f •t�' APPENDIX IV tr i i••T,.. ,r.^.•r ,r s r:�,f�'� 1:•yl!ENTS Z.:+ a. .�y, r:�', ;14.''�•�•ii: � �i I` 7 �•,� •7,r , -,10.\ �• :'J rJ{:n'T!'1�t.r•.� � •�•',•:'..���' :','. .,f�JJF� yf�r�..••1 ��';,q�i� J''•r..�; .:r-` E.01'AL :J•J��1�+,'}rl.. 'K - xem } ;c ed--ras. ^rr' Feel..eral.c.v–Assi:? .�c� Construction Contracts c r `.. .',r.. ...F� 'tI.I: CON s� TOR) F.t\�iL�,'.+�,7I'UIrR, cm F.AC7.ntt>`.pP, ��J'r�'l)lF'�«r��`CTOR ' (. 1• ' ' MUST: rvu ... C�}�'-e '%JIT) ':t:K:T�1?w'R:.MAT .1: 0 ` FI.S!'! .+T ; ,A, f.1';' 7 Ce�BLr, OF THESE. ..TO �:/x(l: C(J�;S'Z:r,:(:'!•T.ON !IUM` �`i1�5 TO US E. ON THIS' CONT l70'I N. f^i3Tr.AC:':�1i'►.ri `'A?.L ;rrf.5EIR CON lY%,U,C/;?(7(r-.w ORK (BOTai FEDLF,AL A.i�1D C{?iaTR,zk 'CO'S.TA 'C7t NT? AY.IVEA si' F..I-! THE PMjL^4P,%Q?:CE OF ,,, .;.r.. a ;i; {;,• -�� r,nn.,17TS X:SEU`TD THE THIS:.'. ON�'�...r:C, C SUB.Ci�:.,...P1ti0'C. .'� .. G.;air` t(: . ;:;G�OQAx►,1TT�3.«{�.�(:1,API: ,: ::Oa' 'ii!)��+:r• � :. OR FART II, AS1L17AT101; rV. �, Sti1 F-.',TOP . is : I1IrO�S OF: THESE BT n(r .A'.,). Cot AND LL''Q! tIR 11,E tj rr ? * _ YO�tS 'BZ ?.unP.':�,I;Y cooz :. Tn� .+Z,A. [' 71rm ',.'{� �'O ASSUME TME-RESPON- ' C±q�I'r' AC.. a. •LL AP1I0 , r ~7E .TIPYL`�ti'.�,'.':!1'.ATIr%y nF, 1'1ZJ: ';�'r,QU,7,R!7- —M IT'S T?RI-Ti' AND CONDI-- < ax1 �.'l:::t nit .. tryry {��,yy , TIC m�P nf :tiia ar.'G ' .o �• • hich aze: ve .raccors e. ^ t:t ti{ ��::;rt�• • ii= �'r ? J-•+i'a". t Zi.:�?4'll}xlt:[i' i.� -�. ..T.1�1n .'.0 {i. n •e . . `';,.,. ( on r. •Csy'��:i' ,..:ount• Are .Cnnstrtecti.�n .:7L. /CJ. y fir,• c'1 .: r- t R or vv n; t' ri si'.rr7. r t :1�i" .Jlht, S, ...��� f.Ql' _QU3}. Arn�' �• f•' ..p,_ .'I•' ht. 1JJ11 T v r ,.� •", and n'•^,.iY~n1J:lC':.:.=t..:.Cot rG"1 �:r r•3. Crac,Gt { r ,nA:..�i V T'...n{J_....! f `+ �•:t 't r . . r The. i, ;:,r_=.s .C;��Scz C0U-it Plan is :.L'{?r'{,:�e b t l: ..,'t .ion. '1 C: •t:: _a . . if. [`- .� L't1il:t` 'i h. Contra , ost& 1 !tt?:=,.a'!'.C:c.Y:: :a r . f:PI S3 C .is r1 a ���. : ... r f± �' k. �• r pp.rt_tI. t. j. 1 ,. ! ii•�.1 Mr.. � :�c 'hravI: cePr► • r �•p..i-. !rJ ). AG11)�t1 f!l1•. .. q 7 t._x,1^�.1'••... L11. i «als.7": +C`L F�' ;r •�t N {'� "/ wT,^ �•: .!'- � ••L• 1Y r ''4.l i�i.J'i.F?.n.J� .•i�•e' incorporated tid`', nay r+ r'rn . .s. 1ble 'e.L,:Vreil a r6fr. 1�3..,l.a.lC. t t.:{::`•,i,.;t.t.?=` e.' ••r �i 3 must ::1,.. ',r (��«•+x ir. •i.. ...P r.�upre t'• Cf',r - :� •'''r!ra C1.s.».�lC,_...4R em 10 f ee upxnj:.:,Jn o �. «' , }►, ''a. /'t ( � w ..as CO ..eJsa: 7 ,.r,:-•'.s T':•:i.Jw.-.p L` .nL'.. ....,F..r.' "Bi _ x,r►di.tiv►1. 3i•;. - , y:•r,. .� T n•:� aItit Pat'.t I Ox ,. �l S Mr 1 tU:... .�. t:1eX(;.,t t?1'!;•.''�J�� ;0. T? �{.3 ' ;;:7%+;;,N4'• ,. ,.; .�^ .; '.i'�' f+j:.w' , '«+: '..t 'O.` 0 R2 izat�AA '``L :�r :r ►r..> : wrA,S. D:.1:: _�� �� - .'; " :.r.',• : t:+�': irY Cuun!:v:°jHn -as CQ: one ��;•'' = {, Whj:Crli`�•.'xf!,js.t'n:'a!'3':• _L,g.''.�tcp..�:;ti./�'fti tri': r, �..e..i?..5�"n:, ��: � , .a: .nunty' P nn �.. :' ,t4:.r{:� 2.af�oc or./•anization ,.,..� �. !, ;i ..:'w... tae :coi-: i' :,. F ' -Dec f,,t. cem-r__� y: 4 ' = t. 4 , �= r>,r, {•::.rt>: .::,.�t::•�''_is�ra.tl:�7ri:. C'' '`:^;?:�.t.. ."+w.:C•�A...• eJ�1:tr.rlc.c0rs k r.: :, y .� s ::.:: 4. '.f. •y'r t :rti: :'l :itu$C C.QT.1 :i:• t'. , ;'.'`? 7 .,. r i :.. .f' : "CF6 A.t"St!. h":':.r;: I. A—i.r"F-, 1 . r•....;.. :,..�:,'.:�1 [`;_.l.S� :f1�.:•.,�rOf3:Is.' for. . QLi:?!C•L'' T ,•r� yrsei �li`':tt�l°'t• ..... , .. ... .. .... ..... ,,. ..�,� S r N. ... .t ... .. . . .�.... ... t. 5. 0 cheAe B�:d'';COn ; :. >f=� , �a,• `r.'.�. t.•. ..:rik' l., �.: - 1'':. .,t t ._:.-�: �',F•.r� :Con:t�°'s.c..+�r.' ,:c�P... ;>'c,t: ....c�;r�r •�� ��st _ �_ P •�.�,. •.si i ns. .� a„n.,a:_.i,r� :r�:u C'r ::.;> '>:C,. .� 0 a : f .a f 1 S ,.....tK ,, ... _ .. ......•, } r • 1 '1. { n t ,r 1 •1:' A Y t ,r..... ,....,.,s ... ......... ,.-..... ! S t. l , ..., t ./ ,. k , v' 11 2••%� l �7 ` d rA - �•L r: •�:l�ir , r• .r. t LS ray Ail 1 ” yy �. e .. .. .,. l.•x. .x '7 .K• `� l .ti 1 .1 x ) w. %t 1 ) • � t 1 i r::. ';g�'�'';is•�:':'.:.', :ti�'+lir• '� r j, ,•M r•. `'h r, .. ,.,.r.:YR-r•..1 �t''Tn''"Atrx:,V-14' S5 ' ,•���`, .n �:5.'t.'_i• ;i+4ir':,�?°:Y7teJK` •f.•�[>:nt+lr�.d. t.'k1'N"T�.:'i'i,f:•V:C'•:'r Y :' :..t4:'ir•:4siif:��"`,tii.•.... _ :�.._ ,:. :.r?,4r.d•'.c.:.;,::.:• '�� „. � r r' p,+,t,g�7 ,rr + -7�� �,e�•� ,�;,,,nt �-'7S4 i(„ :'S: ,-.'�;1,:J..;yJ4'. ft+�Jr!'i':(<' v,xcs 6�..3°w:': ,``'...,,4v+d::?:.�:..,.. •tia...'t;•..c)' , :fie,. '!i:�ii[ii1'w rs [7�t: ��41Y , n +:4f• ��� +�.rF. .:i.rr..i�f..,:��'�:•17+h+> u r. (.:�n•;. 6,.v„ i.1 % Pani II: A. Coverage. The provisions of this Part II shall.:b`w"Appli- ' c table to those contractors who: 1. Are not or hereafter cease to be signotorins to thu Contra,Cddta Plan incorporated by reference in Part r hereof; 2. Are signatories to the Contra Costa Plait but are not parClH;FLb ' collective bargaining agreements ; , 3. Are signatoriep to the Contra Cos" Plan but are partite.`�iD>-d "�;it- tive bargaining agreements tgith labor organizations vhich arsfisot,,dt hereafter cease to be signatories to the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan and are parties to �c►l'liec- a; tive bargaininfl agreements with labor or3ani:ationo but the We"h'ave not ,jointly executed a specific commitment: to goals for minority 4**-Ustti0n i and incorporated the commitment in the Contra Costa Plan; or C ' 5. Are participating in an affirmative action plan which is id}44witer acceptable to the Director, t3FCCP, including the Contra Costa'::t4 '. f 6. Are S13natories to the Contra Costa Plan but axe parties tdrM'tb�tac- tive bargaining agreements with labor organizations which together have failed to make a good faith effotit to comply with their obli;aftend under the Centra Costa Plait, and, as a revult, have been placed ;%Mder Part 11 of the Bid Conditions by the Cf Tice of Federal Contract,Cttapliancq Programs. B. Requirement - An Affirnativc Action Plan. ' Contractors described in paragrnphs I through 6 above shall be' V. jact to the provisions and requirements of Part II of these said Ctions -` including tht Rcals and tirnetalea for minority I/ utilizati0eti,'"d specific affirmativr; action steps set.: forth in Sections B. 1 and 2 of this Part ri. The contractor's commitment to the goals for minority ._ utilization as rig{uired b;► this Part II constitutes a commitment that -it will crake every good faith effort to sweet such goals. i 1! 'Ninority„ is defined es including Blacks, Spanish Surnasrli`AMeri- _ cans, 3rientain and American Indians, and includes both ■f►''t ty meat and minority women, 09080 -18a- . . ■ 1 y� I�I1r.�rr...1�..+�ny�Y��•�•. ,��YID 1 ,?% • r.+?.... .a a t<rt .. .. .., ..r .. r, .;�k� `41, i','MP�1 t{t ,. .. 1. COals and Timetables. The goalie of minority utilizat'on required of the contractor are appli- cable to each trade used by the contractor in the Contra Costa Plan area and which is 'not otherwise bound by the pcovi.sions of Part I. For all such trades the following goals and timetables shall be appli- .cable. From 101117527.Or% - 29.5"/. In the event that any work Which is subject to these Hid Conditions 'ie performed in a year later than the .latest year for which goals of mifiori`ty uti,liaatiou have been established, the goals for the last Tear of the Bid Conditions will be applicable to such work. The goals of minority and female utilization above are expressed in terms of hours of training and employment as a proportion of the total number, of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all proj9cts (both TAdoaral and non-Federal.) :n the Contra Costa Plan area, during the perfatualice of its contract, (i.e. , the period beginn1n% with the first day of,work on the Federal or federally assisted construction contract arid, ending with the last day of work) . The 1Wgre .of minority emplo;rment and training must be substantially uni- fora throughout the length of the contract in each trade and minorities must ba employed evenly an each of -the contractor's projects. There- fore, the transfer of minority employees or rraineei from contractor ,to contractor or from project to project for the purpose of meeting the contaraeter's goals shall be a %violation or ?arc It of these Bid Condi talons. If the contractor counts the nonworking; hours of trainees and appren- tics* in titesting the contractor's gonis, such trainees and apprentices Must be amployed by the contractor during the training period; the contractor crust have made a comz.itirent to employ the trainees and appiinticas at the completion of their training subject to the availa- bilL:y a, amploymenr opportunities; and the trainees must be trained pursusat to training programs approved by the Bureau of Spprent:ceship and Training for "Federal Purposes" or approved as supplzme^ting the Contra Coata Plan. 000 +FF 1154 Fty�r + �J . - � 4 �! S,J.n ] r.k....Y..ax""'k Sy - 4 �sF• # al 2. Specific Affirmative Action Sups . No contractor shall be found to be in noncompliance with Executive Order 11246, ni amended, Solely or, ar.cuttnc of tts failure to meet its goals, but shall be givnn ar. oppoc�:unlr.•j to demon:.;r.rat•. that the contractor has in::tieuted all the specific affit-native at-ti.on steps specified in this Part II and has made ever, Food faith effort: to make rl:e,t: iters work toward the af:tainment of ifs go-:is within the tine rab le.s , ali to tate purpose of erpandirg minority utilization in ics aggr^_gate .pork force in the Contra Costa Plt.n ares, A contractor subiecc to Part I which fails to comply with it3 oa -Iignciofts under the Etipai Opportunit; clause of its contract (including failure to meet its fair share obligation if provided in the Contra Costa Plan) or subJect to Part II which fails to achieve its commitments to the goals for m.incri'ty utilization has the burden of proving that jr has eugap,ed in an affirmative action program directed at increasing minority utilization and that such efforts were at: least as extensive and as specific as the following: a,. The contractor should have notif od minority or,,,anizataons when employment opportunities were available and should have maintained a, records of the orsanizatiuns' response. b. The contractor should ha-:e maintained a file of the names and addresses, of each minority referred to it by any individual or organiza- tion and what action •ras tt:ken. *,lith respect to each such referred indi- tridual, and if the ind-.virtual was not employed by the. contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and rot referrer brick to the unien or if referred, not employed by the contractor, the file should have documented this and the reatloas therefor. o. The concractur should have promptly notiffad the contracting or admittiatering agent; and the 04`tce of Federa! contract Compliance Programs when the union or unions wit" which the contra :tor has ;collet- tive bargainine agreements did not ref4r to the conrr:tctor a minority sent by the contrac-or, or when the. c,tntractor had other info"acten that tha union referrsl process has impeded 27forts to meet its goals.' d. The contractor should have di.sse;ttinated its ET-.0 policy within its oreani,zat;ion by includi.n.g it: in uny employee handbook or policy martial; by publicizing it in company r,awspapers and annuaL raportti and by advertising, such policv at, reasonable intervals in union publications . The EEQ,,policy should be further d saeminar,ed by conducrtag staff Meetings-to et►plain anti di4cuas tivi po1Lc'-1; h7 posting of the policy; and by review of tite policy with minority employees. 00082 -19a- t a e. The contractor should have disseminated its LEO policy externally by informing and discissing it -with all recruitment Sources; by advertising in news media, specificnily including minority new" media; and by natifyiag and discussing is with all subcontractors. f. The contractor should have made both specific and reasonably recur- rent written and oral recruitment efforts. Such efforts should have ONES— been directed at minority orgauizutions, Ac-hoofs with substantial minority enrollment, and m.inoir=.t-, racruitmont and training organizations within the contractor' s recruitment area. g. ..The contractor should have evidence: available for inspection that ..all tests and other selection techniques used to select from among candidates for hira, transfer, prorroti.on, training or retention are being used in a manner that does not violate the OFCCP Testing Guide- lines in. 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-che-job training opportunities and participated and assisted in all Oepart:nRnt of Labor funded and/or approved training programs relevant_ to the con- tractorls employee needs consistent with its obligations under this Part SI, i. The contractor should have made sure that seniority practices and Job classifications do not have a discrirn�;.natory affect. J . The contractor should have made certain zhat all facilities were not segregated by race. k. *The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out including the evaluation o: minority amrloyees for promotional opportunities on a quarterly basis and the enc:,uragement o; such employees to Bees: those opportunities. 1. The contractor should have solicited bids for subconzra.cLs from available minorazy subcontractc=s engaged in the traces covered by these Bid Conditions, .ncludiag circulation of minority contractor associa- tions, ssociatiotns, Note..- T?.e Assistant Regional Administrators of the Office .of Federal Cocatract Ccmpliynce t'rogr=8 and the compliance agency staff will provide technical assistance can questions pertaining to minority ri:cruitmmnt sources , rd.nerity co=unicy organ!zations and minority news media upon receipt of a request for assistance from ,a contractor. 2. I?eseried 00083 -20- r S 1 3. $ybse uent Signatory to clae Coatra Costa Plan. Contractors chat are subject to the r.equtrements of Part 11 at the time of the submission of their bids which, togerher frith labor organizations WLth *which they have collective. bar.ga`Lning agreements, subsequently become, signatory to the Centra Costa Plan. either Indi,rid.uall.y or through an association, will be deemed bound to their commi.tmnats to the Contra Costa .-Plan from that time until and unlens they once again become subject to 4h&- requirementsof Part 11 pursuant to Seccion A. 1-6. 4•. Nen-diacrimination. . ~ In,no .event may a contractor utilize the goals and affirmative action .stepe 'requ{red by this Part 11 in such a manner as to cause or result in diacrim,inatton against any person on account of race, color, religion, sax of national origin. PaM,IIT: Cc=li.ance and Enforcement, Ia 411-1-cases, the compliance of a contractor will be determined in accordance w:th its obligations under the terns of these Bid Conditions. Therefore, contractors who are governed by the provisions of either Part I or Part Ii shall be subject to the requirements of that Part regard- 1468, 6f, the obligations of its prime contractor or lower tier subcon- tractors. All contractors performing or to perform work on projects subject to , thsio, Iid Conditions hereby agree to inform their subcontractors in vr'Ltina of their resIpective obligations under olio terms and requirements of,. 'these.'Bid Conditions, including the provisions relating to goals of 6dA0#t7 employment and training. A. Contractors Subject to Part 1. contractor coverer by Part I of these Bid Conditions shall be in' coapllance wi4n Executive order 11246, as amended, the implementing : regulations and its obligations under Part 1, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utili- tation ce which they coemtitted themselves in the Contra Coate Plan, or CAW..deso;%strcte that every good faith effort has been made to meet the gasl. '; In' that event, no formal sanctions or Proceedings leading toward salt tion. •:shay_ be instituced unless the office of federal Contract M C=',Liahc#& Programs determines that the contractor has violated a 'subeC ittCi'a3. requirement in the Contra Costa Plan or Executive Order 246,S;;aa, amended, and its implementing regulations, including the, t6 da t, ors j 00081: <t. sU x . ,� { f tfia3 �' .. .. +.��,,, it s ,. t. t; '-r a r t 4 r f i f raid -� iS,ity �#^ ���r 'a� a Ii.p; '">r,•�;Lfft'{. AN failure:of such contractor to make a rood faith effort to meet its fair share, obligation it provided in the Contra Costa Plan or has engaged ih unla,4f:u1, discrimination. Such violations shall be deemed to be noncom- pliance with the Equal Opportunity clause o: the contralit, and shall be grounds for imposition of t-he sar.ccions and penalties provided for in Executive Order 11246, as amended. Z. The OFCCP shag! r%view Part I contracr_ors ' employment practices during the performance of the contract. F) rther, OFCCP shall be solely responsible for any final determination that the Contra Costa Plan is no longer nn acceptable affirmative action program and the consequences thereof. The OFCCP may, upon review and notice to the contractor and any affacted labor organization, determine that the Contrn Costa Plan no,J.onger represents effective affirmative action. In the event it shall be solely responsible for any final determination of that question and the consequences thereof. 3, Where OFCCP finds that a contractor has failed to rorriply .„rirh the requirements of the Contra Costa Plan and its obligation sander Part E of these Bid Conditions, it shall tamp such ac:. on and/or impose such sanctions as may be appropriate urdar the Executive Order and its regu- lations. liheu the OFCCP proceeds with such formal action it has the burden of prov'_ng that the contractor has not met the requirements of r =. theme Bid Coaditions. The failure of the contractor to comply with its ob11gations under the Equal Opportunity c?.anse shall shit t to it the requirement to come forward with evidence to snow that it has met the good, faith requirements of these Bid Conditions by instituti.rg at least the .'apecific affirrmat!ve actiun steps listed in Part II, Section 2. The ' contractor rust also provide evidence of its steps rovard the attainment of-its trade's goals within the timetables set Forth in the Contra Costa P1an, The pendency of such formal proceedings shall be taker, into consideration by Federal agencies in determining whether such ccntractor can comply with the requirements of Executiv , Order 11246, as amended, and is therefore a "responsible prospective contractor'' within the .mueaiaing of basic principles of Federal prccuremeat law. 8., ; Cotltrr�cca:s Subject to Part II. ► In regnrd to Part 11 of these Bid Conditions , if the contractor meets the goals set forth 'therein or can democscrate that it ties made overy gond; :faith effort to meet these goals , tht: c_cntractor shall be presumed to be in ;coirnliance with Executive Order 11246, as amended, the. imple- menting regulations.. and its obligations under fart rl of these Bid Conditions. in that event, no formal sanctions or proceedings leading toward aaact{ons shall be instituted unless the contracting or admini- st,ari:ng agency otherwise determines that the concractor Is violating the t , Equai Opportunity clause. 000(85 F a � I r Wbat requirements yagency .finds �.:a. .•4he N"nt r•�ctor 1 of . ..ec.etl:ve lir };,r r E<1__ed to comply Lith Cite reaut.at{ar<a and G.;e':o f ' i i.. },1, a:, a:a}�ncf��, the isr the;s er;• bt�,.it..onc aitrs+sr Farr . s. P�+ementing ,._B } t3haT t take sur. ;tC�� ani! ff °i �R esd Bial .Condi:ions, indwttde st;s?ar.3ion t L'3P^sp such surctions ; � � @ri�ij.S1.7 f.Ot: +_Rf�:•P- I• `! L.� , :+n..Gh, pP< oPx..�ce -:der r.. 1_.s, a ani 1r .+,r'l•. < the . .c�c::r•;,�re Grd:+r unci i;c *r,+ nt a� may- be, $$ ncj.' roceeds �ttP� :such `;-O-Mal acti -s�y,tlutton�, when the h4C'.,:th,e. ccZtractr�r. rt an Lr ltas 1-ht, oc:r:ien has nOt 'nor ,.�, of n.rc�liZ�• Bi ::'Ca> d�c,ons. :he �...e "sula rrnra± „r „ r,;: con4, .icror' �.,jre „nL- t;z .srt ri Of ..hese the ='4qu ':Err.4nt to cC:ttC f3:, rs .3LLt its .Ecais sira s caet'.thz. nod x f e . t+3r,.,az,{ +ith ear:: i shit- �� 3 •._L:�'`xeYui",tMe:tts lan�f.. :;I;�w Clue + • at ac t`;e ,� +� � "t:I3sa fii: CandwMians b • `-ti'SSt88 �►, �p-c..r:iG a:ffiati,• 1 y insri.c.t_rg tiOn:,�, .'...2'?;p .e action stag iJst .ut { anneer;cy. oC quc' Proceedings shah, be taken into consideara-+, , „ tion>> by x,ed.rn Part il, See. a' ,� +qac`! fi ccs in dP*erzinin? ComP.lq:•�ri.th the re utire�:ent �, .rneth .r 3uch Gnntrzctor 'can tf s of CkC1aCi*Ja Order t 1246 espona.,ole oroapeu:ive cantraetorl'� siitI,in.ended, f eeaerid ryChai.rbaRic IVxi:�c:.p�.es OL f'ed�ra:l QrC�r.�sr@g;Lnr i.a•Yr: C* fit�cti^r:s ri' D.I.i� .,,,Or-» -10to rortractar,;' Strb tett r. 1 O Eit.;e;- part I 4, 44r�'1; bP. no CICCI;3L t�tFit . Collsc :tya beM..;f the. cinf an •�ry:Ch �`rh'ch .:h- , r,`•..ning..ahreemi ;,!: ►. a contractor h8l9 to;'.rO.;-4r:^ _znzi:^ prov : ij;� For esclusi�fe rer ' employp.. ..Disc irfa»{,, , erra., failed;' pc:rsuant to . rcv'? a .n ..n referral for e l . mnt b-,- .::e .;,atyoar.Z bargaining agreement, is y .-.� ,i � Laoo r ­Ong Act,'►e� 'rMhe:;t -the -IzL i Righte .Act of 1904, as ng c t, as anii ec;ded, End T_t t.le :'�!�'�'� •{r. eddr.Y�. Contra t it is the tt a`rr.•. ..uatp%ii�nc+� . Pro +." po LiGX oft�t< f.C3.' Provide . 1 r I' ide C t. , , t;;ar:s" that contractors have P t� :r. .:ederax'?' :nvoly :.m7,,n/r�enr. `nPPartun�.tj if t e Ve ds a rir}�cf c4et rr.sz� �; d "atltracts h y `�iSh to ;:•f t.°:.;;i ' ansia,x..t ;r .f r0 tJ:e e•ctant taew 2abor. r rn�.- r or some "ot r..h "wr. hurt t: ctci; a+s a result <.InPIoymeat practices to a obli k ns pt., ire ,.ev N 4- •r�uA t. to ExaCL.tl.= , .f '» en�ed €nom �eetin their �4 cattt�aC,°.:baa:car.3idet•ect « - �r..er 124' " rtc::�decf g , '� • R.o oe c a. 'is a :::� �� +M { „, oof 'i.ttre ait *' Ruth cantractors "nw,;�"' ' �:;.'i., p-9-ment-1n rule 'and ,re ,uiY�h� It f::cecUt"ve Order -222:}6 F, r % f "' vizi.�S 7}N :r• ., {{ Y.. ! f } K .73}1d . !! M tt Y Y. AL } :L r: x it rs, .1 s'-:...:,... a ,....•......,,... .{ ..:._ •4 'j: Y" , ,1 tr 7 a.� tt •r , i A• 5 h• f +N b 7. ,r• t ..J r �v3 •a 1. { f `.V - ra. i •1, / t L , .S 4 a .4. t•t 7 - �r tv �A •;t. +i• �,t r^, t K i ff �d• i'•.< t• 1` •t f. ''`",•`;'� yIti.' „ a § } f, i r='V• Y tx i:ti t••+ - •b '..MS ♦1 s w r ��ll'' •ayy i i - t •'dt .�•f,Vit' - i� ( y fi 't•7�s S,YFt} �}' '•Av r^r'. •7• '1 } •N'' v Rr• :5 : A 4 L }, u' yy 5 �t *ft f. e ,r - A > ,i• d S .".. v: :rid .t•..+'{ .L t�:r »1 , r... t •xr .a' f+ L. t . ,.-..r..;...• :>+.. � of A+a . i # 3- :'Cir•'' 4 •:7 t „s .r w�A f. �t Y Jt +'l.-' •'Jt+. "i :i } tl ,`{rte i:t<,•'.. r:' ,J} }..,tY rr t y..i;;:S a't•'.=. 'y•,e:•,rf;�" ,.hR,'i,;f.'A;!„ fie;..ti... .,s.• kk I�[[ p •+y�^,�,¢ a r4., J,. A.'✓' t„.,.,: S •'�S. � ,�'I�Ft�i.crGr7.`3"Z i '� ' W' '.i+}'.'�} ,.ala,�t`,�,:::R41...'':�e'>}i.�".'L`,,"'+:'-"`r.:„:,lx;.-+C, Y.3�,:r�:t�;%. k�3":.'+' e.r,-••',�:,: r r•..;r'.F.nr.:"r:' ,.3 i�d• cy� � - � c ' e"8�•,, `"t` r'�L'+tt .kM:i"•, j �S`1. Gr,'nf• 'x, tT��xyj.",, r.tx ..zr sr�Y` p:f Part M '. General. Requirements 1. Contractors are responsible for informing their sn: contractors in writing regardless of tier. a:. to th•sir, resdect' a objAgations under Parts I .and 11 hereof, as app). .cable. 'g"iecie• tt-r a contrnecor subcon- tracts. a portior, of the work in any trade covered ay these Btd Condi- tions, it sha:.l include these Bid Condition�a in such subcontracts and each subcontractor shall be bound by these Bid Conditions to the full extent as if it were the prime contrnct_or, . The contractor shall not, however, be held accountable for thN failure or its sub,:ontractors to. fulfill their obligations under these Bid Cocdi.tions. Foweve:r, the prime contractor shall .givenotice to the Ixsisrant Regional Admini- strator of the: Office of Federal Cantracr Compliance Programs of the 'Department of. Labor and to the contracting or adminiscertng agency of any refunal or failure of any subcontractor to fulfill tts obligations .under these Bid Conditions. A subcontrztor's failure to comply will be treated in the same manner as such failure by a prime contractor. 2. Contractors 1lerebv agree to refrain from entering into any contract or contract modification subject to Executive Order 11240, . as amended; with a..con.tractor debarred from, or who is dere ined not to be a "respon- aible",b,idde'r for Gover-.mznt cortracts and i:pceral?y-assisted construc- tion contracts pursuant to the Executive Order. 3. The..Contractor shall curry ouc such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause including:.suspene.±on, termination and canceUacion.of existing sub- contracts',xrd deba mens from .fut;ire contracts as may be imposed or ordered: purcuanr. co Executive Order 1124G1 ,�-+� amended, and its iraple- , mentir re:gu_ationn by the ccntrscting or. adninistering agency and the Office,-bf :ec;erll Contract. Compliance Programs. Any contractor who Eai4 :to.'carry cut such sanctions and penalties shall also be deamed .to be in`,ndn-comp t{ance .with these Bid .Cordiri.ons and Executive Order 11245,::..as amended. 4. Not!►trg herein is intended to relieve an,.1 contractor during the term of:-;.its contract from cncrpliance with Execuc:.ye Order 11246, as amended,. and., the Equal Opportunity cla+i,a ,of its cantracc wish respect to matters not"covered iu the Contra Costa Plan or in Part .11 of these Bid Conditions. Execuii Ve' Order 11246 Executive'Arder 11246 requires non-discrimination in employment under federally ;''• . assist.d .contracts. Inexecuting this assurance,.. the County., cities , and non- profit. sponsors agree to do, among other. things , the following : , lklude the fol 1 owing. equal opportunity clause in all federally ' :':assisted contracts. This clause applies to administrative, :;supervisory, professional , and clerical personnel . as well as con- truction workers. This clause •also' 'applies to the employment ;r ractices' of Acti,vitY. Sponsor: :. ;. : itedStaehlo,No: Qrson ,n the Un the ground of race, 'color, dt{onal ori ri or esti e' excl ded :from anticipation 'n . ... .g.j. ,. b u . pa ,. be. denied the benef.i is of, or, ha: subjected 'to: di sc,riinination under any program acti-vi ty .f0ded 'in Who;+'e or in part with funds available under OOK:: , A 1 4 5 . / : ,e a r rYy. i„ m is :+ t' •f. ty•{ , +1 r 4' A + .";dY"'''•1 'S+ >'f.'` x ......r. •,?§..:.�h, .+ h.l+,-e.. ,. ��(4,,_ .. S'a•'3!.i ,.r• .. ... .. .:t:,rer,�.-.-.':'. •1.��...s _.. .lel M12 _ #:N�re�t• �K:d =rY4 :1'.�'•w..1.. � _ .. :'a•• ,i:. : v n' '• K CMB A0 ruva l No,. 44-RI396 .• c�r¢arti.$ ?eriod STANDARD 257 � MONTyr Y z..mPr O YMENT (month, Year) (t%u Via'^) ...,..rrti••ATTOS ?::FLIRT AS proscribed by the t-Pt. of Labor MIICCC I� l3er las:ruattons) 'Phis report is. requiri+:l oy %xecutivJ:, Ortl4: 1124n , '_,:cr.Lon 203. F•az lure to report can result in sanctiocs w^ich tnclude stj%-ens Lon, termination, cancellations or debarment 2f C20trAC&O To: (ttame and lecri-t-4 or ,omolt-Ince ..qe:%c;) . Front: (Ma^te and location cf contractor) Aset. Reg:-:Aconin. �cr Equal Opportunity U.S. Dept:' of Urban Development 450 Goldan- r, Gate .enue, Sox 36003 San Francisca , OaiiMorrla 9 +102 1• '• 4• ;t Total ctal x { •.. footnote) n wino» number umber stork Hours .ours o[ mplolment . •3i oo*. ote) rity of OC ( W-/'h o!' �. • ,:. - e. . , mincri Empby y:+.:;er. :,eian/ �o+:al total Ect la - lees ' 4"''•nde ;ca— TCta' Black Irmalan P Y COs►pa:iyr$::flame (Z. 1 ...ani a1r.l.c t,. I W. ale t11h eas ' . . r 1 j PT r } %•n s } HA N y .• .' R ,lis i i _ ': An �..0` ,. C. T iF7 - �'• . �ptpas►y ':.� +..:.$:`�'; ::i �:+�..57►!•s!•:'+},ICI ;�.';.Ga'+,5;. '.va`:i�:e '3l,�na� .'y.._.'�.;:e� r��a :umbar .��.t��'•tx.' ( Cna.lud*. Arts, Cgdi) l'~ rr „ r ``F y., ?�.: •1,is O `e r'.Y5";• .y' •tiJ.' '.a n•l;.?• ::4.•`' •+c`+A°"•.'.'6..'• 'i/ {'•.''i••'•r'.: ;'{j_ •••..•i .+L....e't. A:i.•q ,p �'a-t •Jx- tis<,•1..: •,J' , • "�irSTRIiCiInNS FOR FII.L..":G FMPLOYMm!!T I)TILIZATION REPORT (SF-2571 ) ' ` ,gigs The Emp.to'"nt Utilization Report is to be completed by' each subject contractor (both prime and subcontractors) and signed by a responsible official of the ' company;,,•, .The reports are to be filed on the day required, each month, during the term :of the contract, and they shall include the total work-hours worsted for each employee level in each designated trade for the entire reporting period . The prime contractor shall submit a report for its aggregate work force and shall collect and submit reports for each subcontractor's aggregate -cork force to the. Federa'1'Compliance Agency that is funding their construction project. �'�"■ Repo rting•-PerLod . . . . . . . Self-explanatory. Comp Agency . . U . S . Government contracting- of adminis- tering agency responsiblefor equal employ- ment opportunity on the project.. Contsctox Any contractor who has a construction con- : tract =.rich the U. S. Government or applicant (See OFCCP Regs. 60.-1.3) . 1, Company`s Name ': ::•:'; '. :, Any contractor or subcontractor who has a federally involved contract. . 2. TradoK : <. . . . . .; . :.;' . Onl;r those crafts covered under applicable f. °+ Federal EEO bid t d condi ions. 30 tCvk=hours of Employment;: The total number of hours worked by all emoioyees in each classification; . the total I number of hours worked by each Irminor i ty • ..:is rf,.:':"::..: group in each classification and the total work-hours for all women. Ram Clis�t#rcation The level of accomplishment or status of the worker in the trade. (C Craftworker - Qualified, Ap' - Apprentice, . Tr = T.ra-i"nee) 4er`Got-tr'c.f minor.i ty work- ;houtrs;::o,.f,:total work-hours .. The percentage of total minority work-hours wor4ced ''oc-'all work-hoursworked. . (The sum of columns b c, d and a divided by column a.) 5.. To,til'-:!;:N fiber of minority emp.'loygees :' «" " . Number of minority employees working, In contractor' s Aggregate work force during ;.«:• _ reporting period. 6. Toga;l vurttb+er of Employees` ; .. . yumber of a! ! employees ,,ioCk:ng in' con- r f3;�,t. - tractor' s aggregate work , force during,' e ' ire;' .. t • reporting period . * iittort,ty s :deEtned :.as' triclu in3 . 8lacks; HfSpnRica , Amer:span'-1ndIans and Atliaitt sased�:,Pacf t fi c'-Is`C*ands rs - 'both nen. and *�rumeR. , 00084 :r i?y - �'3sry: H r £R ,. �•r �• 9t ..,... .•. ..,.. .,.,.1. ....e..f.. 6 ...s.f:... ., .' r ..r .4 >.R '•.p-•. •c i+tf s > f... K 4 .A, ria F- ,x "j •1' x a• /f :e4%" •S. sty na APPE\'DIY VI "SECTION 3 CLW. r " A.. . The •cork to be performed under this contract is on a project assisted under a program providing direct federal financial assistance from the Department of Housing and Urban Development And -is subject_ to the sego{rements of Section 3 of the Housing and Urban Development Act of 1965, as amended, 12, .U.S.C. : 1701u. Section 3 reauires that to thte greatest exten: feasible o>yportunities for training and enivluvment be liven lower. ..�_. income residents of Oeproie'c.t area unci cuntracCsfor work. in connection witti t ce project be a-aarded to business concerns which are located in or octrtted in substantial Dart b oerssorns residing in the area of the $. `";; The parties in this contract will comply with the provisions o:f said Section' 3 and the regulations issued pursuant thereto. -by.the Secretary of Housing and U'ban Development set forth. in;. 24 CFR 133, and all applicable rules and orders of rhe Department , issued 'thereunder prior to the- execution of: this contract.. The parties to this contract certify and. agree that they'are under no contractual or other disability which would prevent them `rcm complying with these r..ecjuirernenr_s. ;C - -The contractor will send. each labor• organization or rep.resenta Live of workers with which he has a.collective bargaining agreement or other contract or understanding; if any, a notice' ,advis:.rg the said labor organicacion or workers '. representative :;;:is•. ,;.?;' ; of' his conmitments under this . Section 3 clause and shall post copies cf'-the notice .in conspicuous places 'available to employees . and applicants for employment. or. training'. ,A h'e contractor will include. this Section. 3 clause in every 'subcontract' for ,work in connection with. the project and will, at the direction of% the app"can't fora recipient of Federal Cincialassistance, . take appropriate action pursuanc to the . ' ;,'p.,."i:•.:is�r: . . .. "+subcontract upon a finding that the subcontractor is in violation regulations issued by the .Secretary of Housing and Urban .4. 2 T 'contractor will not sibcontra 2 CFR 135. 0. he 'c qt ,.�•§ +!:Y#a' ';: `w-ith. any .subcontractor where it has notice :or knowledge that ' • •.Che. latter {: .h s been found in violation of .regulations under. 24 C_R 135.20'and .will .not let any: subcontract unless the subcontr4ctor h. s provided .t. with. a preliminary statement of ability :comply with the requiremencs of these regulations. a Como- ace with the provisions of .Se:ction 3, the regulations set: forth" in 24 CFR 135.20, and all applicable rules and. of the Depd f ment issued thereunder prior to the executto I p W;i ^r'.ot ..the contract. .: shale 'be a condition of the federal financial :..assistance''.provided to the project, binding upon the applicant. ; ;secivienc`1or:.such'.assis'tan:ce;, : _t5. .$.Lccessors, anc�•.ass ns; Failure to. .Lu1,.Cil?. Ches4 r,o ii�.`rtiaier r:� ;ih;�11' sub ecc the 8 ;;;,;;:}::;=". ;,o.,r• reci.piez~t.., i.cs.:rontraccor's: 'ancl.'.subcontractor5 its success.oc d.:'. ' . ass.L s CG' C Ose:'t 'a grant . ,. • {y r ,.. 3:� .,. s ncCon eciied thy. .......... ...... ,',.'••'. . �r ,e.4 . riC .o.r . Qnt..:a hr `.• .der:a.l; ass. a '.i �.9Y f n• ......:.' y x. :. h.. 1 .y:p F �:•- ra id •: I .... .:...._n.{..r7_4. ... .._.,J.,J r ^�. f.. vn, - .fh ... .. .... .. 1...•. :S.y.. 'l'1 4 :,1. .i.... _I^,, yl"�, u,r l a. al. '.r• ,� •.,r. ,,ter:. . �,.•.. ,,. :i" .r e 3 'r r:Fi �"�' ,J:' .a t .,i,.. �.,,f:�% '�' +;e''`., .`G;ai•._;:;:._. 2t':+ 4f- H. Affirmative Action. Certification. A. Bidder3' Certification. A bidder will not be eligible for award of a contract, under this Invitation for Bids unless such bidder hae<aubmitted as a part of its bid the following certification, which will be deemed a. part of the resulting contract: BIDDERS CERTIFICATION certifies that: Bidder 1. it inter4pm to employ the following listed construction trades in its work under .the contract, •,' and 2. (a) as to those trades set forth in the preceding paragraph one hereof • for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specifics affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: I , ....,.,... , and 3. it will ,obtain from each of itis subcontractors and submit to the con— tractin * or administering agency prior to the award of 1, g � Y P any subcontract under ` this contract the subcontrcetor certification required by these Bid Conditions. (signature of authorized representative of bidder rr� p` 1 .; 0009 rto ti a .$S �2.�..:eZ��-�,#sss[�?;,�.ti , �� trr..,-..•y'`:, r$.� '' '.r.. - ' ,e;.fi- t,.• .- _ i is , Dno ION F. GENEUL CONDITIONS SECTION I. in t ian�:_ M Whenever the following terms, pronouns in place of them, or initials of orgganizations appear in the contract documents, they shall have the following meaning: - A document issued by the County during the bidding period hich modifies, supersedes, or supplements the original contract documents. j� i Ve Actionwritten-document (daily, eekllzat.,iS2L' f�� Mr tten`aocunant wee y, or wont prepared by the contractor for submission to the County which reports the total number of employees, the total number of min- ority smployeea, and the present minority manhours of total man- tours worked on the project. M` nt - The written document of agreement, axe - cuted by the�`ountty and the Contractor. Aggbi - Shall mean the architect, engineer, Indivuaror co-partnership, employed by the County °t of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costa County is designated,as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. ,�r. - Any individual, partnership, corporation, association Joint venture, or any combination thereof, submitting a proposal kor the Mork, acting directly, or through a duly author- isad representative. of S� s'- Shall wean the duly elected or appointed o�ili zhPIT!t .tute such a Board, who will act for the County in all matters pertaining to the Contract. CDAUte Or.dtt.r - Is any change in contract time or price and any changco--n�zact documents not covered by subcontractors Act Inavector, Const? 'ca lun S- uoe "r iso ' f hS`�`St=' cl t o _oris - sUI L mean t►a authorizecT agent o t e eunty ate site of the work. Contrgct_ - The contract is comprised of the contract documents. ContlaSt DoiMntl - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, c e orders, and supplementary agreements. Aw 5/76 -24- z 1 . :,)p7t{i 4��bac""�' ( , !`F #p'7d < Par,t 1�r ;af gyp.#r•s'�'�EU :.k �73",a j t,ti fi,C, E 7 M �� - i _,„.Sv •a�`?*✓r'.^�. .r�i�.i�. �•:�fi}d .���" �',t``���A�0.{�;i'�` �ti i�'vr...� z.x»25�d;i�M�;���,r.`;�i:; s._<.aa .�{ .,, .. ., ., .. DIVISION F. GENEML ONDITLONS a„ SEMON.1. Definitins- (canCinued) C nt torThe individual, partnership, corporation, association,4o nt venture, or any combination thereof, who has entered into a contract with the County. Cu t - 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. Field Order - Is an instruction given during the course of the work. (See Section 1b8} , GanejAl Notts - The written instructions, provisions, ccnditions, or ath er requirements appearing on the drawin4s, and so identified thereon, which pertain to the performance of the work. lans - The official drawings including plans, ele- vations, sections, detail drawings, diagrams, general notes, in- formation and schedules thereon, or exact reproductions thereof, adopted and approved by the Countq showing the location, character, dimension, and details of the work. Seciffiic.aationss - The instructions, provisions, condi- tions and detailed requements pertaining to the methods and man- nor of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Sub ontr ctor - An individual, partnership, corporationt association, o nc venture, or any combination thereof, who con- tracts with t e 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. Suverintendent - The representative of the Contractor who shall be present at thie work site at all times during perform- ance of the work, Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. Suoulem n+�tyby AgreecnAnt - A written agreement providing for alteration, amendment, or extension of the contract. Work - The furnisbai—n "-and installing of all labor, materials, articles, supplies, and equipment as specified, deaig- nated, or required by the contract. Rev. 5/76 -25- 0009 °ark f rt R`1 j i F 7 ;$,a �„4° {{. VIP w'Na dY.t rU1,,"drttF' ; #:. ,�.}5 ?J # '' ,'r:vfai ate ? y }{*� vR h'",i:a'�•.N t,,r, ,r x ''�f 3r P i?' '- t *"i 'yy�� �:u�'+.,&dn(+ ''t• 6j "F#a. t'ni+v. 'Y.�+,.flrf`t� i h _ DIVISION F. GENERAL CQNAITLOHS (continued) SF.G'CION 2. Governing Laws and Rexulations: A. The Concrnctor shall keep informed of and observe, and comply with And cnuge all of his agents and am- ployeas to observe And comply with all prevailing Federal and State laws, local ordinances, and rules and regulations mads pursuant to said lawn, which 'in any way affect the conduct of Ch_e_work ofth18 cuntrnct, B. All work and materials shall ba in full Accord• fA'. ante with the latest rul.an and regulations of. the Uniform Building Code, the "tate Fire Ma rahnl, the Safety Orders of the y Division of Industrial Sorel.,K, 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 MPwork not conforming to these Coles. The Contractor shall P copies of Codes on ,yob at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are Included below. The Contractor shalh COMPy fully with this section of the Labor Code as applicable. "No contract forpublic works involving an estimated ' expendtiure in excess of $25,000.00 for the excavation of any tr4nch 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 when authority to accept has been delegated, in advance of ex- cavation, of a detAtad plan showing the design of shoring, bra* ins, 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 ay st= 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 Che Division of Industrial Safety. "NothinK in this sectl.on shall be construed to impose tort liability on the awarding body or any of its employes$ "The terms 'public works' and 'awarding body' , as used ! in this section shall have thesamemeaning as in Labor Code See tions 1720 and 1722 respectively." Rev. 5/7b • -2b- . y r , t JS s f t J k Lr„ 'a. °t , f 4�1� .� ,x „ t,J,�`' T l.;ti x '"S +) }�.tt''f k a.Y':t'"r' tih♦ .)), y Y,l 1 f5 � J /t�. , .ti �� .:J �. ( d{,.:.?t x �'.,z t. s.: i1•��,.-�a;t�sCj r:'.: -£'..att,c'i•')'9 �'�,;.iy .. ... 4 � ,�,<.tf. 4 ,.:..Y :n '< ,+ ..i ..c 1 ;'1 t 3 7> � .:,,yJ .r.,.: .y� ,..,.,..,•.^z,rY.Y.f'J 5 .;..L ra r x.:t.. :k .....y.. L...v.. ySl}.^a`dt.. ., { ;,.a, ,tc .,. t. �.�. �.ns,' ft.�.�vh f�.,C:4'��, rgj.. ;4 t�'e 1'.k:�i'•f >, ajk:`f`L`4' s.nY;.ar ., _• .: 1y6 7 ....�a,, �•ss, .•;;:a +xt��,�Jx*nF1'3:r s� r t Yw, � t�:'. r",,�?. e� x,..,,,13i $f't> .:,fi�U�. ,r ���..:. �,� .:t;,.a':^r.ly..ry,).. ,.�t.ra,fis.:: "l„t-.�.;�,k-1t t J� t}.c r�'�`.Nky4k t�';s4:..;;� @'k a.x�4y i'Y;-.,h1,R1 �Y���."�rn�Sr��l��''.. ��l;s.,¢�,� ''';:' � ; ,�. �4. , � �y`!�. �•. ,�'�'.�'.... �c k ..t..,..�,�`� .crr�a:” ��',f"fi,�,�-' �.r';jr 3`i�;'��,�.�'�%'j": jjjVZSION F. GF W.Mj, COND111ONS tcontLnUed) SECTION 3. Patents and Ri yetltles: A. The: Contractor ohaLl provide and pny for itLl licensns i' and royalties neceisnry fnr 't:ho legal. tase: rtn+i operation of any of the equipment or spectalt_ies une..i in the -or',c. _Certificates f sharing the payment of any nurh licenses or royalties, and per- wits for the use of any pps��nted or copyrighted devices shall be secured and paid for fa•t the Contractor And delivered to, the County on completion of the work, if required. SECTION 4. Contig�ctor's ResteonsLbisi for fork and Public Tftilities A. The Stork: Until the ftjrmx1, acceptance of r•hr_ work by the County, the Contractor shnli h�xve the charge And caro thereof w and shall bear the risk of insurr or damage to anyy part of the work by the rection of the elon:onts or from any athrr cause"ex- } , sept as provided In Section 23 rt 44, The ConCrnr.tor, AtContrac:tor`s cr,sC, shall rebuild, repair, restore, and make go, all such damages to any portion der of the work occasioned -by any`ot-such-causes before its accept- once. B. Public Utilities; a. The Contractor --hall send proper notices, snake all � necessary arrangewnts, and perform al:l other services required in the care and maintenance f All public utilities The Con- tractor shall assume al; :responsibility' concerning same for which the County may be liable. b. Enclosing or br)xi.ng 1n, for tec,)rtact.ion or: any public utility equipment, nhall ho dorso by the Contrnctar. Upon sample­ tion of the work, the Con rari:or :shall remove all enclosures, fill' in ail openings in masonry. Vrrauting the same watertight, and leave in a finished condition. ` c. All conner_tLonr, ,ta, public utilitiesshallbe made and maintained in Ruch auintai.rpd na _6oL''co interfere with the con- tinuing use of same by the County during ,the ,entire progress of the work. SECTION..5 3cnd- and z aura tae: A. The Contractor, tn,whcxn the work is awarded shall with in five (5) working days after being notified enter into a contract , with the owner on the Contra Ci:sta"County Standard Form for the work in accordance with the drawing;and Spt�cificattons, shall fur nigh and file at 010 same t Lme7 labor',and mnter•lal'::And faithful pear forrance bond-- as set £such Ln the advertisement for bids, on a form accepcAble to the County. Revr 5/7600,09 - t }w Y 4 -t ✓ { 2 �> '(. i� Ze..'R•ei. t�.�� ��� � pS C 4� J-. `0 Y �t� L� � 1 ., !� S � ' � ' t S�• �t ��k''s• ,.��"z if�`�tf{�w.�r�tF {�i`�'�� y : ��1�g,. � a�y{xFsr:, 1r f + xrtf��::- -.�` �'�xd��:-�",:Gg,2.Ei �' ,?�.� 4ii �-s 3 n,> i�a .tJ��, y�y' dr 4t*,�k�ss+'.;'.,nnf r" F�ti✓ �� ,>:� 4 DIVISION F. GENERAL CONDITIONS (cont ' d) SZCTION 5. Bond and insurance (cont' d) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens ' Compensation Insurance for all his employees employed at the site of the project , and in case any work is sublet , the Contract shall require the sub- contractor similarly to provide Workmen' s Compensation Insurance for the latter' s employees , unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Work-mens ' Compensation statute , or in case there is no applicable Workmens ' Compensation statute, the Contractor shall prov,ide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Propertv Damaste Insurance: The Contractor , at no cost to Public Agency, shall obtain and maintain during the terrh hereof, Comprehensive Liability Insurance , including coverage for owned and non-owned automobiles , with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury , sickness or disease , or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency , its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation, The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement . D. Fire-Insurance: The Contractor shall carry fire and extended coverage insurance naming Contra Costa as an additional insured during the period of construction of the work in an amount not less than the total amount of the progress payments received by him from Contra Costa County, less the amount paid to him on account of excavation and foundations . 096, 2 8' 00 5.- v�y" g�p A v f. iL" 'I v 'k,"t 47�9, DIVISION F. GENERAL CONDITION,S (continued) SECTION 5. BOND AND INSURARCE (continued) E. CERT CATES OF IIMSV AAICE: Certificates of such Workman's Compensation, Public Liability, Property Damage Insurance, and Fire 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 of forded under the policies will not be cancelled until at least}}kyr ( _)days' prior written notice has been given to Contra Costa .— County. F. PERFORWCE BOND: One bond shall be in the amount of One Hundred percent (140'1) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper mater- Pals or workmanship that may be discovered during that time. G. PA'YKNT BOND: One bond shall be in the amount of fifty percent (54"X) 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. SECTIO146. SUBCORMACTING A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be reco - nized as such. All persons engaged in the work will ba consi aced as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- filisent 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 satisfactor- to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written request of `cbt the Arcect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract nay 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 die- putts among subcontractors or between the Contractor and one or wore subcontractors concerning responsibility for performing any part: of the work. Rev. 4/77 -29- ,- 44 009 t - , t t�ti� .,✓I} 4 St.., .. 1}: 1 t f { .. ..,,.'n�t •'+ _ ... �t,.�.�C:ht... K�..t y L .n.;.:. ,.1.�.Y.� i�,rir ,.,_.. <.<.5. rc. ?.. .:.:...Y. }At'.z` . /.i �, ,._ .. �,... .. .., _iw"n?+:,t,{ ;t,:x S,�'.1'Yr° . '�f� DIVISION F. GENERAL CONDITIONS (Continued) ,TION Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and Lhiea an:7 after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the ' 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 Governmenc 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. TIM OF WORK AND DAMAGES: A. The County will designate: the: starting day of the con- trar_t on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. 3. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impract- icable and extremely difficult to ascertain and determine the actual daiiage which the County will sustain by reason of such delay: and it is therefore agreed that the Contractor will pay to the County the sun of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the Council xay deduct the amount thereof from any money due or that say become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County ~.as accepted the same in writing, D. Written requests for contract time extensions, along with adequate juscification, shall be submitted to the County not later than one month fol.lowing the. delay. Any money due, or to become due the Contractor, may be retained to'cover said liquidated damages and should such money not be su:_icient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. Rev. 5/76 -.ao- t - 009 k r 5 c � r! `-? 3 V Illy ' f a apS' tg �•fr °� (a, " a s. 6 sk.,n3�Ft -„ fix ,r, { GENERAL CONDITIONS (continued) J=Jog 7. TI OF k[og&1&{R BWMGES: (conttneud) F. Should the County, for any cause, authorize m sus pension of work, the time of such suspension will be added to the tial 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 Eor non-completion of the work after the adjusted time as required above. I0N 8. PROgRAS�S SCHEDULE Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on er 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 sub- division of the work, and the contemplated dates of completion of such subdivision, When required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions, (Normally a new schedule will be r"usated when schedule is more than thirty (30) days in error.) Qt,'T�ZEN 9. ;f�SURY 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 •its where water is necessary to carry on the work and upon coca- pletion of the work &hall remove all temporary piping. D, The Contractor, at his own cost, shall furnish and in- stall all motsrs,all electric light and power equipment and wiring, all gas voters, gas equipment and piping•thac is necessary to per- tam his work and shall remove the sans upon the completion of cho work, The Contractor shall pay for all power, light and gas used JA the construction work, C. The Contractor shell furnish, wire for, install and main Coln temporary electric light wherever is is necessary to provide illusinstion for the proper performance and/or inspection of the mak, The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily , read in every place where &aid work is being performed. This tem- .. porary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer, Project Inspector, or any other authorized representative of the County whenever required for inspection. 1tw. S/76 31- 4 . '099 C 1.1 l 1 �`z 4•''"roS}i.y,�,`-f SI•a s,Y {f`" i1.��' itn 1 it 3 r - 7t � �iSY�T'��'�F'f..1��45L�kC;P,���Il"h'��U f ton �i.,�^r` .Lw y t , �. t✓i�{ � r � i 1 'J�t��� � '"'. � �°r.. � a�`Y�� s�Yti��i� +���.�rL! ��k'�ii'��': �e.{'E�n��..�� �'������J'��j2.. �'� 77,�� i�;;•"t�.,._�.. ... ! tir,. .. _ per DIVISION F. GENERAL CONDITIONS (Continued) : 4iEC`—WE 9. TEMP.D RY UTILITIES AND FAG1L1'iIES (Continued) " D. The Contractor shall provide and rm,4incain for the duration of the work, temporary toilet faci?tcias Erle the work siren, These facilities shall be of an approved type'conforming to the requirements of the County Healch Uepartment, and shall be weathertight structures with raised floors. Structures are to have adequate light and vencilaclon and door equipped with latch or lock. Contractor shntt service such faciltttrrs daily, maintaining same in it clean and sanitary condition. Portion of site occupied by toilet facilities slra11 b4 graded and cleaned up upon removal of facilities when sr ordered and/or upon completion of work. " E. The County will 9a . directly to the utility companies connection fees, annexat' ort ees, p4rmit Pecs, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid byy the Contractor. The County will not p' _Y for water, gas, tole- one and electricity consumed on the project until after the County makes %mitten request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Varlactons to the above requirements. SECTION 10. P TS A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws ordinances, rules, regulations, or 'orders, of any body lawfuliy eaopowered 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 per., sirits. (It is not the present policy of the County to pay fees to the incorporated cities for permits.) SEgJION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves ' the right to do ocher work in connection with the project by Con` tract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the,whole work. ' B. The Contractor shall provide an adequatework farce, ; materials of proper quality, and equiq%ent to properly carry on the work and to insure completion of each part tih':accordance with this schedule and with the time3 agreed Rev; 5/76 �2- h 3 r- x �, � ti rµ,s� �,�,� �� S �'� .tt� s}% }'�� :;�, �' rx-�.�"�wt*4.;t,_�.s5: •af7,�;�� �z � ma� - ..�•a't».�,.l°`.,.it r. �dW^+�:`''�`aY.S �����! err�,`p "- DIS IQN F. GENERAL CONDITIONS (Continued) SECTTION LL. CQIMUC'T OP WORK: C. The Contractor shall personally superintend the work and $hall naincain a competent superintendent or foreman at all r � l atil the fob is accepted by the County. This super itttertUencc ssha11 bg empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superinter►dent, and submitted %*wkly. E. Unless otherwise specified, the Contractor shall clear all obstructions &std prepare the sLte ready for the construction. its shall verify dimensions and scall' of plot plans, and shall aMck all dimensions, levels, and construction. F. Where work of one trade joins, or Is on other work, , lbws shall be no discrepancor incouq)lece Portions when the total project is complete. N engagirt�.r, .ata kind of work with owther, marring or damaging satue wiLL not be permitted. .Should improper work of any trade be covered by another which results in Astimile, or defects, the whole work affected shall be made good by the ontraccor without expense to the County. G. The Contractor 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 titses. An ahawage and blocking for each trade shall be a part of iasis, ex- aht where stated otherwise. K. Proper facilities shall be provided at all times for "ages of the County raprasencatives to conveniently examine and la$poct the work. I. katchmn, at Contractor's option, shall be maintained &WUW the progress of the work as required, at the expose of the Cmtracfor. J. If any subcontractor or person employed by the Contractor /11x11 appear to the Engineer to be incompetent or to act in a dis A+dtr1Y or improp4r manner, he shall be discharged immediately on do written request of the Engineer/Architect, and such person tils}1 not again be employed on the work. OHST�BILTTY FOR �S Tg—'014'DITIODW The following shall constitute exceptions, and the tole �.��p tions, to the responsibility of the Contractor set forth in 4� ion 4, in the Instructions to Bidders: A. If during the course of the work the Contractor ancount 014164 active utility installations which are not shown or indicated yIn;the plans or in the specifications, or which are found in a 1psbtion substantially different from that shown, and such utilities ,ate not reasonably apparent from Visual examination, then he shall ern►. 5/76 -31 r DIVISION . 99NERAL CONDITIQNS &Conti ued SECTION 12. IMUMj .It .�Y '_ITE (Continued) promptly notify the County In writing. Where necessary for the work of the contract, the Comityy shall issue a.written order to the Contractor to make such: ad3ustment, 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 "ucilicy Lnstcaltations" shall Include the following: Sceam, petroleum products, air, chemical, water, serer, storm :later, gas, electric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and empensaclon therefor wLll be made in accord- anee with Section 21, relating to changes in the work. Except for the items of cost specltLed in such Sections, the Contractor shall receive no compertsncion for any other coat, damage or delay to him due co the presence of. such ucilLty. If. the Contractor fails to give the notice xpeciiied above ;ind thereafter acts with-out instructions from the County, then tie shall be liable for any or all damage to such utilitLes cir ocher work of the contract which arises from his operatiotis subsenuenc to discovery thereof, and he shall repair and wake good ouch dtumiye dt his own cost. H. If the contract requires excavation or other work to s stated Ihmit of excavartvn beneath cite surface, and If r}uring the course of the work the County orders 4 change of depth yr d1mon- sions of such subsurface work due to discovery of unsuitable bearing material or,for any other cause, then adjustment to con- tract rice for such change will be made in accordance with Sec- tion Except for the Lt:ema of cost :specified therein, the Con- tractor shall receive no compensation for any ocher cost, damage, or die'. co him due to the presenceof. such unsuitable bearing material or other obstruction. SE!aIQN 11, INSPECTION- A. NSPECT'iQN:A. The Contractor shall ac all Clines perrit the County and their authorized agents to visit and Inspect the work or an part ► thereof and the shops whore work is Lit preparation, This o61t fation shall include m.tLnrii.LitinM �tropr.rtuci.iitics and safe access or such Laspection. 'Where the concreact rryuires work to be tested, it shall not be covered up until Inspected and approved by the County, and the Contractor shall be solely responsible for notify-ing the County where and when such work is In readiness for inspec- tion and costing. Should any such work be covered without such test and approval, It .shall. be uncovered ac the Concraccor's ex- pense, B. Whenever the Contractor intends to perform work on Saturday, Sunday, or,,-r to holidny, he shall give notice to the Cotnity ,,tch intention at least two working days prior to performing such work, or such other per.icd as nury be speci fi+td, so that the+ Comity awy twtke otico-isory srrangvtnents. Rev. 5l16" ' t i �f�� f,t ��},�S).f f ? c. ' z :' th' f.A lit{; yl�i��,,sat S•Lt'`�i�°ti It;x'' k# 'ui:n , �'t i.;;' }Y„. 1 ,.� _-{d..[�ri'�''T.it..�..fk i o-���MF, S 4$,-t.u._;r'vTt�'t.�i•A d e"t�:�'''S� '"Y�`s�Y j '1'v �;�i7 .iY'.,.., rt �'sv,. �i'�,��'^���:�y��; .r ��,;,��", • '.t�, t:y `Np��,� M' t x 2 ' r 3 F. GENERAL CONDITIONS (Continued) f' ',.SECTION 13. IHSPECrI : (Continued) C. The inspection of the work or materials shall not �. Vwli*ve the Contractor of any of his obligations to fulfill chis contract as prescribed. Work and inaterial:t not meeting i4uch requiremeents shrill ter made goad and unsuitable work or 1 5iyaterials may be rejected, nucwithstancling thett such work r z)' y r }del;materials have been prr.viou3ly inspected or chat payment y• a�3Yhis been made. StCT N 14. RE,T�FC'�IQNS OF h TERMS: A. The Contractor shrill promptly remove from the premises ,,r,s1X materials condemned by Che County as failLng to conform to },.the Contract, whether incorporated in the work or not, and the ,,a t,5C(Mtraccor shall promptly rep Luce and reexecut.e his own work-in, ;;'( tltwcordance with tta Contraer, aad wlthouL expense to the County r F"And ahall beat the expensc of making good ali work of other.- ,a Amtractors destroyed or dwnaged by Stich r#_nv-,vx1, B. If the Contractor does not remove. :ouch condemned work � -msterials within reasonable time, fixed by written notice, County may remove them end maty store- the aintarixls at the } wh rytspenae of the Contractor. Ik the Crsntrnctor does not pay eotpew nass of such removal ithin tout (ILO) days thereafter, e s'CtiuzTty may upon ten (10) da�`s written notice, sell such materials t, auction or at private si►1e and tahiall account for the net pro• , 'i ids thereof after deductLtig, all Uosr,s an¢ exponnea that s4ould r t,�,, « been borne by the CotitractoT:, ON 1,,,_5,: IMF e Q.N., t)F CQN' I,R K�rw,.tlt1 4tFMF,NPS A. Correlation: The contract documents shall be interpreted * ;ear „being complementary in requlritxK a conglletu work ready for use occupancy or, if not to be occupied, operation. Any require- 4,�1 t OCCLLXring iTi any one of r:h,; do=_:zr�izxr„a i.a as binding as through... curring in all. B. Conflicts in the Contract Documancs: In the event of } 1< conflict in the contract documents; the priorities stated in sub- t, ivisi.ons 1, 2, 3, and 4 below shall, govern: N , ."; ; 1. Addenda sha11 tavern over all other contract " `,. nts, except thatCauncy s Standard Form AgrAeemeenc unless Lt is specifically indicated chart such addenda shall prevail. Subsequent addenda shitll 'govern over pr-ior addenda only to Ithe extent specified, 2. In case of conflict between plans and specifi =r,eition*, the specificar.ions shall goversi, , 3. Conflict within the Plans: ,der a. Schedules, when identified as such, r Ahall govern over all other portions of the,piens, b„ Specific dotes, Shall govern over all , wig4thier nates and all *Cher portions of the plans= t of a. Larger scale drawings shall govern: over, ,j p*ller scale drawintts. _35 bv h, 1 F R ' ; i r f 4,4 "001 4 1 �r! .i � �-- %j,�E DIVINION F. CONDITIONS (Con't.) ea, --" ;;" !lerlON 1S_ IlfttRlr ATION OF CONTRACT EQUIREMENTs: (.on't.) 4. Conflicts within the Speclficationim a. The "General Conditions of the Contract" shall Severn over 411 sections of the specifications except for specific mogificatlons thereto that my be stated in the Special Conditions. L Yv, b. Omissions: If the contract documents are not complete es to any minor detail of a required construction system or with regard to the _ manner of combining or installing of parts, materials, or equipment, but there exists an accepted trade standard for good and workmanlike construction. such detail shall be deemed to hajve been impliedly required by the contract -f%y desfalellu in eeeordanee wtth"sueh standard. f 4 a45�,Y "Minor detail" shall include the concept of substantially • Jdoftticsl co"enants, whore the price of each such component Is small even though the aggregate cost or Importance is substantial, and shall include a 1,•s {,`.Stole coapt which is Incidental, even though its coot or Importance may•' be Substantial. The quality and quantity of the parts or material so supplied Shall conform to trade standards and be compatible with the type, composition. Strength, also, and profile of the parts or materials otherwise set forth In he contract decumsnts. CLRVICATIONS AND ADDITIONAL INSTRUCTION: r>t A. Notification by Contractor: Should the Contractor discover y confliate, emissions, or errors In the contract documanta or have any ation samerning interpretation or clarification of the contract documents, K if It appears to him that the work to be done or any matters relative there- to are net odlletestly detailed or explained In the contract documents, then, 1;14. ,before preeeading with the work affected, he shall Immediately notify the •Wt „Cew►ty In writing through the Construction Supervisor, and request interprets- ton. clarification or furnishing of additional decallod instructions concerning wrk. All such questions shall be resolved and instructions to the 'r ' r:Cemerector Issued within a reasonable time by the County, whose decision shall f lnal aM conclusive. Should the Contractor proceed with the work affected before rocolpt of lastruettons 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. stn field Orders: During the course of the work the Architect i'�, and/or Engineer may issue Field Orders regarding the work. These Field Orders will eupplament the Plans and Specification& in ocder to clarify the intent of the contract documents by adjustment to most ftold conditions or to make the various phases of Cha work meet and join properly. A Fteld Order involves no change to contract time or price. Performance, partially or in full, of a FLtld Order shall ccnr.itute n waLvet of Crim for a change In contract time 3r price !o work *.:vt.r#s' ay c F:e'.d Ordc •Antes, a Ch+tnv,e Order has been !.Sauce. ?, ^.�t,.nt?t: ..:'i VA:4 :.+.cc.�n %. , ;a th :'1'�i���•1. 11 4 •S 't q� tt } r :71 1.• t � J ..1 ' is 4 t ?3 it f 9 r t 7 r x f a, .,7 ro.,,+ lry rM•'.h�t�,'"?�,r kap:.,.. �ltf} F�� V, � -3._::y\ t rt Sr{,i y,. ,':;:�'J+ �iR� A ,y:,•i�; t..w�'7•`�'h�-y�•t i f.. f'+S�X�y.':<��r�r z..t;.�°?`!�;?47 t^1+�...i..i�,��f�y.. ! x� ::i. xt ”?t 4:-5i. r r ..i U. _:. r ,.', dt..-..rte:.. .raQ ;:...t..:may. ...�54.'? G"., ::.SL'.1.»f >� 8•P�..,s:r�"hH.:�ti.fl�fP4.,.T ui'ii �'F•�.e .. .'r„'i �T'';fin;%V}rsl� �•.;=ir ..'.7�,...:i.,., r+w�.1 t,.s tt nt•��:.'�t��. .., ....r.,,,.�f'}�.�`'._ • .'�I,.,....'.rSC.. .it,...... r- D1V1614Mf.'.,;JILML CONDITIONS ccon't.> �t1:S2�17.r PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designscions, toalwtt" manufacturer's casae, product brand name, or model number• are referred to is Cho contract docu"nts, such designations shall be considered as being 0044 =:'{teal in industry publications of currant issuk at date of first invitation is D. Reference Standards: When standards of the Federal Government, tri+ie aociscies, or trade association: are referred to in the contract documents by "ific date of issue, these shall be considered a part of this contract. Am sYch references do not boar a dace of issue, the current published edition at dgte of first invitation to bid shall be considered as part of this concract. itCL7� lg. MA2PIA(S. ARTICLES, AND EQUIPM[NT: A. lhterial shall be new and of qualicy specified. When not rTtiawiarly specified, anterial shall be the but of its class or kind, The OWr"tor shill, if required, submit satisfactory evidence as to the kind and qj" of material, Price, fitness and quality being equal, prefersnce alwl : given to products made in California, in accordance with Section ii�{►�M,foq•, of the Government Cods, State of California. I. Mechanical equipment, fixtures and material shall be delivered 'ms's' 1�rlIRM�maI shipping crates to the job site and the County shall be notified �' ;teceipt of such equipment, fixtures and material before uncrating. The OMM�g�kYiit, when desired, inspect such equipment, fixtures or material to ""ROM any damage or deviation from that spacifJed. Items dommged during shall be rejected. C. Wherever the name or brand of a manufaccurer's article is s}�st herein, it is used as a measure of quaticy and utility or a standard. I! Clmcraccor desires to use any other brand or manufacture of equal quality M ',;yjWjty to that specified, he shall make application to the County in writing *W,.M/;.VTepssd subeticutions, Such application shall be accompanied by r satisfactory to the County that the material or process is equal to n � , 00105 _ P DIVIRION F. GENERAL Ct'YDITIUNS (Con't.) 4�yT10h 18, >;iTEgIALS, ARTICLES. AND EQUIPMENT: (Con'c.) that tpecIftort. Request for substitution shall bu made In ample time for the County's consideration as no delay or extra tlme.vill be allowed on account . thereof, Vvidance 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 aM use by other public agencies, material costs, and Installation costs and maintenance provinions 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. Requests For substitution will only be considered when offered by the Contractor with the reason for substitution. estiure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall Include n notice of change In contract prices, If substitution :s approved. �. 0. All materials shall be dallvered so as to Insure a speedy and uninterrupted orogress of.tl-o work. Same shall be stored so as to cause no obstruction, and so as to prevent overloading of any portion of the structure, aAd the Contractor shall be entirely responsible for damage or loss by weattier or ether cause. E. Within fifteen (1S)-days after the signing of the Contract, the Contractor shall submit for approval to the County a complete list of all fttortlls It I$ proposed to use under this Contrect, which differ In any respect from matertals spectfted. This list shall Include all materials which are proposes' by the subcontractors as well as by himself for use in work of his ';Cantract and which are not specifically mentioned in the Specifications. 41. a,. . This list must also Include the figures received by the i 'Contractor In bid form for the material or macerials which are submitted for ;:,:.approval or substitution, together with tha'figuras In bid form of the specified s�aterlal or materials for which substitutions are proposed. In case a substitute Is offered and accepted as approved equal to materials specified, the cost of hieh to less than the coat of the material or equipment speelfled, then a credit 'i "iRsll be taken for the difference between the two.coats in order that the County "t;'shalt' obtain whatever benefits may be derived from the substitution, Failure ate propose the substitution of any article within thirty-five (35) days after r tthe aiiinins of the Contracr may be deemed sufflctent cause for the denial of ,jkqueac for substitution. ,'`i, (uN 19, SHOP DRAWINGS, DESCftIP[IVE_DATA,5WLES._ALTiFjcVATIVES: A. The Contractor shall submit promptly to the County, so as to douse no delay In the work, all shop drawings, descriptive data and samples ;for the various trades as required by the specifications, and offers of alter- nftivea, if any. Such submittals shall be checked And coordinated by the -.Contractor with the work of ocher trades lnvolved before they are submitted to r;Ohe County for examination. i ,Rev. 12/72 h I LLL Ixl.. w r� �f>.a �r' � `�'I ri�a.f y%! f�r� rrafY ,:Lriri_.�r4.r�,.y,,.="' }�vcs s.���xS 1, ;t:• .-r'r..,,r. 1 . r S :-.i �`� r #Y.� Yr✓ -a .�c"` ,,,..,�. .. [w.... Z 4�Y., s �' -f..,i°.;„3.,y li :d'±`ki7`"nr•.�;,'.'�fl y.�.m�i'.lt,+ik j,� r' E���s t'!r�Ca4�a� ) r r ;rT }� ;�f.wr :r c:6'r F� iv, r:�'� �, 6�y; £ � •�. � � '�k. h� ,� ,,�. Y{ ,y� 1 w t,, ht.ti*1;^yr cu. S Y wz i.7' ti1YIdIM r . GENERAL CONDITIONS (Can't.) 1ttLZ SHOP DRAWINGS. DESCRIPTIVE DATA, SAMPLES, ALTEMATIVES: (Con't.) to The Co,Ltractor shall submit to the County shop ur diagram drawings in the number of copies as required in submittal schedule, or five (5) copies if Cao schedule is included in these documents. The drawinga shall show completely the work to be done; any error or omission shall be made good by the,Contractor at his own "Vons&, even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and iaepeetion •hall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or ocher data required by the specifications its the number of copies as required in submittal schedule, or five (5) copies if no schedule to included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with s lector of transmittal LndLcating acttotts taken by the County or required of the Contractor, 0. Samplest Submit sasrples of articles, materials or equipment --__ sa required by the specifications. The work shah be In accordance with Che approval of the samples. Samples shall be removed from Councy property when directed. Samples not restoved by the Contractor, at the County's option, P ?t will become the property of the County or will be removed or disposed of by the County at Contractor's expense. �. Alternatives: For convenience in designeCton on the plans or in the specifications, certain m^Certals, articles, or equipment may be degitsated by a brand or trade namfa or the name of the manufacturer together With Catalog designation or other identifying information, hereinafter referred to Xonericsily as "designated by brand name". Art alternative material, article, or equipment which is of equal quality and of the r'equtred cnaracteristics for the peopeso Intended stay be proposed for use provided the Contractor coapiies with the foliowtng requirements: 1. The Contractor shall submit his proposal for an slternative in writing within the time limit designated in the specifications. or If not designated, then within a period which will cause no delay in the work. 2. No such proposal will be considered unless accompanied by mm somploto information, and descriptive Meta, necessary to determine the *quality of the offered materials. articles, or equipment. Samples shall be provided IlhlA requested by Che County. The Contractor shall note that Cha burden of proof as to the "Wadive quality or suitability of the offered aaterials, articles, or equip- mot shall be upon the Contractor. The County shalt be Cha sale judge as to such matters. In the event cluic the County rejects the use of such alternative twtt.e><ials, articles, or equipment, then one of the particular products designated • ky�btcatd name shall be furnished. itev. . :12/ 72 -� 1 � 00,U; . V) yv ¢i tx � i+ie i t r �t 1 x�'?Er�Yan�..G..}.r.4.S.�r. f °moi f .�.T r.r .°;.•4= .... .,. ;it f.. _. ., � ,. ti �'a...'.. .r.,, -;3R-wrt�•:.:�, eta;. .. . . . . OIVISIM fr. GENEW, CeNJI tt NS (Con't.) "rCLic;l 19 SHuP DiACINc:i DecrarrrtyE DATA jtL,MPi.4i. A1.TEtMTIVES: (Coni,) The County will examine. with reasonable prompcnoes. such submittals. and return of submittals to the Contractor shall not relieve the Contractor from responsibility for ceviations and- alternatives from the contract plans and apeclficattons, nor shall It relieve him from responsibility for errors in the submittals. A failure by the Contractor to Identify In hlr letter of transmittal material devtattona from the plans and Specifications shall Vold the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop Aravinaa. ANcriptive data. and samples as may be required. !t any mechanical, electrical. structural, or other changes are required for the oroper installation and fit of alternative n+ateriA'a, articles. or equipment. or because ofdeviatlons from the contract plans. and a►oeit'ieatiana. such change shall not be made without the consent of the County aM shall be load* without additional cost to the County, tc! SAM'L[S AND T=: The County reserves the rtxhc at its own elfenseato result rderocosts of anyh tparthor anythis work. work is found unsccepcable, it will be rejected and any additional test required by the County shall be at Contractor's expense. Unless otherwise directed, all aa"*&*A frr testing will be taken by the County from the materials, articles or *"ipne delivered, or from work performed, and tests will be under the super- mswision of. or directed by. and at such places as may be eonvontent to the County. Meteiisla. grticlea. and equipment requiring tests shall be delivered in ample t tit„ '"u ?-. ties before intended use to allow for testing. and none may be used before receipt r�) Kirton eppioval by the County. Any yngle delivered to the County or to the prmt"s for *Mminatlon, Including testing, shall be disposed of Dy the Contractor r at bis 01M egsMe within not more than can (10) days after the Contractor acquires iYer r; kumwlMae Chet such examination to concluded, unless otherwise directed by the county. ' ARCTION 21. CIUNCE ORDERS. f The County reserves the right to order in writing changes in tM.plan@ sad spoeillaatiOng, without voiding the contract, and the Contractor shall comply - Vith such order. No change or deviation from the plans and specifications will be .r nada vitbaYt authority in writing from the County. Clyaged work shall be peslorsod in accordance with the original r; sKuisowent& of the Contract Document& and previous fully executed Change Orders. A Change Order may adjust the contract price either upward or down- , we in accordance with either or a combination of cd* following basses as the Fir County may elect: On a lump sum basis as supported by breakdown of estlartod costs. Mv. 12/7Z° � .Q� y � - > n(1 n V 1Sl� dyy ' j ;r�Axryic 3 w•rzrFk`�'r1�r•3�,;.�1'�/ o'+ � �S t '-r rf Y+.,iay �i�" e r 5 srY �r t 'r ��'r11,,',. �� 7t� t' zi1 ��Si.'}:�ir�at ��r�' t�✓ ,:1>� �i z i k. err r ,..yy 1 Ic�;j�� rd � � I y ,� _�fy�x 3 - „S 't `.t � ,1. u•::o` ,y, f} t,',.7.5 1 :�l k Y^3�Y� t '3� F rr^ c •� a''.' F> t f'f:�tk i.,!c�` ry} h f nt.` .i i '.�t > `9 :r 4 tyr tIS 9 ^..� #�;,u'c.;f� W �-•;�. tic ti {}. t F,.. -At r.,Jxa�• g f.f ,.�i�3 f {i 1Y,yt-rt. r� ti;• s 7: f,.!ii'' t. ,� r+:- f, r �• r,, t'- y1 L�n,i 'y}, ',�..-. ¢tj•' �- 5§ - f + ''h� , „ $ L - :� x-,`. :.,�sy,�' y�,�£u`��,n. C:4 1IvY 1 D2Y1fI0M/t. fdJaLL CONDITIONS (Con't.) =w 21, ..,t'.MXZ ORDERS• (Con't.) (�) on a unit price basis. (5) on a cost-plus basis in accordance with the following conditions: (a) lMR1C-IRS-IRS: . 1. For work performed by the General Contractor an amount equal to the direct cost (as dsfinad herein) of the work plus 15% of the direct costs for overhead and profit. 2. For work parfor od by a sub-concraccor an amount equal to the direct costs (as defined herein) of the work plus 207. of the direct costs for overhead and profit. (S%Sssted breakdown: 15% to the sub-contractor, 5% to General Contractor.) 5. For work performed by a sub-sub-contractor an amount oqual to the direct costs as Mined erein) of the work plus 25% of the direct coats for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to General Contractor.) 4. In no case will the total mark-up be greater than 25% of the direct costs notwithstanding the number oU contract tiara actually sxiating. S. For deleted work the mark-up shall be 10% of the direct costs or the agreed upon estimate thereof. (b) DIUCT P-61s: 1. Labor: The costs for labor shall include any employer paywnta to or on behalf of the workman 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 perforated. 2. Nateriais: The actual cost to the Contractor for the arteria�Mrectly 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 Cho current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. Rev. 12/72 Rei -41- 001 �5�✓f �� �T�i e,����,ar,��a�s5Ck.�„rY'i��^iruxh �t w � Js j .i j y OZVI OM�• GENIRAL CONDITIONS (Con's.) w :.SECTION 21, CHANCE ORDERS: (Can't.) 2. MAcerials: (Con't:) If, in the opinion of the t,ouncy, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplidr thereof, then in either masa the cost of the materials shall be doomed to be the lowest current wholesale price at whish similar materials are available in the quantities required. rho County reserves the right to furnish such materials as It dooms advisable, and the Contractor shall have no claims for costs or profits on material t furnished by the County. 3. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 - minutes shall be considered one-half hour. No payment will be made for time whiit equipment is inoperative due to breekoowne or for non-working Jaya. !n addition, the rental time shall include the time required to move the equipment to the work from the nearasc available source for rental of such equipment, and to return it to the source. tf such equipment is not moved by ics own power, then loading and transportation costs wilt be paid In lieu of rental s s time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the • iT :. project in any other way than upon the changed work. tndivLdual Mattes of aquipment having a replacement value of 51,000 or less a 1' shwa 11 bo considered to be tools or sma it &Suuipmennt, and no Payment will b�e made therefor. For equipment owned, furnished, or rentod by the Contractor, no cost therefor shall be riscognized in excess of the rental rates �t estabLLshod by distributors or equioment rental agencies in the locality where the work is performed. 1 The amount to be paid to the Contractor for the use of equipm`mnt >-; as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipuhnt, necessary attachments, repairs and maintenance of any kind, JeprucW tion, storage, insuraneo, labor (except for equipment- operators) , and Any and all costs to the Contractor incidental to the use of such equipment. r=,k (c) A,IJAIWAS E TIME EXTE�'NSIONS: y". 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, Path estimate for a change. in the work submitted by the Contractor shad state the amount of extra time that he considers should be allowed for making the requosced change, ►• . x2 2 4[+12 4 YL..d iA 4.,,f K iii Etit�.. Y. ,.5.� 'F �1 3Y{i :'i�;e �v..�i. � f :}.. � �)...5.� 4 ,..i{.t t F• �5 t ;.y.�;' �ir � �'rt :�Pt Yt 7\,fR-. y 1� �'.1 n;'a��,-.Y+�:�1 fk. h"1 Y K �Firt.4k`� 4Rit, „..ca; .,,,n= ?• 'P' A' - a5' ;;' 's`s t�9 s,+�k,. R" `..y arR k s .r m„�. ,t, f ,.wL r�,��'�4'j .a .. r,±, t ">,'S F..> t1 xYQ Y yrs-•- ,rte �� �1: •=.�{�,!7c �, .� k� . r . DIVISION F, JMLULL ODC4DITIONS (Con't.) '* CHWACE ORDERS: (Can't.) (�) RECORDS AND SUPPORTIVE INFORMATION; (1) The Contractor shall maeintain his records in such a manner as cu provide a clear discinecton between the direct costs of extra work paid for on d cost-plus bneiz and the costs of other operations. (2) 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 force will be filled out in duplicate and the County's inspector will review and �s ac, tach his approving signature to the form on the dayr the work is eesfoieed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's coot records pertaining to cost-plus work ahell. be open to inspection or audit by the County. , {�) !ALLURE TO AGREE AS TO COST: Yotwithatand£ng 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 vetch the changed work. Daily job records shall be kept as indicated in Paragraph (d) above, and when &$reed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed work, Agreement ;'; and execu;.ion of the daily jab record by the construction inspector shall s' ,yr' not preclude subsequent adjustment based upon a later audit by the County. { y f i � t1 � t'f � R t s: z rf.. X1011 1 t t i y�:rJ ,,lipF. GENERAL CoNdITIONS (Con'6,) / r -r1LC?104 22. LIBOR• t r l r1 af.r� ""v4r•Y"'rr� Every part of the work shali 'be accomplished by workmen { er mechanics •specialty skilled In the class of work required and workmanship a, $hail be the best. Icnanshlp � Z � ,�;���r�ti�i. 1LC2IGN 23. rnPANCY 8Y TH r0 NTY [' !GR rn A r; PT NC The County reserves the right co occupy all or any part of Che project prior to completion of the work, upon written order therefor. In a h event, the Contractor will be relieved of responsibility for any awn e r Co such Pact as results from such occupenc injury or d ` y And use by the County. S 1�tff� Suah ocrsupancy does not constitute acceptance b Werk or any Portion thereof, nor will It relieve the ContractorY the Count Ai .for correcting defective work or materiata toured Y bi the 'i L ' `of the work as set forth in Sect ion 2L or during the ny t l t o f responsibility acceptance lnc at any time before the acceptance rf ;,Feeeptance. a set forth In Section 28. ,E Y Period after such A. The Contractor shall protect and preserve the work f r� go or accident, providing any temporary roofs window from all r?�1ni$ or other construction as required b and door l include ',a+►Y adjoining property y Y the County, This shall include pert of the County and others. by= fK.`A1 directed during The Contractor shall properly clean be r the work as It Whole work shalleceleanedtand�allbtemporarybish leo�structlon and CompletionPro�raasaa. the $hall he removed from the site, all being left Ina clean andq quip and rubblah '24tisfactory to the County, proper condition r a ,; S(•CrION 2 s+ vNa _S. PwYMF� pF t EDERAL OR STaTr T,vow MY Federal, State or local tax =r ' the Cantcactor payable on articles furnished by ^, , under Che Contract, shall be included In the Contract price and *_ £..paid by the Contractor, The County will furnlsh Excise Tax Ex WV Ce the Contractor for any Articles which are requiredCiOn Co be furnished undacrthe ra• 01 b � ' x ltfiv -12/72 .�`' .fir r s i r J ' •,;�, t �} O'��12 t. r 41, y�t41, ,xr�;j a �'^tk> �L '3,i i f i� .` 1 V � iei DIVISION F. GENERAL CONDITIONS (Con't.) 2'5, PAXMVJ OF FEDER,kL OR STATE TAXES: (Con't) Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it a 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, a construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings all as required by the contract documents. SIMON 27. FINAL PAMNT &M WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a formACGeptable to the County, a request for payment in full in accordance with the contract. The fossa "Statement to Accompany Final Payment" (Page Jshall be completed, signed by the Contractor, and submitted To the County with the final payment request. SZMW te,,,_• ..G0�E• A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all con- tract, and further guarantees the work of the contract to be and remain free of defects in workmanship and materials for a period of peal 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 u.s arty other adjacent work which may be displaced in so doing, that � may prove to be not in its workmanship or material within the guar- Antes period specified, without any expense whatsoever to the County, otdinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calan der days atter being notified Lit writing by the County of any work not in accordance with the requirements of the contract or an7 Rev. 5J 4 .. .. ., J 00113' ' ' , Y Y / � F �. �....,>_r r .ev�lj�Y.�;Gt6-re's,.. $ �t.,'naY i_a_ d.... r•a��rr��J?. ..�"Y .�u.,ta _ t.. ..,, ,,. , F �j�+Ygma....A. � � BAL CONDITrnrvc (Coni) ::• ��' (coni.) defects in the work, he will c diligence all work neceesa tosmence and prosecute.with due ivasantee, and to complecehe° fulfill the term, of this of tile, and in the event he failsktoiaoicou ieaaonable "" authosise the Count to p y� he d�speriod1. Contractor's expense andphecvillto have such work done aththabr ssind. The County shall be entitledytohallocoatsst elincludingde reasonable attorney's fees, necessarily lncurzed upon the con- tractor's refusal to pay the above costs. event of an Notvithetanding the fore going paragzaph, in the health os saf�iteygof cheoCountnstiucing an dints hazard to the uu, the Count y s employees, Property, or Licen- out riot y �a undertake at the Contractor's expense with conditioes vheneitl�s�ocausedtlbsa ry to correct such hazardous in accordance with the raquireonatarofothlaecontracttor sot berms �caatsactore•ahail ixecute andtfurnlshacheeCountf vie listed sub- uassntee form, y h the standasd Se% Page 4S ). t 1 i L 4 t} 3 ` /S t 't 1 t 4 f S t ol { % T:' \ 4 ", Z t �i t t 1 r c't a - - . t3 1 c t t� t a t .�} -i } n t , t 1, Rev: 576- 4p 1 jt J �S > 1 Sl . t t ( 1 ( t 1 t l }, 11tt t {� , t { ar 7 t�.",- 1 fa t� 7T y f x i i J 7 k ! t .c- ;t 1' J J :i t - J.. J t t t - r r Cr�,h n t� k ­..."_'U" ' r t } ti i f+ _ t t fCii S [ f )AJ1,in} s z J ! - t } t' y4 �' �k rtm., ,'Cei l1. tZ-111.1,111 t L }.1 '', t t 1 } fi '� rt I� 1 `; r�% t� ',J 4p. 7 �� r ( t f° ,� t _:,r;..',..,, ,, J ro� Sha It i 1 t r} ��4 c }. p. 1 S lk i_ t tii , tJ } y -.�n f 2�� �`? h _ a� tt4t F X "7 t f oA h } ti l tfdx�,S tS Jt S�-il thY 4i1 3} a �r r r} a y;7 t� r' c 't 4 t 8 Af { :» d ttz s•.�lf4F't "'..•' , c I a t i s Se f t 1 K rpt i " °� rj x �' .. ! J-. 1 , t t t .� c.,Z s 7 t 7 •, r ft w.,,t eY n - ° }tn.. i�`a�F _, .* >'�•; i }...,.; ki ti°,jt ;t w� e r ",RT . a 'i�.. ,..i-s u#'�'t..b�j ,ti -}-. J F ,--a a f :e�y ! -.r f 1'S3 J l I1 �yi .!L .gs.t SS lJk., t i '.Nr. k sd )j r1 -1 � K.' , ,4it,. .. P. r t I. r ,`i:. C .�,,,.. }>t.l .z.6, `,,tr`•;} 'r ,s 1 ,fi >ti.,;:}R 7 `tir ;x a t. t,.,t? ,.+k K .t ;r.t t ..K >.. r, d t A yy_�yg i',. f v. 'Jw'� '7 �1, i 5t,.s.k .Fyt -•n r.J r' .x�`:rs. '„ a P, ,. ,ma y.., J,p � _I. ;:�r__„9} (..,,�f 2'l -a-- s A o k+:� tt. C d Ti)a�.' 74 ! t - U H 4 y S •.4; ,; P4 a«+ #q y �s tFr: Ca .r l a r r :1 - •. n L x tr ,.« ^x'f•. �1 'k 1'z R. F{t is�c;�}�S,.i�'ti -a r .t Sal �f- 1, NG+ �H s �* R ''i 'z,?k a�,c:{ t' h•il•J�`i;'l,t�T@�+�!�^�4"?• f�� .ti. i 6 "+ 1 a, I CDARANTEE BUILDING FOR MaA on", COi m NARTINE2, CALIFORNIA We hereby guarantee to the County of Lontra Costa the (Type of Work) wbieh we bay* isstsilad in the (Nasse of Building) y is, for year (s) use from data Califarn of i eg a thu comptatioa notice in the Office of the County y orRecorall•such work a;tM to repair or replsce to the satisfaction of the County any that clay prove defective in worksunship or motor!.+ls withtn that period, ordinary will rk ead tea ,ss r end ueuat abuse or neglect excepted, tog+ther with y withhthevork whieb say be dseisied or displaced in so doing. If we fail toreasocomply sbvm Matiosed conditions withindo hareCyaauthorble ixeatt:crov�eiorxtnooroceedrtfisd itoYhave r w, 00110etivaty cad •ed ods, y, Of M=eet• rpslrrd and estde good at our expense and we will pap [s.r costs as�d m � T � recovers J lli$ includes charge# therefore Imeaiii&tolylon ser special tars., time epecffedfor this work ar materials } is the plass cad specifications for this protect. This guarantee supersedes any previous guarantees we have made ■ for tble particular project. + Atfix Corporate Seal Decal i Affix Cor orate Seat Dates graphte MtflLs . If the fit* is not corporation,and the add cyaandrsuchorttyating of thehperson of businessor s oigning the guarantee. a Rev: 12!72 -47_ l r rr. tf} �ri `y vg's `t'zSSQ.i;+1,•ra,:��is tta{ � 5 Fr .7Y 1,� n''�,s It t YH�'' k 4fi.'' t t 4 , 5 ti i s s �- , 'S i� .. .. FORM STATEMENTTO ACCOMPANY FINAL PAI^tENT To: Contra Costa County public Works Department.' County Administration guildins' Nartinez, California Re: Final Payment (Project) Pear Sir: The undersigned Contractor represents and agrees that Che final payment ' includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the final esttmte shall discharge and release it from any pend all claims. The undersigned hereby certifies that all work., Labut, and materials' on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and 'chat the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. - Dated , at: (City) s California. , t Rev. 12/;72 -48 1 �a 1�1 f:t.,1Af ; n. A � ..s•.�t f� (� r., U.x.I t �t � i'.. y '.,q`•... 1 ,R:�.l��s�I; ..t§ .ij. k-+ U r.J" r s � � ,aj� .may. 'Y, Yr.;q �, ,A' '4 '•:w/� ,:,r .F:n ,� 7 a-'��+- �?,lr,s pv -...n �..-.. I'€... G{,.trrF-1.S -,.�?:.�.., .��� e �.t -„man!'; .; 7•s"t )1.''".� �-,y.r, n Pr ti .` ....-p -z!.�5,,.:.��, •F. � � n..n;sf"�*,.a ! k2d" a. � r ....r. � 1, «,. 1. s yam•.. 3�a>,e. �� �, r � 7,ti';e S { !;i : <S ,�. -,l +.r th t:`F k :e? 5 �,7�,i;R�%'�' ,�.-.1t. t.�� �. �Y ��.��:. ��? s:X.t.Z±'�” !•.Kj�. �- {�.....s t I � t:ji„,�X Y. �:H. •� '.e4^., � �,'".� Y .•�:.;ii�+. t tY iIkaj s+t�. �Li�'�>±iT<�f.•yhY. �..\�1�j i �J �>:,��„,h ,•.x�, k x`r,:�Y ,y a,�y �.� 3 ,,� i>.. - a t �" x 1 r �f i P y;"�'`+kt5.,`:�{ ^ �r;'ay :��L+l,..•:�.�. � ,U,t,�', .�v 4{tr �; �;�-'�,. s� rk”, �4� '�;" �,.:�-•34��y��"5'�'w�,���.,1,��;..c{ f��hA,�1.���'" ^"a+�',''^�� '��:4`,'�r,:ud .�ai5=Y3is+.�'� ,�,k a�y�t���{.. k ' --Em1R sSm"m � 66113ttd 110. CIM-34" ft" a ' mn, California 430Mftrs 41ri.. wt&a, lta&101t. 10wet&.4Lwwa.Olen&. as:. 4.r. f+ye b•..Ilea►.r..er. . >. O.ts.mat"sets. a awe". flews&, lfwdy EJea.11.. Glenn.aaftetot. Uses ad&*. iyfw• Roves 11 a• fesr4.s veasam sa&A, Ms�tty 6►wM. 14aNlnea.•a4asM&. AW.la• +clew.310101** 4rt&lef. age. livem". mesa.Masa&.-Ams awaAe•'taa*move'. Sam!mss , M Etwc4aw. »r a mamas. am 1IW%s% 46111101111111. Inds. a Oasar. Ytacola.seats 4=ea.'tl�ata. Mdse smash. 1llet. ie+car4. 30Ltliew.'i`larr. Hensen. s4tanislte&. - sinew&ars! n 1rb owt3&a 1 9.110 6 1.99 9 1.A Settal. !*Dens. 9wtn1t7. 9tst&re, taw Rwelew a" San S1tao - t AroLrne. Colo a& VdI s fliwtfu 10,40 .63 .04 p1CIS1Drr 1Ra•2twt G77-S03f tMTtr sate of ►ubllcatlom Tfoano, 11010, ltadat• sed Lcptrat6es De:tslcn o, Cw74-3101 dated rbv*stne 11, 1174, in 41 171 51273 71.tate Cnentte0 3,10 .l0 1.40 or OG.tel►•IIO:e O► WIt1;. aulldltp Constt..ctlon 160-4• mot Include 910.01* fully CA"Dffr24S/ Lunn.-end y.recn type &palLeenta up to and Including 4 statics), heavy end lbGrp*ntera 11.23 1.22 1.71 .75 .OS '--.. -hignvsy construction and dredgi01. _ toot wrer toyer St. LtOps veHLratocfl 140 tllersl /,l.p 4...it.t.r�••r• Shinglerat Steel Scattold - 11.•.Ir "- L/.a*.tee tractors and/oc Steel Shoring Rs.a Raw P-,l». Y•.a..t.. *ever >!reccoca 11.40 1,22 1.71 .75 .04 A*?..U Rlllvrights 11.75 1.22 1.71 .7S .06 Nledriverren, bridge, ..Dart and dock bulldecs 12.23 ,24 1.26 .75 .04 ,c res ✓irt9ts $ 12.41 .90 1 1.17 11.5c ,06 CCemenDoWr rxasons Cement rasons 30.00 1.25 1.43 1.50 .OS t�ILOz hl EPS 13.175 .775 1.00 .50 .02 rsatlC) regnesitet 111 EwIC7-:,tYf�'.St StMeatsafl: t rr] 5o:te, H.�aldt, Late, Cr.osition ris;.aa 10.25 1.13 1.43 1.50 OS rerIn.-ta.do:i:wa, Rape. San Men Walking fro. svingtng of p a]Ip fur■ scaffolds 10.25 1.17 1.43 1.30 .CS '.tr•rr_1aco, San !%Jtt. S]aklyty, , S216�0, :sr.K.ca and 't lolly DRT>1r.LL 1rt5:Ald1JU 11.52 1.22 1.71 .73 .07 .Ca,nuea 11.02 1.40 .S] 2.00 .05 Lt.IsmedatCx>j . �1seeG County Alsvda any Cr trs Costs Electricians 11.41 .80 114./0 .03 n Co.•,tits 12.33 1.05 1.03 .20Cable splicers 12.14 .80 1%4.30 .03 N �+ rr csrm, [!n;s. r_dera, Asador, Colusa, Sacramento. tsrfr..s• r..: r.:ced Coauttes 1-.55 ,35 1.00 Sutter, 1010, Yuta •nd D..tte. C:.7 css, F2 Lti�i•d:, those porltons of Alptna, Cl.r,•+, L::sen. r+:•lx, %r sada• El fro:ada. revala, flecer /(1 P)acet,.Flucu, _acraeenta• • V' S:,esia. Sicrr:, Suter, and Elet 104 Count lea West Of th't Slr;ta ibn:a In Yolo sad Tura Ws. 11.50 .10 1.es .25 Watelshird sn:.:cy an] rm-e C:ua Electricians `♦1� 12.09 .fS 114.53 .047 U Co�r.tlea 11.60 1.13 I.20 cable Splicers 14.11 .35 2%+.9S .043 San Benito and Santa Clara T*nnelat Counties - 11.95 1.47 1.05 .02 Llectrleisps 13.03 .15 ltc.9S .Oq Alpine, A"llor, Calaveras, Cable Splieets 14.32 .15 114.63 .045 San Jcagoin, Stanlslaus t4olura.e Countle• 10.05 1.00 1.00 1.00 Tulare Loanty 11.60 1.00" 1.00 .07 iala _ • lV . fiFOUM VMSiER. VOL 42. NO._7W-4MAY. APRIL 21. 1977 s rBClI:.:M1 03. ^71•1039 Says's Ms.no MD. CIM-9039 fat• 4 • Msia lMla'f.rBn rgwau rdw Basic Are00!Perm" Natt7 lJrteNee N+ea1 tireseir Bars NCB read.. O'aeetles arllir Bars N l• faar0rs Maeatlw eaY« - Asir.7r. AWL To. tttert•1I. Abrtssat one" •Olrs-tatre area Rltsttrl09rlr f 1tRf0 .B0 N.7S .06 Nlattsielw i 13.13 .!! it•.T! .9B 401bu Btlfaress 11.01 .00 {e.75 .04 4949^yltsere 14.59 .B7 1N.77 .M $ISO ses"laws OWAIM BMts,iioub. Lassa. r0tfae. stattrlelerr 32,07 AM WAS .01 Mar". Waste. flsblreu, Coble art""* 13.59 .M 0e.f5 .N taches a"Tetalty cmatles Ma Matte. *"to Clare ad ttltutcUas 11.90 .97 19..705 .04 19144• Cera Caaaabs r Sst1e Splicers 4},10 .i7 ri0.70S .0i tisetelolsra 12.N .77 i0*1.50 .OS 't+ia-sly Cable Oplleats 14.40 .77 10.1.50 .0S Y lleettleionst Cable Splicer• fan hsnrlseQ Csmicy 7�r ! Wit• 12.50 .07 19•.79S .00 lleettielaaa 13.933 1.44 10:.90 .00 a hole Spticel/ 13.04 ..97 114.705 .9A Cable Sriieeq 19.36 1.04 04.40 .06 4r,etss aad San Joaquin Ma fratea Comity ' G:analea flectek aaa Il.i1 .t2 H.lO .0f TM R:eclrictsnst UOLdelam 12.15 .92 14e1.2s .01 BLCMWR 13.19 .545 .35 344* .42 9441: spllcets 13.47 .92 1041,25 .01 NAVAICw.00ti1'Twicl es, OEM= MiR .S43 .35 31+0 .02 Costa County XLMI 0R Caft9[fOf.fuss• trim llectticlons 17.45 .H 141.00 Irmo.) 300114 GLI* Splictrs rt34.95 .70 061.00 6tA81rASr ?•„- vel -+as anfc ! e4oldt Counties Alsaeds. Contra Costa, lake, tlec_ttictsns • 10.23 As 1601.75 .94 Ktrin. NatOoeino, tsouthetn Cscle tpl:cecs 11.07 .SS 1001.75 ~ .04 Mlt of co my [tor S+orth of ftearo. Ii. s, radets and . 7nI+ts fe. Rat-). otfncersy. tops. Co,attes fM 9ahito. Sao rriAcIft*' .�.. 2lectrlcfsnr 12.26 .75 11043 .43 San wtao. tants Clare. Santa �1 " Caoie Splicers 13.26 .73 500.95 .05 Ctut, felsna, tt.b, frac east m ' sx Lite. !'Arin. i+endocloo and of hlt[1a1A1 aw6 fours » Soxara cc",ntr Ceuntlas 11.23 .92 1.35 .42 "tiectrlclans 13.OS .92 1{•.39 .02 ,. CKIe Spticere 13.91 '.02 100.30 .02 -.patt;nca, reseed. Stanislaw R •na Taolu-x Counties , r.ectriclans 9.41 .62 It 1{ Cazle fpllctts 10.61 .42 11 19 • . e r :.. . , { , FEDERAL RMS7ER. VOL 42, 140. T"NIDAY, APRIL 22, 1977 [xlsloa IrJ. Ct17J_ »" fly. >1 rrC7/f9.�. a77 » h00 6 r.+la pa1.4e*"Ata lie fc fwriMs f'+Oaaa[a rov- E4raaaMa . look lia a A t• h•.w.. 0fe[e[aw .1. i sa11100* x e..A" vanderr AN140101 t` 1140111111101118 @OMA * cu:�►rs� izac•a 1ftMt•ter.r9 liiito C- Aipf-w. A-.a9a:. *Ott*. aowtfes i 11.38 .iq ss «ii is/a,erat. Ll bwoft- Mw p[•welscv WA A of Ui•r t!•►u, t.s:.1, Itiat to "a%also Caiaty 11.01 .46 LN .02 cr City rt Lluso;st.nl. 0•e Mestto and••mets slots w•1 ieaca, ►f+car, Cooatise 10.14 .71 .1S Satrac:nta. :i.n .k."010, ►teerw, *I"*. M1+�rta-ad j fnasta. Sla•ly.e. 'Mare Lloeotie0 Stan:tlsus, Sutt•t. %lAawa, lterlpose. ge[osl. !t•aial:oe Tril-one. Vola ane Tanta and Twolwwe Oooatleo 10. S .91 . G sr.:ica i 16.49% .43 1.30 ltisAo[. rt tloraio, raerawtto yre�:+o, s;w}e. Y.tA►t• •nd and Toto Guests" q.dq .4q L.M yiarc [.•rrnxt•-: awe tt+e rwtfurn gait of flat! Mtso [ea snit.•! ;•.rtl meta of County 10.01 .12 L.M r,t.•4 Cwnty 9.Ot .11 1.64 .00S .0S LIM C011raTWiCTiOMr Contra Costa County r-c.:e !r: tore 10.41 1.14 1.06 1.» .04 Groundwen 10.0675 .70 1011.00 ! sr.1 ttry 11.10 1.14 1.66 1.70 .64 Line Equipment Operator: 12_1150 .7$ 101_00 9 r -•r,u:s .trarrural 11.20 1.14 1.46 1.20 .04 Linemen 11.4570 1161.00 Cable fplIme 24.9% .70 1441.0 �- Aiar.la a:! C:,ntu Geta Dal Mode. lbdoc •ad 9istiyou • .Z" 11.16 1.11 1.20 .025 Counties 0 - q_ar. Ct+l•.aa. CI•nn, Trre trlwaec helpers PI at Geoundwen 9.18 .43 14 .10 1/21 (con Med Ctwnin•nt 1t•yroud- amn L••.-!•rt is, t:. r-nty Lf") aw tChfppe[!1 lowdetwens A- �'s, P1a er, r:cesa, JaaiR•atawA 9.69 .43 !4 .10 1/2• , S:�:rrs. 7.•aaa. Line Lluipeent Men 9.03 .45 1• .10 1/70 a*.a•2r lntty t...,..c ica 11.00 .66 .50 .01 Linemen fbiesprayett Mery Cl:ay.trs ar.J San Jaa;uln Line 8qulpsen! fans 10.55 .60 .55 .01 Certified Unemewt Veldet I1.S4 .45 14 .IO 3126 Lake tft»City of ta►tpott ?flee Ttisk"t 10.42 .43 14 .10 1/20 d.;rz to Rwnty Lfnel, rAtte, tittle Spitcer# foadaani penizcino and Scrwaa Counties 9.01 .07 .95 1.00 1/64 Wile sprayer 13.79 .45 • .10 1/24 3• 1. W * rtoERitl tEols m meal. 1:. 110. Ti-�Rmllr, APRIL 22. 1977 t L T • � - 9139 a 114410 ploM 11ea.4tc hr...•. FPO"*6eadhs pq.«b _ 11salt R [ 9!t>/ p4eeteee Ye4e1Na ea4hr Ma� 6bur4r Apo*.To. 11atea M t 11 Nodees rcnMee eelht AMr.Tr. LOW -ha sss. 11fl7Lo. rul Ia at'U. L�c01111HRTlffe (dietr4 panne. Rlage, Pr4tra aM . x > •`:h9•so Coawtlt• JS n4.9f • !.1! .!f 111.1.7! ireaea-mon 011.13 4Re�� 711 " Lha-ent Like 11plpaant 'N Ne•eaa 60• .33 1941.79 ;^ :gen:oc• 12.n .75 l9t.H R Cable SpIkerm 11.13 .39 1:41.7! eaZ1e Splicer• 17.29 .H 1{•.115 "' 0ae heeets o com"T , poclq•a, netted. 6tentslne _N Goan6s•e 0.711 - sr4 Ta31r Counties Llneseat Tse11r1tetaea 17.131 1.64 194.13 .N " Cable 19.14 1.13 194.96 LI•.eret- 9.13 .13 I• 4plieora .04 N 1101 Aealts, Saari Clue. 4tlt•lpllurs 10.61 s _.13 to ►g - •asSeat*het CtieatlN 1t�netr�r :moaner Otooe4see iscur_ry 9.41 .115 1:41.15 .01 Llwee•er Llan MIa16em% 111.13 .67 1941.9! .49 { "=s_anr Tscbnlclans 19.14 Cura:lms en[0:1:4[0 11.11! .j16f 19411 ! .61 tt0l)Ss•s[•a 90[0 11.70 .p 11333 .9 .023.00 1941.43 •61 leIICOC§ 14. .67 1S41.f6 .054013 a'A folaao Countts0 194.9 �= � 111.99 1.13 • Mlcat:e S LlCacs 1).)0 .ft 11391100:•, Glenn, Leeson, 91nwe•. ,N Alpine. Aaa4r. Careca0 fi &Costa. Tehara " Tc fatty all/11•n•1•agele Counties Cc-.;n-.tea Breed 6.92 .70 ccoucl=on 9.56 .47 114.703 Sprays IAnttratR Ta60rt :Iacent rqu/sant Operators 11.90 .41 19•.713 .!2 Mlnf 9"t seal[olds Cable S lletcs •62 ssa611ssest 11treetetal aZ. F 17.14 .117 1:4.74! 1 .62 11tes1 9.]2 .711 CeedrA eotner rrt•ra. 111 1.34 1.11 icer[ cert 6.54 .14 110.50 :47 eNr 11.00[0 gas ueteen 11.41 4711 194.96 lbtaeo Ctaatle0 Use rSalpeet •6] 11re>rr 9apr• 11.11 .{1 ,.211 . C`peracoca 10.27 .70 190.30 .47 "tart 0temoNral steel 11.]7 .41 .22 Ara4x, tolssa, Sacramento, f20 atcec, yelo. Tuba one those Ilerlposa. 1lsccel, staei010us a /onions of Alptrss, 91 DoraOo, ass Toolume c ssatleo !Am-ads. ?laeec an0 Sterre 11resb 11.60 .70 .45 .73 .112 � r wring stag•[ ps"tbuegscar ftottlea west of enc halo o-Qalr1 stege Chasing,� ` let[•t9oua[a/n wacecsbeA s ' Gtourtsea latsc 11lastle11 9.63 .76 .43 .73 ,p • 11.97 .73 u•.75 .135 spars saealaetla11 141.10 .74 .13 .75 .62 Umeaea 11.21 .73 110.73 .135 CMI: S011pr0 12.13 .73 J159.73 .135 � � r b - . >,s.Y•`.• .ir. lz�x5E,. -''.'q �,:s ''t .:;r`•'..�ri. •� \ i �t.,T..� ..,�,.�,�..v.�S,,,,..y_ �• �. 'z ,..a,.� -_._ .--...�' . .:'.,c "'-�..: �'• `.... _:: `:�. • _ ...� t �i¢� a1T�+ .k, •*tr .•�„ 'fit .t �� .. �..Z ,�„•;t'r�'S �fy'^' y .,;"..�, ...+.,-moi�� ....; '�� w,:, "'a `�,ati~+��J'. ,r;+. .:fi-✓.h� -�'� V.. •' p 4 - AORAI R +AaL 4 moa M-PWAT. Aril J% H%s ��: t�rsi0r f>o:t�t7r-tris Raga t 7 fSKlSiil�. t�t7T-0000 i h!s U } i Voile trag&isidea prrgo.rw. i>..la VAMP*-s14 P"- 'Sao "- 'SaM 0lrrrfwe ttr.errr l+=11t •a 7l t=4%" ♦s.ala. !soda.u >�iwff>ra K+rK'N ' atii�iittrt-�.e*w .,. tartet.p. w laetae..aa. ' 31M,1s�fh. ,sato,t2eata. a _ Votes. lana,Clara aro •ilfs6b. raM. r~MMr. Sent,Cres CNAMI$so tla0at, Se"aawate. Slecce. { ttacloslem pt.,rttawa we aAsea ems tole tbeertles (oustles to the tate Yobs• ItrxltM/M toctioos eft ' ate*) Comottea to the tate table rtuaA ! 11.22 .Sf f l.fll .06 .l) lkts) +. Sgeay - 11_pT .t! t.16 .i0 AS saw* 0 13.12 .!! i 1.14 .M .03 .!a},ers 11.77 .1f l.lr .H ,AS K 11J7 ,ff 1.14 .40 .p •. bte Telae ,sea latera 11.911 .f! 3.50 .M .01 01"A 20.75 .70 «7f C&1 fact, trod fte beNt Oeerties Sproat Staactecel'steeir Tapers 11.21 .70 .7S fkesb 7.55 tate. Pima. RrodacIM. San SKr SamMalastocas Sttwetwee ?` tts.:}aco trop Saenua tea_, steel} swing stays/ Taptral .. 111"i. 16.77 .!! 1.10 ,t? .03 ?apecbatrpece 7.66 .50 .2/ .Si -:e;..,. sitar 11.11 .99 1.10 .ii .13 parting tot Striping abort &WON 'sycra 11.72 .99 1.16 .91 ,63 ■tybw-ny Rarteses Cotte. Collo*. Glenn, i.aesen. ?resno, Clogs rep Tulate Counts teaelOrl:y tr.e eafleot SL !rattle Delineating Device Ct.:ntU, fit's..[, plaa.ae, t applitatot 0.17 ,Si .33 Is Sca,:a. 3U.lyty, Sileter, tart&} Stop Installers Ttattle ie a:a. :tialty uA t.ta sertaee Sanpblastecr•Sttipec 0.40 .30 .35 r Co.nt tea Castor talttl stop installer. 8 CtaiS? Pot Tes'e191 ballets 6.75 .S! ./0 traffic surface asnftlesttt, ittayr Sea:�l+aelr sc:uctutai aulperl 1.01 Steell S.srq Staler T.ptra 9.2S ,fs .40 Slater teal Operations A tasstn C_ .Sty rtt.at }•ertton L'sot Hiaet Opecatot S.if «S0 .33 b IS** East-old of af. t.iS, • squeegee Ren 7.10 .30 .)S b 'Ia.ttt..rtp to ane Including applicator [)perator g,t7 .30 ,15 NO ro,.ey taael - S)tuttleaaa 0.05 .SO ,15 b _ Sts. 10.95 .70 .75 top ftsn 5.01 .So ,1S b SFray1 Sttuctucel Steel? freesining Counties Tapers 11.20 .70 .75 Tcott}c tsel}ntot!ng Device applicators Iatel stop lnstallars Ttattle surface Sadblestec 0.67 .S6 ,35 b fa#tar (traffic 6elineattag device gtllestor, wheel Stag. insta3loc. ttattie serteee sanpblastetl 7.72 50 a15 A Striper 9.97 .30 .35 Is lelper tstriperl 0.22 «S6 .35 Is ZZ _ _ 1 lWti►t'tatcmH, vat. 42, Ila. sit--.,Poor. AM :x. stn c,R sr �O1r OO. ,G77-N3! se0r 11 R..s20M 071. Olt-S/f! ttrOr 12 . �'�•• VG%W 6e0600a*apassaa ♦AW Rasewq Persue s+e1s 3 Lieesrar . i{t IF tasasow 0larlra eea/ar .m i� �#� . 1rlralrea 0reatlss roilre a00a.7e. J ill!"1a III��Mrlr1� M A/R's �. ?; Illgt' ir:al+r s1... 1 al is iM �s a r " .7 [a..iYllLetinnMr VAN dt! i !.M in >!la6:a"11160 aroelw ��t,wisata.r s.is .yrl' .Rs ! Olaei[/e a!r lean►assp3a - � " MlltrT/i tyatrtaa 1.711 .!0 -7S i< arsmweirr 1.iI «N 1.11 .10 Nstttw 4.411 .90 .1S Y ' Mat/s crwg0.32 .00 1.N .f0 6.12 . S Y:-tiyF fft Muotefev cnwtty 9.13 1.N 1.70 .90 LMi _ "!!ayes and Comets Coate /an Nnita. /seta Cisco err/ �r aDwfttleis 10.10 .715 l.ai .03 0astr Clot C>•mmsRior .7/ Y.fs IY.N .,(#y:te. Wlusa. Clem*, Lassen v•''ti 'NL4laitetn bels err LassesAlaoeaa Meta caty 13.1! 1.23 2.2! .11 � rcfKrt. sYswr.. slater. Centre os*ty U.47 1.23 :.2! .20 `faster, err 'tabs COWr:iq !.7! .!a 1.011 Al Mohr sal wroselat 00"t.969 21.33 .71 1.32 .03 w`;rlr�t�try Cwn:y 10.60 .71 .3S .01 lllkwlmt wternfitterat e, Msaarc (Mbrtbers half at rtrm 0. fin--o, rrle:a sed Tola, T�luc Cowefee 9.21 .N 1.l0 2.11 tlrrrtyyr arcrasrsta. `M`a.r il�i.'u, 1_.idu, Butte. Colasersa it Gouda, Woods, l2spt - C.ol�esa. [1 W:rto, Glenn, rad /later Counties (escladtn! take Tilos Uoo) 13.33 1.14 1.64 .Yf +`a afae!r tStyJ.•r:a,a�a, !lace-, ` Tiesrs,'Sears-�n;o,.Ssa-Zosquin Lake Tabor Area IO.f! .5/ /0 1.lS .10 'Titus, Suttee. Tolo and Yuba ilorin, Mendocino, San reaerCYseb Z sinal 3oousa Coustlss 11.75 LlOS 1.50 1.17 .15 � uh co�:^tlaa 11.29 .71 1.50 .01 son 0onito and Santa Clem i ass rtakcia_o County 11.7/ ,!! 1.30 .03 !sn tato county 7.72 ,sl .!0 1.50 .025 countles 11.20 .00 1.SS .If Or bel h:�:e, nutt,oldt, Lassen n county Conty 11.71 3.05 1.05 1.20 .25 r!mprtld.astetn halt). Fbrin. Alpine, Asador (loutbaea pattion of County), butte. ltodx. *:Apo. Shasta, , `lealjou, Solaro. Soro*a. Ce2aeac6a, toluss, rrtaso. a k Clem. tints, Lagoon, Maderse c eta a and Trisl:y coun;Jae !.!S As .50 1.25 .01 Marl sa, Merced, Ilodac. Kstiy::s, 1^reed, Stsnislsua �1 , :':seal T.nivue Cuunclaa 9.95 1D 1.55 1.20 Monterey, Plums, San Joaquin, r Santa Cruz, Sbasts. Slats, ;' ILI�S7C:sTs' Ser ,rr5r s:ize.a and Contra Costa Slaklyaem, ltanlslwa, suttee, Ora:ler 0•97 .SO 1.20 Tabora, Trinity. Tulare, Zak*, Kar sad Toby Counties 12.30 1.29 2.N .lo Masao, lingo sod Kadtre Ow*sters Mo 1.30 lata. Maga and Solamw Countlaa 13.31 1.13 2.29 .li k - i tiaw r FEDERAL REGISTER. VOL 42. NO. 78-411DAY. AnK 32. 1177 r - ' u ltawlrr aa. x177-lt2! rM. 24 t xw oattstar ta7. CAl71-5039 fuse is - v Hdr Sells fdrp ae-its T.tr.wta ,ro M�Ir i lfiMMlss sNa. Raw r-.-. ,-.L- �i.. 110"'D t N a Y IRse.l wt ra•.Nr i�.� Ai9••tr. h >nstctms. OoorOam tomat•di Rlatalo and Contta Ca.t• Co ntie0 iM1oc. Secteamte and Tole '-, raateta 4 10,94 } 1,17 9 1.10 •49 .94 count its "�'T'.� - - lUst iC yrttcrsr Lettl>�.tn ti00[ft• (elate, till. aai t2 x.ttlaa +J0 p.trpsl leets tett t.10 ii 4i co.pootticwt 9 10.11 i 1.44 0 eels I1.00 .01 DiturastiC: tnacettrrm rips- Sntwslec 0n4 rtt•! 11.11 I.N 1.L0 1.04 .07 vtspl'era; Coil rat built up 11.94 1.17 1.10 .49 .N son Benito aM Santa Cisco X alpine, fatav-_:a., rarlposa. cawttso r rev-1, San Stanislaua fta[trel settle (t kettles Mile .99 1.14 and 2`,otue•ne Co nuts SM?OKTA,IKOX ss t W.:e:s I513te, tela Alameda. Contra Co•ta. Nose Cac,nttt:in and :'jilt up) 11.29 .90 .97 ad 4olsno Caratite 11.2! .00 1.93 129 .04 Felt "_•:ruts. .<tstot 11.41 .90 .47 Alpine. Calaveras and ..E4tt., t.'r.t;,Sa, El 6etsdu. San Joaquin Ctawntlee 11.77 .9S 1.40 .02 ': Ger.x, L.esrr, K:•!n;, P1aceL, Awodoc, WtG, Colsaa, . Ll Doca04r Glen. Lassen. Sta 1;at, S,t;et, 7t ata, Nevada, rlaeoc. Atria. fr Ttln to r:.: t,,a • entree facta•eato, sAaata. slesra, k ')ria 11.4! ,fS .40 h�ttat ecTftumaa. lOia Bud ive11.ti! ,fi 1.44 .49 ' r:^. - R:-,tt• r lffi ,nd i 7._3re •;.,n;.aa Nacipaea. NeccN. sta•telar• IL..:.t• 11.19 .N mi.4i aTuolumne Counties 1L.li .90 2.19 .09 Z Lr••. .:t n, .+.-r!t-.m, *.l a. Monterer, saw*"it*. Saute Q . 3.: sr.•z. G ,rrtr• Clara and Santa Croy Comwtit4 11w13 314k.Of 2.04 9.213 10.13 .93 1.20 L.43 .04 Del mctt, Nu mbot4t. take. A r a:- r.:..r m; t e 4 t:.stn C.ir 17t. lmeefat two, saw cit t2 ••.t t.R p.-rq 14.10 AS 1.20 1.93 .04 hanclsto. Somme wd U9 t--3:-!.r.m rlpf- 'W(pity Cewntloe 12.50 .49 1.74 .12 :cr: tar pitch 11.11 -.69 1.20 1.91 .44 San Matto Carty 12.92 .N 1.01 .12 tel t..tst a,J n,-:: tde M4d0e and siollrou Counties 14.205 est .20 .02; _ C-nt l-a ht•nY. lies*. modece and rrct-cs 10.32 .40 .75 .1s lbtare tbentlew 11.70 :N 1.22 .89 mbntetey and Santa Ctut . • : Counties Pooler4 10.75 .90 leis San f:anclsco and San Mateo _ Counters - F-*Seco 10.92 .041 1.IS 1.10 .44 rastie t+arkete and t:ettlenow 12 atttits) +•ltho3t pumps 11.11 .i0 1.13 1.10 .N t diturastict rt3"]etar rlpelit.Egsest Coal car 21.93 .90 2»1S L.10 A4 r . ' r - aaraRw s i'c:)EtAt t3tGtStta. VOL d1. NO. 76---6410Ar, Apsit 22, it" Is I 1 t {l slots MD. ql. !f N Kr 7s tR G�II-f•?f - - - fmfa �' !tesla as F&P 11..a0ts r.,...:. t rw.w m."mh r.rr.h r • < sle•w1T RbreMw Rrvac.".. E~�/�~ III r r...1—. M L t ais"l"e• •"[. r«.w. ..V.. ,JVr.FWAM LATEPS: TWA"=Ri1•tOOa Al 0aete, Alameta. 4etre C.U. Dal ; Gla-C so. Got"". [1 Oorass, swats. mwttamlat. Leto, Gar; tans" leaelu•Iq aisle. Ileoftclai, map. Sew rramctmoo ' /ertr tate Atca1. hl[ced • sew IrtM_ least of Sen jo"uln altert, slatl2ow. solar. sonoae PlutAs. Sas Jc.galn, Shasta, and Trinity Comwtiee • ll.a2 s 1.Ii .11 SI.N Sscr.annto. Stanlst.Ya. Butte. tale". ft tarcats. r ...sutts[. Trinity, Clews, Lassen. /4issc. Tolo and Tjoa wevesa. Placer. Flumes, G.:rt:,•s aa0 r_•+7tt po:tlore ' saaraeawto, st"•ts. Sierra, ': '-�a' [: Gc:.:ao, •:cvo:a, Plr_*a Sotter. Ttdues. Toto :'.WJ sitr[s Coantits IVRItuslwf Twt,a Count log 11.N All .N ' ,15 ri tate Ss.•,ot A&eal • 10.23 -.79 It 1.25 $1.N .10 TILS SCITMa ,"lower 1"kt A.ta and Like Alaae.l", motto. Colson. TaLoe Area lm.mi .70 ,2• Contra Onto. mol Mot b. -Alar-_a. Orat[a Costa. tate, u ftremm. Cleve, mtaeolst, - ltbelw. [rnG«lno. Mr[ceQ. Leto. Leesse. marle. ! `tsxate.ty, traps. San Benito, mandmim. ftlima. MtM. Saw rtan:lsco. San rateo. - Mseatm, Magor. Visa". Santa clot•. Santa Ctus, Mera/evlto, Sae menito. S4c :olatw or.! 5.:.» Counties saw rrawalseo, saw not". 31.30 .e• l_N a .10 ffal rITTfPS: Mets Clare. Sheets, starts, r ':.alaaeis. Cort."Costa, psalm, stetlfow, solar. sowmem. Z `bps, San r.aacisco, sew Sutter. Tetmmlli Tsimitf. d IVtM. Smwta Clara. Solawo lolo a" robe Missiles 1.20.T0 1.20 l.aQ .01] .nA ass sonmea eat/em 11.01 .N .N .11! up[—. assess. Caleeetam. f� s_x? mmrablq Cowmtles 11.02 ,N .N ,N sae.3mgde."steelelawe eei 10.27 .Ss .]1 1.N ut �a t:L:+•llilfxs: ltrlwsee aartlee - :aiu-da ani Oont[a Cosa rceeem. alets. IBdtr4 ! sr- :bunclea 1).10 1.25 2.20 .141 morlpmee. mcciet aft Tblare sate a►T mueDolst f.N 1.N ,!� r�awwtoes, ll.s/ .til 1.12 y Mmteref ant"eta Asa Awlelts 11.0! 1.01 .f) ,z} s x Fes, r•�'.N-i '1, a�� • ��� t. ty'�:v< �yf ,� �i c �r *k'�?i� ,7'+'i'..` �..y..r > •.a T �'r� ��� .r, �r:�r-� �,��`< ,.fv �"e ���; �. ;�ra''' -�,rrlv4q,�� �t ^.� 1 � >� _ • fMtlAL VOL �.NO. 75--1�MT, A!S•!!; /N!• -- - t • L ,' •�Y' TevaMMSIM SOL I0 C e a# tela 2✓"J+1 S !4' IN . • • t'II.M�Mewl�t.T�.\r• 0edt t•e•lfa. reteHe. ' � Rete. N l f ,I,h.. T.. �� Pats Ir tr as L LNwkvw _ x 0-t�caoclal llaTr C-tadaPe" s Oatt 1.70 s0 .10 -t:e• asp, 01 1etM tMTr t-acl•tma0 oat• 0.2s! f 1•M R !0 •10 latpc Galt [_tlana•1 1.70 I 0.l2 1•N .TR .10 Oka+ 1.N 1.70 P=p_ �5: 0aaclt cats [oc veer !testa• 0caaf IIa1 0.7lS 1.70 .N .10 0coA 1tM O.NS I•N TO .10 a. t.L o caetc lavcu et�[w�tate tar d•aegis to S rose* 3t miss 1.00 1.70 as eeeetca. aai ]t st seal[fww1P e• A eLtacM 0.21! 1.70 •9R .10 t. as vaso. ht Ctea/t. St. Bala aatfiaT atovr Its 0.N! 1•N 70 .to .10 as fvrS PIS 9.1) L creep 1ta1 0.11S 1.00 1. .f0 .10 11daT GcaeP Lip 0.105 1.00 1.70 1• •ny e. Tsyloret canctfnutee 1.12 Mr �rtaala Trac of eilclm.tt 1.00 1.70 .f0 w 7.c.clon grad tot vacation fund) dcavP : 0.005 . t>•a s Pec tnic to Rtodr I - l leu pet leen th.n S Teats 9.)! Pe[ twat 4� _ c fwet to Vacation fundf - S.Teate ttit le.. u+anrlO r to vacation tuad. - r *vat 10 Tuna S.S) P* z ' far the tint give Trus 1�� e. RaPlcllet cont[hetes i.N Macs 31.K !aro �t fp vacattow (emits) .10 og ��l,,incl litter tM Ta 1.N 1.70 •„ 0.7SS 1.70 SON 10 aid bltds7 0enatlu. GcarP It 0.105 1.00 1.70 .90 .10 4 dtoa! 21 0.005 1.N �. CtovP Is �• r- ;';£ _ tTdw��matt tladll ' .10 xme 9.665 1.N 1.701.70 •» .10 A Qcow I O.SS 1.N 1.70 .N .10 TMA OcovP ! 9.)7 1.04 .9R .10 t{corP !.2! 1.N 1.70 { S (M to1.. .9R 10 0.29 l.N 1.70 .N .10 OtosP 1 0.0 1.N 1.70 .N .10 ccoiy= 0.0• LN r Rcea/I v _ roomtR. VOL. 49. AM 1!r 1�f 2 C � t j4 K 1 sal ,. tylyt-,e tf ►bM Ig . lads 21 to [uxsxs - &ANON= lc mt'dl o Gra ? 1s ..,-'.oit [ e rs end rebut::: /arta, +atter aad atmllae Group lid); /epair Tcedaam and coed bade (cut avert corer vert ct� t..^. .a refs; Sr,?t '••!:'t CTstneaW, faller, logloadec ad of rnrb+asy seer the teapocary rarer ham be"Placed) L_•er: Co'��:era cc all t•:(•es. C,-Wcez_e and aynr•site miser_ 4`^ " 1,2 Y.:: a'-+ •:nSr:; C-tacc:te FJr. ora: c'.-.nerete s..••; Cane:ete Group licit tabocces an general conottoction roe% an oc In - bell hole toot! s and shaft r. a ,. L•_i r: •'rut:ec c,cr s:_orlag; Cit q:eaite curb sett ec; rota - n7 %s :Ilp fr:-i Gcaen eutt•:rs, Rea,erbsacdsen, Nubsetters, f •�� a +:a-_.c ...•a:yrs Jack1 of over 12 Invest Croup lit)c Contra costa amity Alyn tipclayecs. Caulteen. i ", Alpe > J sa' f :-il.+: :7r.? W r�ale-en, Poctea aaJ r,:.,% Baadsrs, pfpe►rapers. Cond'11t layers and Plastic pl(elayeest a_,+11:, 11:a. caaatic and slsilac hesswce ►lye Testis, no }Dent pipe mad stclklnq of same, k t,.-• G.f S'.It:.; L)_;:'+7, ft—Lin-j. .aalrnq, beacki". :tea^:h- locludlnd repair of voids, hccast Manbole Settece, Cast In ? ! place. Manhole coca settees � :lzj .. •'gii.••d s'/;fr.7:.a'_erl :-+)r•••71ts. urn:y:assn. 1 . t Jeri r paves-�nt C[Ta►.era :. a .'r,.,. . s••::.:Ir., :•:vl I:,ncet: 8i�eesfecs. caul•er!, brdees. Cewp 22 Asphalt Shovelers$ Cement d++a�ece ar+d9ar+81fe+q dry eernt ' t., r_•":aa latus, p:.ale P,ra ayere; pas: h,-Ie or gypsasi Choke-settoc and Itlggec (clear tnq wort)I Concrete a.r, •: :•.i electr+.:s rz c tram creed:rsJ ro.er /uekec A.apec and CTutesanl Concrete (Tipping and Gtlndingt - tt - o Concrete tatoters test oc Jry)t th s lilec• Ih1pe:/ Chuck Tdndee/ - ¢� a i t [•'s• ; Is •-.'•�+ Ir C:o.,p :1 r isret pun . r:. r .•:r r. C, _r,Wager, ir.c:.-. plactng Kaseleman, aSluctotst Mydraulle ►larsltar (over ltlO los pcessuraa: c '.Y• v...-s•ea•.l l—t of Styli iu:.ry :ear i:ldr, toaJlal and unloading, c.+rrying and hanrrl" of all ccJs and fi Ae :_;,: s1 c•.+:rete cit;seri e.',aa t:encner - !CO « sf.11ae etaterlals foc use In teinteirelnq concrete consteuetlon) rlttrburgh to .rel Zit:A rlttAl /cto- l]slppfc, and sl !lac type /rush >Arreddeca; Sloped singlefoot. ' t.'!.•-:-i =�:+ t•:ro, ;-.:ran. G:n:an, t:Oaleuni Signalling and - band bald, pneumatic tagrvrt All pneumatic, air, gas, and eleatcic t..:�.-li :,:: :r a.arct :vee ct:a_e:si vtt.ra--ere.d - r,.11 float cools! Jacking of pipe unMr 12 lwebas :i-.. ..I•:s 1:l.:c ccs• .•ick; Vircatorst Gel-pat-!t anthems hSt i ,_ urs W­ ,^-f;.- (1►,' or C,.er, loo los. preswce or ov.[)t (coup Jr R31 cleanup rock of debcla, gtasMs WDuudltg. Including f._•a-r -a! :.-.slat typ-; La'-!C to Conne'ttcn With but not limited to street eleanecar Cleaning and Washing vindors; utus` •..rt �%"• - r • - -• Construction laborers Including bridge and Seneral Iaboceral t-t Dutstaan, load spattecT lace Matchers Street Cleaneroi Cardenere, a -0 y :i+1i J', D:::) Mitt! Ti.9-Ia; G.:ctner-lYnvet tt•!.a (Ria) r /octieultucal snJ landscape laborers; Jetting; tubers! Brush pl; nj sf-tlar tip- cr a l=$ Track drillers: Jsc< leg dctllers; loaders) I'llece, %iintenanee iaM.;eape laborers on new constcuctiont z D1 •.ate creel.-:s; 1t-ire+ dctllers; r.:chinicil drillers - all Maintenance, Repair Tratkaen and bad beds$ Stceeicac and Railroad 0 : -. t:"trs cc;acdL• o[ tJpe cr a:Lwl of p:rect :�iclgte unit eons traction Tract Laborecal Tempoemey ale and rater llnes, vletaulle reeler 31asra and hwerreai A21 Watt of loadlag, placing or slmllarl 'fool room attendant; Peace reaetorst Gwcdrail traccocal mPavemen t':S•Jrg -if a!1 ;v•!cc arA e,pleshes at whatever type ret teachers (button matters) - N• ••f r::r r! c:ed eat such leadin7 and pleciagl 0126 trete:r.; l:iLltn) of s_te)r Tree t.ypert bit Stem de[ ' . fA/ORQf r:ri, /(1;: Sc«r[ Cleances iCannlbl Cramp 1(c1= l,rrla7 .aJ ► ldlag GceW Is tbsalsmsn (including tuners. Votmesmis /admen$ eromedman Group 21 Lebowbela" z Gcomp Its .Ge/scal LADCOCS , r -3,- mien��s. ,.3wr.t ,� �C='�i .,f.•1,,, 't. ,r,.+�f "'r..�. �X.:.. .,-n i .•.' ! �,,., - A. -� •.meas "��. �..z3"'��' �,,,-• F�++.r•�,:-.,�,�`�i �� r ss � 1 14 Y aodl�t ustsnR' 'a. Ira >i0-.Oelewr. APM s e ;09 triF ,tF r I c MUM til. all-50311 tqr 21 DWISION Ito. CAT? i3f ta0e 22 wGRLRS - (atrsne l and Shaft lost A) i - t).1.„ Croup Is Dtas.nd Driller) Cround»anr Gunite at Slwtecete Nozzle- "mi 1U:r_en; S mft work and Raise (below actual or ascaysted MUIR LQn1PKIXr 00s RATaUt gcovnJ level! OVJ!DGIMG Sats% N A 11 tearless votan•a •"ll•. SCNCOOtt t Gta+.p 2t Sit GrinJtrl Olasteri Drillers, toa.Cetaen-beadings cheesy. - tiaCttlEtL AltD DIPM OR=Cl" - Picaeratn - uhete car Ia litteds Concrete finisher In 7Unn411 Con (Ikty ConkitcMation) ttttt Scttcs tint G20)t Pua(.otn an,l Pott[anc Guntta and Shotartte Gu -»n and Pov.tmt Nr.l•taent "191% Peatsute Mostlenaoi MIMts - Grouts li c. 710 nn,), t4ctiJlnq tap and twtta" un an a>att and raise wtk$ largeaant Dacteac+dj fltaswli pt;: tn:ale�wn ;n slick. line! 5aodtklast*r-potsun (-ark •salso- Oiler s.r--r Intrct�ar.;!satei heti fuse Praisers and Setters) Tiabstaan,. Ates 1 18.29 9 1.01• I 1.70 .60 .11 RacL•.:,ect-+n ..0d cc stetl or sultetitute Saterlals treretoces - Ata• 1 1.13 1.07• 1.70 .10 .14 7L77et Area 1.11 1.07• 1.70 .00 .11 Area i 9.011 1.07* 1.70 .00 .11 Grnsp Is C.4bleotr4eri Chucttendori Pcn•duaan-pciew[ Nauset Vibcstcc- 1 awn. Pavea.nt hrtsksta Group Is tett "Inetrat Pack late Ctavp •t tall Gary - tsutert. Tctctvni ConceIku cc*. - includes Are• 1 1.11 1.07• 1.70 .10 .11 tW;inj and apresdirv7t Ducpaen (any aethod(r Gout Crave Ra- Ace. 2 10.70 1.07• 1.70 .00 U t.:. .Uen) S�­kptr Area 1 11.03 1.07• 1.70 .10 .14 Are• 1 11.31 1.07• 1.70 .20 It s , 5; LA-Y aF-St Group It t twtecking work) Ytldttt ittehasslo reldert watch engineer » Ccorp is SsilleJ wcecter (teaoving and salvaging of sash, wl.nd+wa, Area 1 10.31 1.07• 1.70 .00 .11 z Saors, pluming and eltctrlc fixtures Ater 1 21.13 1.07• 1.70 .f0 .11 O Ares 1 11.13 1.67• 2.70 .40 .14 Gtwg 2s -skilled r-:eeksr (salvaging of other bullring asattrlstal Area f 11.71 1.07" 1.14 .40 .14 ^ Croup 3/ General t+twanr (includes allcleataq writ. Iss"t", QOUP it luabet, 30sding and Wrn)tp of deotto) clraehtll opsrator (ug/ to and inclltding 7 co. ydt. o.r.a.)1100;0 Moor way) Arte 1 11.01 1.410 1.74 •.00 .11 Arra 2 11.04 1.07" 1.70 .10 .14 Area 3 12.11 1.070 1.74 .60 .11 Ar** 1 12.11 1.07• 1.74 .40 .110 Ctosip f-At elso bell afeestos (tart 7 cr. yda. o.t.q.11409 Ater 1 12.0 1.0710 1.70 .�0 .14 « > - Ace%2 12.111 1.070 1.70 .00 .If Ara 3 13.21 1.076 1.70 Are* i 13:00 1.074 1.70 .10 .16 i n ur" - Y _ i t Mum NGMK Vft 43. 200 270-er"T. Ann n, stn i-a i • t':'�[�. G.71-5026 Iye 2�' lltlfldN t0>t. G77-SiM _ Mm =0 _- 4 Q i 7 • - !<a.4r Flop O...ih•.to..t. - Fwi.ge l...c:r.Pq.e.ta i..:c TON OONTS Iftedglaq)i R a..fts Ea...a:., y N--b f/soYr aN 4.W rw.1.,. r•..r.w n.140 on lbc IC�r-c' i C.... M l If �w.:..s v.a.tt.. s,•« Work am eeaails I Apse.Tr. (except stilts powered by Out- board motors) engaged L tAwl =''l;< 1 r,•'a*:: . bad shitting of burg•:. eemmmls ; _ _ 4 r.,: and rater trxy ae craft or In t 3r `;1 _ tc+nspoctation tri.rater of perscenal. materials, o"Ipmmnt e ' and supplies t ,•••,tier OeckharAPuchaalca - ':7.: '- re•. 0.17 1.07• f 1.70 .0o .14 Acta 1 = 9,55 .49 $ 1.41 $1.10 9.11 1.07• 1.70 .00 •14 at as 2 10.05 ,01 1.61 1.10 a t 2AI 1.01• 1.7/ .00 .14 Area J 10.]0 .69 1.61 1.10 -�. Ace.'k a 10.55 .09 1.41 1.16! • :.t _ 9.47 1.07• 1.7/ .CO .1a ' r..+.:,. Cberaroc 06whanie/tratch _tcra vl >on Laylnod r Wci Area 1 10.75 .96 1.14 1.15 Area 2 11.25 •94 1.36 1.15 a " s.io 1.47• 1.1e .io .16 Area 1 11.50 .94 1.16 1.15 J •� : 10.05 1.070 1.76 Ao .la Arco 4 11.75 •96 1.76 1.15 � ]0.30 1.47• 1.70 .tU ,L/ - 'atl -Z - 10.60 1.07• 1.70 .10 .14 Oullding and heavy Conatructlon -- - - Tow boats Nock of salt-propelled z eescelm) O r:el0.rt bast Operator• 16.75 .94 1.76 1.13 `t 9.05 1.07• 1.10 •00 .14 a -< 10-76 1.07• 1.76 .00 .14 �O O'�c N : s 10.Td 1.07• 1.75 .00 .14 four Centers deslgmated$ City Ra Is of 081 land. Saf reamlso r Itis 1.07• 1.70 .00 .14 sactamento and stocktom. Callroc to Ares 1 - 61p to 20 toad Airs from said Cenlets. Area 2 -$bre than 20 road miles o rA L luding 0 road miles r _+: Cirrslell dpc:awr from said Centers. :•db l IMS 1.0:1 1.70 .00 .it Are& 1 - Outside of 31 goat miles (can salt Canters * At«r 2 11.82 1.07• 1.70 .00 •14 saes 4 -Am area eate"I 23 r die• [ shots so of 11.02 ..0) 1.70 w00 •14 - y ?czrx 4 12.49 1.0) 1.70 .00 .14 lake Tab". - •It6slmdee.1.20 ret 0rmc to ftesim, od ftelti and I$el rm fhmd. S,y ' 2 '"a� Y •�` � if- ..z ��;, " "�:tr atw - �-y :" Asc ,y, rS"Y � .,.�� �4 � _ .e '4.vv*- ;"<.: c =�� ��•�.� �.,� �S .�.,_� 'r ,„� is�,��'.`���?M T �-��at* •r .���.•,.r -��,� "''�� .,w _ . -l�S. .�!'.� :`M+ "h_ 't. - •t � ;bac�1-.i,� �'z. -2]. -„�, - - .. - DWISION NO. CA77-5119 Pats 23 WINCE No. CAT7-5079 Poo" 24 forts EQtt2Plif2rT OPGtA2Oft3 . Basic friss.11-St.P.rm.ere (P11edrlvint) N..,y EL..vs- Gcosp It Aaalatamt to E"Ineer (!iceman. Oiler, DsckAand) Rw.. N L 9 Resieae V.ce"" «LN e , APP+•To. -group 1-At C000pcesacr Opecstoc PQkVo EQUIPMENT OPOUITOPS Group 1-Dr Track Crane Oiler 7PIleGc tvingl . Gcoup 2r lu"ec Hoist (solating material only) Group 1 - 8.78 f 1.13. 1 2.00 .80 .24 Gcoop 2-Ar Compressor Operator (2-7)1 Generator (100 B.Y. of over)/ - Gru)p 1(a) fall 1.3s, 2.00 .90 ,N croop 1(6) _ - f.26 1J52.00 .90 ,2e help (2-7)r Melding Machine (2-71(Powered other than Ey alectcicity) _ -croup 2 9.09 1.IS• 2.00 .f0 .24 Grasp 7(s) 10.10 LIP 2.00 .f0 ,2t Grove lr Deck [s.glneer/ tack Llft/ A-frasel SW-propelled Roost - ccuop 7 10,10 1.)S• 2.00 .90 .2e _ type ittting device Gr6wp.Ila) 10.70 1.35 2.00 .90 .24 Gro-;P 4 11.33 1J3• 2.00 .10 .24 Group 1-A+ Mea`? Duty Repairman and/or Welder - cco..p S 11.48 1:.351 2.00 .90 .24 Group {c Operating b4ineec In Ileo of Assistant to Engineer •locludes 0:21 Per bQUr to hna1 ed kfealt I and MeJ sce Pund Tending boiler cc compressor attached to Crane Plledrtvecc Cperstoc' of Ptledrlvlq rttgs, Skid or r1cating and Derrick Rargesl Operator of Diesel cc Gasoline powered Crane Piledriver (w/o Dolle:) up - to and Including 1 ca. yd.l Truck Ccane, up to and Including 25 i tons hoisting material only Group Sr Operator Of Diesel cc Gasoline powered Crane Plledrlver (w/o sollecl over 1 cu. yd.l Operator of Crane (w/ateam. flash boiler, pump cc cospcessoc attached)! Operator of atesm powered Crawler cc Dmivetsal type driver (Raywafd oc similar type)! Truck Z Crane, over 25 tons hoisting material 0c pecfoting ltag ptledrlvtQ .- work - - _ -. .. n..- 2. ���'R ��'..,• - ..�L��,y .�.;� �1 .:J-L: 1. - ,`,.. a'• .•"v'ke•��,;. _,sass.`.x.� ++.. +?it* �• _ r �� .. A`• .,,+v sass-_:-.. � - r,� - ��'�.:-�.. •s'`J. ,.i- ,,' - .. _ .. � .. a.. s•- ., - "DERM NRG)srBtL VOL u. No. ss.--I"DAr. gnu ria 19" yQ� -•• ------sass., _ A av r BB[�sit1M)!D, tJ17T-SBIf rale 37 � BBCISION p. CA77-5039 Page 26 rola Ij)UI/NDR 04►aA701'3i 10- ' - ARUS 1 and TI) Group is asslstaats to rnglnewa (Bcaks--mins r(cexns heavy Duty Bnpalrean ie,tc f.;•f.i.+.K.c P.7-... Belpre) Mitzi Deekhand; S(gna)asni Sx vltchpanr tar Tot Picamantt Pactsan M...ir H.,.ly Etceala.. (laravy Duty aepalc slop parts too+) a•$.. Rue$ Mt B L.d... V­.it.. .eU« Gcaup'21 Cogreasoc Opetatorc concrete Mixec (up to and Including 1 yard)! PMER EQtl "Wet OPERATORSAh..Tr. Ceaveror Belt Operator (tunnel)I rlreman not Planta Ny3caulicl M4saltacs UtrA I ARU 2 ltaehanlcal coaveyoe toandlleg building natetialsla Meer Boa operator - (concrete plawtlS PUMP Operatocl Spreader 41Axa.rn (With s¢reeda)t Tar sot rlreauna (pon-ar agitated) Group isi.05 WAS 1t: 1.)5• :12,011 ,10 .24 9Gcowp 31 Boa Operator Ibunket)I Helicopter RaKs adlon (s(gnalmanli cor- .Group 2. :03 told& 1.35• 2•.00 .90 .24 tan) LOeoaiotivea Oilert Moss Carrier (c,0Asttuetlo.n job alte)a Motoaa st ' Group )t - 9.16 l0,4s 1.I3' 7.00 ,90 .24 Opetatoes Sertedwan Ieaeept asphaltic concrete pwving)I selt-pto(xlled. Gco..p 44 9,at 11.11 1.15 2.00 .90 .24 autcratlCally applied concrete curing &&chine Ica strews, highways. G(a.p 31 10.02 11.42 1.15• 7.00 .90 .14 alrpocts and ca"Is)s Tcenchinq Kachlna (t'axlria digging capacity ) .Gcoop 01 - 20.17 11.37 1.111, 2.00 .90 At ft. Jepthit Tuggst Molat, single drual Stuck Crane Oiler Gcai..p.7t 10.11 1(.71 1.35• 2.00 .90 .76 Group is 10.77 12,12 L.15* 600 .90 .24 Group 46 Ballast Jack Tempera Ballast RegulatorI Ballast Tapper Pkaltl- Ccowp fs. 10.94 12.14 1.)$- 2.00 .90 ,24 purposes Boxnae (asphalt plant)r elevator epecatoc ILnalde)a Fart Llft Grc�p !0c 11.14 12.54 1,15• 2.00 .90 .It at LueDa: Stacker (conatructton job ilte)s Line Masted Lutcleatlon and Group 10-A1 11.25 12.65 1.15• 2.00 .90 .24 Service Englneec (acblle and grease tacks Ks:erlal Maoist (1 deun)t Group tit 11.42 12.62 1.35• 2.00 .90 .N S)wtcice&ct Tit Spacer) twecmoblle Gawp 11-At 1:.49 13.95 1.15• 2.00 .90 .24 17.77 14.25 1.35• 2.00 40 .24 _ Gc tl-Cs Group 51 Compressor Op.:ratoc 12 to 7)t Concrete Mlaers (over I yacdls P. 13.07 14.S5 1.35• 2.00 .90 .24 Concrete Peps cc P..a(nccete Gunes Generators (100 C.M. or over(! `lncludea 1.21 per hour to Grouting Machine) Press-veld (aic-operated)l Pusps 12 to 7)t Ueli" Z fLchdnes (powered ocher than by electricity) (2 to 7) Pencloned Health and Melfarc flail. S O Group it Bt8 Lias Road Pactoc cc elapse! loom Truck oc Dual Purpose .4 A-Flaws Track$ COnecsts Batch Plants (vet or dcyl( Concrete Saws (self- n propelled omit) at etceets, highways, airports and canals; Drilling and Boeing fif Muhlnery, vertleal and horizontal (not to apply to wtetlinets, wagon to 2. drills or Jackhaswarra►s Ceadesetter, Grade Cheeler (eechanlut cc other- rlse)l Nigbline CAbleway SlgnsleAns Locomotives (stem cc over 30 tons) MkyInnis Internal Reil Slab Vibrator (on airports, hlghv3ys, canals and Warehouses)) Mechanical rinlshers (concrete) (Clary, Ja.nsan, 011we11 Bridge PeCk Of aLa)lar typasls Mechanical Burs, Curb and/cc Curb and ' Guttes machine, concrete a asphaltm Portable Ceustecs Post Driver (N-1509 &Ad similar)) lover Jumbo Operator (setting slip fares, etc. 1n tannelals Ballad Streed►tn (Barbers-Greene and almilar) (asphaltic comccate,¢Orly); se)[-propellM Cnspectot Isingle arylne)l Self-propelled ( Pipeline Wrapping Machine, serault, Owe of eiailat typealI slip rocsti z Its" (limb" &Wits rot COOCIete facBrlI MB011 bobber.Vend Tractarms w . !Keats Beater �.�-•c ,': � ....•1.'`.d .s.YR., .-.-' _ M - - �.„�y�:Y•-.^4.�i�V �',� -.r:4��i�h.ti h'" �F.St��'S C. ..�,w�:�. + ?• •� - •e"�yy`t✓ i - .aa�:ir:N 'H"tit• � � '4 � �h�'S -.l^ ��y a�''f>r:� �, .� _ �::.a,c: F��� a-1.K'�' �. � ,�9�.,. ✓.ry.. _ :.-�.. ,7 Y MWM .;GMM VM IM NOB. M-AWAY, AIS 2% MT .•p ori, - _ y K;=is Vo.1SSe'1-. -_ t pale 2! O�ISIOM 110. tSt77-SO]! OLCISlUe1.1D.' G77-SOlS � � . � � pelf 30 ' ';..' rrrat l WlPMVr OPERATORS (Cont•01 - - :;`' fAZ AS I and CII VMM M411RICsr OplAATORt (Obmt'd) r `;;•..:.::: (AllO1S I and IC) 'W`' "'= 7t Con:cete Conve Coup yac or Concret0 Pwnp. Ttuck of VgUIPment mounted ia•>._.:,.......:. .'. Grow lW= length c,a arpiyls Concrete Conveyor. sulldfat site. Deck Group 10-As saekhoe (h raultcl top to mad Including " raylnesesl.. >d Lo! 1 tea. yds. m.e.c.lt [Val Drum rites I411et Tenyon pump a.'1d stallac typets Gomer ltldec lataAOe leaOle) (up to and Including 1 ce, yd. m.c.a.)% Combination aack- i{'R=.;.:,' .lor.aialiril: 1!y.:ra-Naaa:c toe sisElacl% ratectal Relit t3 or w3ce.dsurs)I hae and Loader over 1/2 w%, yd. m.r.C.)s Clottewtssa Plight Tie Sack �<: " ". :'•' %s-:6401til r.lnl:`vas or Spceadec f[achtne (asphalt, e4cxc-.:reeve an.! Auger (up to and Including t Cu. y4s.1 (Chant attaehadlI Crafts (not ovet sial an Shalt tial sit ttlses ntatles Pavea••st fcsaa ec aceaker rtth cc 2S tons, ltamnerbead and Gantcy)1 Geode-ells sup to and Ineludlnq 1 cu rltjsarc t:-,reiiir C�•-St:ta:lo•tt Pavwa,ant aceaaer. troch t•*toted 14.11 Pa-ac Shovela, Clawshells. Draglines. top to and Ineludimj l eu..yds. :[it.C-epc:zsct C-W--:..Lne[lon; Ptre ucnji,;l wclloc tpijeltrea onlylt e,)1 Pvret Slade (Single englklt Set C-psopeiled ltotm-type Ll tt lnq .. �A'.� .,:.....:. Piga tltaalnj ru--nL':<,ltcactac propalted and Supfotteds% Pipe W �vl rapping ee (centat "aunt) tower LO tonsl: Set. ptopelte4 noun-type Lining 14�htsw {.sae:ut.;t iill•rJ bund avF{ast•:d)t rettf9eraefon Ptan;: sellar Device (Centel mount)' (over IS tuftal 44•.;rr;•sr Il.ln:;n' as}t.rlttt :elf gnat-sttsd tows t/{as lifting device Icemen ?- s.vrtt. Cto+p lit Automatic Canereta Slip Pocs Paveet AutersttC Railroad Catv . :F ?. ,. SIu•.cS.ct::ac.c:'Scall Tcactoc (with Vnlml Salt'T.atarm Truca ty" Iga4fe bumpers Canal Pinget Dealn bacttltlecl !anal Trla.ert Canal tetmmet v/dltehtnq attacMrntst C%ahes Covet 3% tons up to and Including %2S •''-• Grwp.S: rVt+0t•Cw:e:'for stallse): rl:phale Plan: fngt:seers Cast-1n-?lace ttlna}i hwstlnwus PiIYAt tie bock Wsat oven 1 ew. yd, {lnelading eeane)s P(pe:Lsftnq ra:�lne:.'-o-blaaeten 5lushec and slctoc cpecresrt Cossere!r brant Tsavelltt SSO-A-t of atrltac {a1 toms of wvecls blghtlne Cabtevny Ince:'►Sas.[ i.'•'_l;epic,cal:x}: Cole:; Heading Shfeid tsFecaeocn Heavy Duty favor S tons)% Loadat (over l yds., up to and including 12 Cu. yds.lt Po..+t PeFalct eat:s-!V.c .-:1-r: acv Seal.vachlne tar --tatlaslI talman Loedecs.. blade (mutt!-engine}1 Pa+ec Shaeels. Clamshells. Dcagitnnea. Oackhoaa. .Lee•!er :l.i- :o.l �lsi; rect•rsstcrt Tren2h Snleldr PoiLaa:e ::ual.lnq ono Grade-ells (ewes 1 yd. and up to end Including 7 tin- yds, m,c.els Ribber- S:ceea:•y plants; P.ah Cath A,•.;,er Tired e2ttl-moving Lq.lreent cup tited earth moving raehinea (aultsple propulsion bower untta and two 4o'at. la:t,:1r.g tt Cu. yds. 'st:vet- ■•c.c:I Euctids. T-P.Lls; Das-10.-20, - as rate setapecs) fwp to and.including 7S cu, yds. 'struck' ■.t.e.)i Salt- cgs amp { ptopilstos p.�ec units)I Single engine �ryy::...,'_.•' 21, e:3 slstlat: P,b:er Tired'tictccs Sett- topelled Ca.paetuc I. faosecr Prof Iled C Setae r1tA ssltlPte Stt.:•p; ,;; Ti.v-q. 54idd•sr (rubber tired or similar equsj+wn:); Ttactar Rubber-tired Iacthaowlnl mchlnes twit.% ta.�4er acrapecsl s Sllp totes '~'-•• ''. tea-�. Sera r ttaccar Tten:hl fachfnet Tc!-batcA Paserr Tunnel male paver (concrete or Asphaltls Tandem Catsf Tbw.t Crosses sablle: Trencher `1 hi r ft9 (pull! attached shields Universal Lleobet and Towec Cranes land slwiiat .'Wcirj rxatres s:eidec% t:ao,la-olxec land other elmttet Pagwllt equtpetentl .. � r01 typef)t Wheat Prcavotar (up to and lacloding 750 cu. yd.per houtlt Whitler Gro:pIs .Crim singer Drain Olgge:m rltleago hoot+% Conbtnatlon.Mixer Crane (over IS tons) O a*•S Cx'cessoc (ganitelI Canhinatlon Slurry Offset and/ac Cleaner. Mighllne Cable-sr li taw+s and un4eci t Lull Ht-Litt of slsilae (20 ft. cc over)# MuckGtq Group 11-At band Wagons Jim conjunction with wbeml Oseavatocl t Ctanea A a:::r: lraCte: etre, call or teary typo): T:aecoc (wf;1 boos) 40-6 or. -(owac 12S tons)$ toadee !over 12Co. yds,1 Op to and Including 11 cu. y4a.)s dry _ li:;et and e Power Stwve)s and Draglines (ower 7 ea. yds., n.e.e.)I Rubber ?!red latltl- N purpose tarth hovtrg pachines 0 untta over 7S cu. yds. 'Attuck* m:c.e.l! Gcozp 101 1144-tree Sacklilling sachlnet liclage Crane% Gey-lift (of Wheal lbtdvaLor (over 730 cu. yds. per-bowel •t::ls:)n CZetieal Growtln'l machine% Combination ttaeahae and Loader ' sup :o s:3 Lnet sdtrd I/2 cu. y0, m.r,e.l m Over tet (2 c'eracoca reQulied Group 11-ss Loader (swat it cv. yds.) When awing eaglre comae• ttoa hoist)r Detcick larges (except emcavattort wotx)s Do-ran S•oerers AGace tlegtader# Llevating Graded Meavy Duty GCOUP 11-Cl Operator of Nalleoptse (when moved is election votlilI henote •' Misty Drill All llncluding Coleman roundattaft work and lobbing type Ijfsisolled Lrth0ovlfg EQ rwnt dstllelr rothcIn S: ec (or Atmila[ 1 Lift iteb Piochlae# IVf1 tbor buns 9 moi 1 9 4 Aieliar types)1 148Cec 12 yds. up to and IM110110f t yde.lI Goeoantlw (over ICO tc,el lvlagle or multiple unite)% skaltiplA twglas Vacthmowllg '... /•�schlne friends, salts, etc.) Ino tandem AerapeclI pre-Atteas vic0 wcmppt-1 wchlmes Asaervolt-oebrlA Ting (Self-propelled ftogtdwlic ltthlgrw tired Scespee, melt-loa•llng Ittadele W►eelaa etc.11 Guttle Coe (coulA111 otationis Siegle Engine Sctapoc owes aS y40.r Boll stablllase (!.A tl so p t9valis Stto-gtader tGactleo or other Automatic tylmis Ttaetoc, eon patgoc gill Cocninations Tract Lying typo earth sovdmg arehise lglats.e:. engdsn with tudem sccapmrvlI Testa loadiq stationg Vacsgw COolltnq plant) F... ells Caro 1 a ape fae1u01 2S toss - vivo y�.:, ..,•.::a.. L.:..:." ,r y• 7':..., .wry-...... ..., w`� ,-..�... ._ . .,.. ... .. ... ........ .,.._.::. -.... - Tri t .. ::s _ _ pMERAL 020MM. VOL. 42, NO. 70—MMY, APM M 197? rage )l OOClsTOM ID. COMM le7s i2 h+ _ O CS f.iy.a..•ties Per...r. Beds fwY.9..941.Y.r�..�• FAr•ra. • 0.q. NIL V P..d... Y•e•.aa ..4.., Rar.r 11 L f ►u.ba• Vauiba ra.J/er hap..T.. TRUCK 081 VMS AMr.Tr. ?X= WTVUS: MCAt;141 . DULX CL`!E`?SPAtADER I./.o 1tiI. awlec..undsc 4 yJs_ water Jevil)9Alus or Nanhaal drivecl LIFT.FMCIS. rock Litt' IF 30.015 1 1.19S .70 $1.00 laint9ets'pwap ..•ie6lner . - s''- ca.:�rets Sfkr61:Ia1S. AGI:ATOA . ..�:..,.:•:. ..' W^P trucl.:(►Ren flat rack.truck is used .. ander 4 ( r.ts.7 10.353 1.131 ,70 9.00 ateS%,. •.,:_.v;. '_.... -: apfrcP*tats Prat rack rate TAL\t 1llrAtOt" MtLt:Jt {0.073 1.135 .>0 1.00 •r^ :;...:,;`';:;.:; :,.`.: :aRall''aAi+)Y►i Dump funder `"`x.'r�'': " .. :YJs...aiir:true lli Dvel+.gete .. ; o, VACUL% TPMU under 11,500.�s,�:�-''•� .'......:.. tgii:k:(anJer�e.yJs...ater � � � allnna) Le.ell i'lAr ! 10.041 1.155 .70 1.00 �.`-?fit:`:;:'= �it•r lr:elie rseart or.plloe 73 .i 1taClc[ Single unit Jr.ivecl Nipect truck (when SCl350 flet tact trw;4'la•used flat rack !? 4x14 utile)i r' "; '.,. :':.,.....:.�. .. ln:u4trial Litt Truck ' ��•�1''1'k;:;: alprap[late'flat rate shall sppirl'. a!ds (aeR.an(es( tallgateLt (deCgia 2.,.; w.•Je[ i yJs: .Stec 1 SFall ru0eer :iced tractor ,� 1 r.•.,:< le*94149 lea.J.ivrrs;':rw:ka Irhen used wlt4ln teamsters' tdr:=;•,er-tarcIl :.;r•e*rce bit, jar10 1D.10 LIES .70 1.00 ids. -stet levelii4:': : -c:'•g`•:-:'.;: J .1 TRUCK i WATER TRua . 8elpersi Mscehwaer . $ 1.90, 1 1.195 )0 11.00 - 1,300 els. un..ec 1 ( g ` .000 gals.) 10.(!5 l.IM .70 1.00 auger. .4 yds.'and andec i 03MINAMM tiluCll Tat= .Z `4%5':'•?;:'�'. yds.water.level)( acP 4 WITH 1101ST; Transit, Q yds. and un..e: 4 yds. ware[ mix Aqltmtoc is yds. and n revert[ Dull cetu 14 yds, Sad under ! rds.t IO.13S 1.195 .70 1.00 in under 4 yds:.wager level)f to 4.c. 46:99 1t VACTA7t TAt1C1t 3.500 ( gals. *:^:;'s;•::.:: ..:. ..' ? YJs, s S udse: c and under 3,500 gals.) 10.145 1.115 .70 1.00 �•►P''�-:�"':''-�'•'-+ '. .yds. mater level)i Skids (deDtl but t yds. and untie* 4 yds. wince-Tia�O MICR CAR [not i.' watsr.le.el)'[ sanyie utile flat salt-Iwdsd rock 11 axle unit); lndustclal ) 10.171 1.193 .70 1.04 Lift Truck lmeehanleal tailgate! gate. Trucks l4ey pre-batch concrete s mix. 4.yds. and under 4 yds. crater level) 10.00 1.19 .70 1.00 JETt3NC TM)CK and WATER l'f10CT(. ? " : 'lun0er 1l.SDO gallonel . 10.01 1.1! .70 1.00 . rid•-"`,'•';` .. .. 3 F441001 .: s?r S G .. yn. 4 •,r ti ~�`��.• _:-,.._.... : ... . :....:> -..-.::;-::a-,•_:....,.. ,.:��, _ isauM MUM VOLss wa M-sna►r Akt 34 Im . �. ry-,e "r ' z i1CCJf..K.1b .t`A77-M39 Ools 77 000215011 ha• C1177-3011 iL;r• i Jabs 51L %' ;;': !'LCR: iiliilhFi 'fLrtt:h Ames N71t p+•.ie•r Vessel** e•3 lSde FAprSoo, ftpeywretr •v:. :. ... •. tlrt•r:Ya .. iter.lr t•:::q iot1J'Ct.i.'ty•.SfF-I�[.Si1' {wrj. M1tii" tbaCt OltitlEbs iCawL•47 AHe• H lS• pwrtr•r Ef•rrriw "as.•:,:ys -a .. Yltrnre rwj,'rr APM 21, ;,,,�.::.. : !!5errs•!:Yils.:awl+fit.!' z'�`i�`:P 'yis:i.as • . nr. it +1:.:(.:i• . tit.:iCrr,1 � !•_; :„ ..:yla.,a:,A YP•.1.1t,! 'i. •atlr ? TltetltT MIX ACiylt X' "y:i'r.:,yo- . .,7t.•t1y;7JC�t:e li'i.il,' M /4e'IrL rdti>; ':;:.`:` !:Y't at•t terrl7t 30 yds. tAcoslR 17 yda.) 110.2Ss S 1.1is .70 11.00 .'��Y':.,:R+�:. . .�r. ,.`, - - ewcrswo: "4x»-so]9 -• ` .. i i • - ' is=:.:: . _ �. .!•: . . '. �,'.• 'Si.. � .•!� eccsa�an Mo. 42a»-sR» PS" yt ' prr;,.;^.•:.:•: blc •Fai•p.Rr•r01•rr„sh . - Ed•teitre 0•s[s fdlw„R.w•hM ree..`w11 .','^,.t-•.rl4,.?�.:'' 7-"Cr Ci'IST.'oSi GMIt'. •'Rdnri RAW rr•a/•wa• Witold.. e41$r !!.rely +tat 7e, ff"ti•w Ryr� ;. tl i 0 rtnstawt YaerMrw rrl.4r rRM/:C4:•'iiT•Si[{:itri ;wiry YtRlClt IJit2t0018 [42/na'dl Aw.to. s.,�•,;_::i:.:.�_ isiger,''firl:i:•/n.1-ylr:er • - - • '�'�� _ ::- -Y'ta,-+ateF-••te°niE1 s:Cad►.;6 ' F �?,ae:e 4i•Va:. . . 20 yds; them"% 2121. e s10.155 s 1.193 .70 81.00 Rvt+x em s Crw�tt!• • •Rr/Y.IWCM ;-Aft _ ,�'.,'::':;.+ 4.•:+,i!•!t':• .,1►l1i 4,1 ids•id+0i'11 mt+ta 0 y5ts. alrt lnd:tvaldp .. Cda: It y+le• •1.48 1f•e1}1 Dump ' ^;ri c.Cay"•.pcf- 1a Vas, sea 3ncludin 12 C Vds. water levels oup"tate gs c i a`, ::r'i'?� d.'.iii�"t'•z:1: s IO.tO '8 .1.1lS .t0 N ydx. yds, and Including 12 yds. rater l* slls 9r38-pe0 v �:"" :A7T'.4a;l;ti;i�-•ii,:Y:•.1, a, - pe11W xettst sYl4 w3eh i_:Y. .x�: :'"L%f;t?;'::Tf;:Y;Cni-3iY.i. '• '4t!!-cwmtat �t ' �-' ned telsee blast ':;;:;_., S=t•5.'.t-'�Riss:.ey*;i=1}ete!'rq}1. ' StlQ# tdabrla eax' $ yes. . � f::t<. .��.�+,�;^Ui=.�ei;a•'s::eas... - •' - a++s lae.sldtagrl2 yda. vatf: ' loxali s Sian go +a.11ar.crow ° • '' :ts � ' ,'. .: .. 'Phl Tt've4 MY #C17bat-oft. W*I*aid. ll and' 111tla.tl '1 1f0 2 Ville. wstgi ti 1.195 .70 1.00 #nil t11c1i1atrg It yds.•water. level} 10.44 l.19S .70 1.09 .Z 10.145,.2t10.145, "vi y rnutstan? Q 1 ._ ..: •- . . .: .: "1.153 .!0' ' LN:t9maeasct iorb4tit .`,s i": :'r•tii3T r.1RN.J4:ltxClp 1 10.t! 1.ii .70 1.09 81 } .70 1.00 7rANSIT*tttx AGTTAICx '10 .255 1.195 l3s=49 ila. cause.l2'jds. th[oug% :.!a4'Iia:es:7.l.+J ; 19 . 10.45 1 .70 1.00 ` !'' �' '•:.' 10.265 1.155 .TO Via.. ai'csi►.; '.rc�`3'` •is.00'tr:gsls:;'iiiJ.vaSas. -. . 2a 1.1lS .70 1.00 - i w r;•, -� w�W`,wJ •-f•M { folk ^t•• �. .i. h't: •t• rt'' •�v g i- s,t X �r �y afiiR '•:"5' 'y_ f. __ _ 9 .'i•'ih * .d- t L Zi F:L rt� 1 ...Y ,y rrww r_ rax .x .v`•�"-:^ ! SN i u r- a �. K tt •11^' s .ter .,4,•,- ,1. a5 ,•t�: s J .Y� t• }1 w�.• .'.'•Yew:'••.+n .. ....e. •• +,`.2vr:� ^v'•4.' ._?TV,'.'.t ..y: 'tea. ����ea yy�� ^s` ..r. :.�" �d5• area° 'r•J, .. ' r' r4 zDECISION NO. 03177-50.3l. Pa.)* 36 !y 'r ..._:::".;'.'.. DCiClSIOM lr0. C+tT7-SO3! - - taRf.. 3S . ...... '�yam. F.i.+.B.-At. w. frt.s.Era«.Nrs --- :- , ..., - ':r,;'.'..:�.:.,; - '':;.;',.' ";, .;.'; , '• .' .. y - t$+.tsliwi - - R.Na N L Y lw.t... Yac..i.. ..J'.. 'tc'y,=�' t:`::`:;:.':,. ;TUtt.a''GBI►!-SIS CYrtt`.! - Rr..a It L• V—st—. .Ve .. TW= t)tIIWAS. (Eont,dl arr.. T. a-r•'`.r:�-�� `:.,: BRist=l:s.:lt.l' SPRlrDtA BCL9 CL'If;rt fixe):.VEA tv�vc ..'r 12 a et, over 24 4a.'an.!yslw:�ar..!' v<l wtee In udSng 35 yea. aate't tr'+e131 ':`.."••; :.:=''``' `�3eiet)r:t+<r7yr:t4aet_!1!.Yaa,. taiwp tart 24 rda. an.: vim.;=�, _ �:'ra,t.;lrw;dit,l,tn-) ld.y4a: .aiei ltK:ItaQta3 )i yit, .attt Sarv:)r - r.r:s l:t.;:•tt:'aiCt`cra'Civet 1. .. .. Wyr:irt+ taut[ 2f yda, 4.4 y'r - % jrarc' ar.."^2wltn) I4.jFda. lnck:w ty ]i yJt. .beet It,*!)f ' ;;,' 7 Y f c'• »:<,'•:.:-,:.. i �';t:I In-,eti. L Q.m stat :S.tt 2i f7-1 1:.'e:zy :':.a!} '.::nrt•stti,; is pis. ln.:to43r-4 35 gd3. vast[' kr-#% i" - ++t•r ;iq:n.tl i,b+11t ;tvGt l:a 0•a,. M`a: 21's ln;Y atwt y . 12 01 �{Ptt#r C tyQ+,. T+Ct\.Cc`ta , Ib��.Sa:...;xater't<y+Iiy ts:scaa ..o ,arpvltr: tauc�ir.raet. ' -'!esf tvnCrtti at x. anJ s S•S lat'tyf�M. ? t•.,:1tJ t.,, a:.=.,�c.P;:.• :i i. _ - ,wnt .Avn llt.. .4!!V a;yf .t+i iu4Ing : Fs "t.�7 ac ¢r ;= !!-`r7t:pL:.'teal' :3:7.195 a6 SkaiJ. va'rz ±ar+ stallc:s Sid'.3rek t-'•,A, _ Ind'oc •grease C.ICt CCt°lea OTata•'.' •a x• Si` •c •4:' n c' •1+3if 3! D. YA°Yet .! :c.. 3 Y: Y '".35 xa'r' .r•t - _ t - 'r '�• dr E� ��. tet C Da:=.. 'tet ,lf. � .TQ' �1.4C-� - :. .. � ? *........�....:r_......:. ... _ ' .. - c c _ �..:cTa:.*::S.F_A +i? :a •. 35;y�e�.ewaza: le�reC}� - { kC.lt l.l:kl3' .10 ik.20 ovc t3 yss:..lnd. I •t nC:.r: �. ::''.:..'�. _ sad- 'j, l'y.Sl..vitlC' _ 917'I.R. Vii: t t I M ' �r �"'.`•'.�, levrk)-i.'Lcv.•Llnation.daags.and . 9 t .. `;,.r+••. au ec;over 2. Ja, sad =:lrLf.T.:ap'.tctrer Is knClvSttq SJ.y4s.'.ater lavel0 t t1 M ant'tett kadiay'2t'YJr,'.- Os.ap roves 35.y3a. and k scludls+g N •a.tr`iti:tiii 04opciste:(aver s Ouspcceti i3 y3+, wsi:s 2:vcrlt yS�E..M;.." ':'`,`•", ;`".r ." (over 35 yea. and leeko.Stsq SO 3.I4.. arJ tn:.tuJia) 2a:gas. - yde. vats[ level)# Ouse , tet tore . }:' :,•sL':`''" :. r::..:.::`'. !a: to<tll t t`aa�scer Esus: -3S yds. and lne"Inq SO yda. :5.}Si. a^-7,inclydtn3 24 A�%= : Ievvt)t'Sft:d.id4atts bot, vatec Ieval)t Was F,tearts box. yd+. and inc2u4inq over 3S yda, and Including SO .2t a. '.:itu:levet)a Traanstt yds.'Water levxq 1 Trusts idcy D ce-batcb eonetete ria over a.x:a3ltaioc.. oves'12 taso.ya 16'Yd' s:li Ttueks (dcy' 3S yds. sad Lncludlnq S4 t Ipt`r}aatsYs cwtccetasiix, 6Jes ' yde. rater level) 10.74 1.193 .TO 1.00 ,,xY y's :37 yda:"and ln.lodW.24 . yer. 3s.el) ' eases 1.195 _70 1.00 lAr Vv­ F. Co iy c ;? Y , r .. .. .1. .:.i••:� .:.......-•... ....':.... v .. .:a:". .•...n a :. .. WDNAt Rt0lftlR, VOL Ota NQ 78•—M . Am Ti'. DECISIOd.A. CAll-Sols pa" 37 owxslON No.,CA77-5039 p nes >• a►CT'•:dF1A • AREA OLP1NtTIONS for i F 9...Uts Pee POWER EQUIfIEIR OPERATORS 7M_r,K D:IJY!.ItS If.'•nt':i Coale ,i.r per.0012 E R./.■ maw• p •.CtM...1r La.c.s.. "ASIA 2All areal not incleded within Area 1 as e !:t'.. :::T SP14_.t:il vJ.rl s.i... Y.s.lrw ..�`w s defined beleu. i a:•9ec.aver So y-Ja. a.rl under Arra Tr- {/ 6S'yds. vatec leech/ Dump lover So yds..an! under 65 *ARPA It All scams Included In the deseelptlen Its. rates Ir••ellt D.rpcccte defined ►•ler which to bated upon Lowns\lp lower So yda. and unser 6S yds. and range !Ines of Areas 1 and 2. wstet let•r1)t Ojerster Inver SO yts. ant wol•nr 6S YJ-k. rAtsc Commencing in the Pacific Ocean on the extension of t!e Saucberly 1r.elll kvil"pts, pilot J.nvn line of Township 195. cc21_:rtl.j r-,. ..r nt:ectafslt Thence Easterly along the Southerly line of Township 195, creasing S•11:, I.:str". I—., azo. SO YJ*. the Nt. Olablo asrldlan to the S.W. Corrie of township 194, a.I urJat.65.y:s. .stet lavelll range 69. Nt. Dalbie bass line and meridian. It.." 1Sc7 pts-mash c...w:rate Thence Southerly to the S.W. corner of township 205. range 69. t ane, c.•ec 12.y4t. At.) ander 6S Thence Easterly to the S.W. corner of township M. range 1311. yds. -aide.lurell S 10.94 s 1.195 .70 $1.00 Thence Southerly to the S.V. corner of township 215, range 111. Thence Easterly to the S.V. corner of township 215, range 179. " r O_r C12:nly SPFI: wa (-/ro Thence Seweberly co the S.V. corner of township 225,•range 171. a.d.:. aver 65 yd.. and Thant* Easterly to the S.E. corner of township 223, range Ile. J:z:u:ts) so yas. water Thence Southerly to the S.W. corner of township 215. range 1611. 1.•c1:1 D.a; I6S yes, and Thence Easterly to the S.C. cornar of township 231, range 1EE. I'c1A:tc3 s0 yis. -star levelll Thence Southerly to the S.W. corner of township 2tS. range In. D:e;•:get• (,,sec 6S yls. and (ailing on the Southerly line of Kings County, thence Easterly 19,:1-51:.) 87 y.fs. water levelll along the Sauthecly boundary of Kings r::;stenl6S y:s. and Including County and the Southerly boundary of Tulare County, to the 3.9. ES yes. .stez leve)Il Sails corner of township 245, range 29E, 2 Iemnris Ins. 6S Y-16. oral Thence Northerly to the N.L. corner of township 213, range 291. O ln:lu:lrg 02 yds. water levelll Thence Westerly to the N.V. corner of tewpehlp 21T. ,sags 2911, Tec:tc ld:y p:e-sre:h eeetcets Thenen Northerly to the N.L. corner of township 135. range 209. A ala. ;S yds. ar., tncludi.•y Thence Westerly to the N.V. corner of township 135. range 291. 4: yes. water levkll 11.09 LIPS .70 1.00 Thenen Northerly to the M.C. corner of towna►Lp 113, range 272. U Thence Westerly to the N.Y. corner of to►T.ship 114. range 21E. 0.;`.K Ci-L•tT SFI!E"ZrA w/ro Thance Northerly to the P.E. corner of townsbtp ICS. Lange Ht. i saiec, avec 89 744. and Thence Westerly to the N.V. corner of township IOS. range 25.. tr.:l•.!1•y 9S y6:. rater Thence Northerly to the N.E. curate of township 9S. range 25S. 1 levelll Dire laver 60 yda. Thenen westerly to aha N.Y. corner of township 93, range 25t. e a:a 1:.:lu9ia7 iS yda. rater .. Thence Northerly ed the N.C. corner of township 65, games 2K, ,. 1-:ellI rm:'Ncets fuvec so Thenen We2tarl7 to the N.V. corner of township 0S. range Zit. ger. arl lrtiudlrg IS yda. Thence Northarly to the N.L. corner of township 63. range 231tr •at-:c levelll DA-fztec lover Thence Vescerly to the S.E. earner of township Sac range in. 00 yda. and li:lw:i:y 95 yelp. Thence Northegly to Oe N.L, corner of township SS. range 199, water levelll Saida Ideocle Thence Westerly to the M.Y. cosmic of township SS. canes In. bzA. over go yds. and leeluding Tbence Northerly to the M.L. corner of township 33. rapes 109, !S glow avatar leve11/ iguc6a Thence Westerly to the P.M. corner of township 33. comes 109. Idgy pr--batch concrete ala, Thence Northerly to the 11.9. corner of township 236 range 1799 over 00 yas. and Including Thence Weacerly to the M.Y. eorwt of township 2S, range Ile. fa 95 yla, water leve)) 11.24 1.199 .70 1.00 Thence Northerly crosing the lit. Diablo baseline to the N.C. Cosner of township 23. range 169. Thence Wescarly to the N.V. corner of township 251. range 144. ?hence Northerly to the M.L. corset of township 3N, range IM. sj- These&Weetsely to the 11.11, cornet of township 311. ranee 139e ,�pQQ t Thence Northerly to the M.L. Casson of tptws0(/ Ms rails 1416 ��t0ass7y - • , . . � Ar. Oren ::. 1999. a •l� � OE0ff/ER, 910E n. lU0e+_nra 2 K+ DMIStoslleo. CA77-Sel! Taq• 10 a - SaCiStu . CA17-20Y) - ►�.39 n w ,y .. - soot ll�•uA •�`` 'h CALI1VReU- APFA Ur.t 14t1t U.�S [or E.:• ANFA OfFls1Tt0S for - r., Ia0wft EQUIF.t_.? QP.IA731S (cant'd) r " - mutt EQUI1.1yr ore"Tuts (coned) +Area l (cant'd)t _ +arse l (coat'd) 4� lbrnt♦Va.tatiy to the li.w. vcnec at township L14, Caere IL[, Thence Westerly to die 5-E. Cotner o[ to.na:bey iSte, cont. IN. Thence Ibttbttiy to eM 14,E, Caine, •i tasntabty. 4, r•«A• 11F. _ Tbruce Mattherly to the M.C. corner of eownshlp ILn. 9-41F.0 I:J, 't "Tt«•w.•v�acrtly to the N.W. .orner s! cauwahtp In, tent• U[, T1•*nC*Wescarly to the M.W. ceraar of taw'3shtp 1614, tonic I:J, - Thence 11ortherl7 to the M.C. corner of co-n.t tp 11•:, cont. I ft, Theuwe Ilarthrtly to the :1,E. Cotner of to rab[p ldt, s+ape t1E. - Tbenc• Westerly to the F.V. Cotner of tuvr,ah:p I:N, ttr,.c liW, •"''�:': :Thence Eastecly to the S.E_ Cotner of ec-achtp Ile, caste 141. Tbeae• Soatlsacly to rte S.U. corner at ta-�.tnlp IG'r, rat Lr I+J, ihence Northerly to the N.£. totncc at co.n.abtp iW, ra.pe liE. _ - Thence fact+cly to the S.L. Cotner Of Ca.T.AIQ 1'M, rs.ie t-a, Itmucc W..tecly to cut N.E. carnet at to~.Lip Its, tants IGS, - lhense-ilora,erly to the N.E. corner of township lyN, —nae.IOL, Thence Soutbecty to cb* E.W. Cotner at taw..sltp l6:., t.r�.t I'4, Thence faarecly to thaS.£. cou'*r of taenahtp 1611, r'u'es IIE, - Thence we-wily to th.• K,W. eatnee Of co mat:p t -*'- ra.ER i-z , Thence Southerly to the S.W. cat-ter of La-n.!-Ip 144. ran._• IE' 1Leuta ::a'tl..•cly to ch. N.C. corner et t.rnshlP Itn,tn,Ea IIE, Thonee Castetly to the S.E. Cotner of to.c.sb.y 1••,r, C—ic Itu. lhtu;e Ea»:ttly to thr S.E. .ocoet of lawnat.lp 1111, conte ILE, t $" Ivoc'.ce S.utherly co the S.V. Corner at tovnstdp ICN, tants IIE, . Tt'ence Southerly to the S.W. evrMt of to'.r.a:'Ip IS•�, range (. Jry - ihence E.u.rl to ti.. S.E. curnec of :sushi leN, ern . ISE. iksnce testsrly to the S.C. corner of to.nshtp 13M, rarbe l7J, y P t Thence Southerly to iha S.U. corner of cawchlp lett, ta.•(e 1`=,- Iheocc Saacherl to the S.Y. Corner of township ►111, range 16E. C 7 Thence Easterly to the S.E. cornet of townsh[P 11.4, rang^ IN. �Tf•enu I'+•_eetly to the S.E. carnet of ta.w•shlP 1311, r+nje 16E, - Thant* Southerly along the Eastern line of can;a 1 to the lkence:So-therlyto the S.W. corner of tawnahlp I'M, range 17E. ,r pacific Ocean eeelvdlng that portion of rocthtrn Callt�2t::a Thence Easterly along the Southern line of tocnlsbip 12:4 to the srithln Santa Claaa County lnCluded -lthln enc tollo-tri. tire_ £at:e,.. Lcuu.:aty al the state of CaII[arnia• eotrarncing ac the t:.Y, corner of toenship 6S, range :E, Ihu' a t.aitt-ecterly, thence tiortbert) atom; the Eastern Loundary of SCh.. sure at Calltorata to the S.E. a,cner of tuna shtp 17,11• hence in Cot and tSct:*rttc r'"'z iSE, Thence !n • Southerly dl:eetton to the S.V. carnet at Co-*cthtp e 7S. range 3E, "Thccccc V••eterty to the f;.s:• cocner a[ :�a'ahtp 119, range 1IE, - - Thence In a Easterly digestion to the S.C. earner of cownthtp 75,. h`t Tt.en_. :•or`.erly t., the t:.£. cocner at lownshtp 2r11, range ICE, - range ctC, Ttet-e tiestcrty to ttoe t:.V, corner of township 2%. cane.* Ifit . Thence in a Nocehetly dtrtctiaw to the N.E. corner at cawna`tp t5, Z ''"`�, • ` - Noxthaly to the M.C. sorner ct p .'IN, range 9E, range tE, O � llsu.c .avraLl ihence westerly to theta.Y. corner of zas xhtp 2111, rat•go 9E, - t •-r "TI'cace ti.•rcherly to the II,E. cot'ler of to-nsbip 2314. range BE, Thence to A Vraterly dlrecclon to the 14.Y. corner at ecwsLtp 61, _ ThtnCe ttesrprl ea eb* t:.VE canter of tawsbt 2:11, Conga BE. range 3L. to chi point of beglontnt -bre► portion is a Fact o[ f1 7 P E - . . Arta 2. 740C: Karci.ery to teS.W. Cotner of cc-rship 27.14, range BE. 4s r lhS - - Arra T also includes that portion of Nocthtcn Calltornu -%chin' �s Tytne. Ea:rrcly to the S.E. corncc of ta.nshlp 1714, rouge RE, the following Maes: M - lT.rnee a,tal.erly to cLe 4.E. earner of :o-nahfp 25:1, range EE, - Cawseneing In thu racifie Ocean on an extension o[ the 'aucherly x iLra:e tics1:ply to the K.Y, canter o1 t.•:nshtp ICN, cosec 7E, line of to-nahtp yt. Nue t.s idt Laseltne and aartdiant " 'Th nc. Nc,itorty to CtA ii.E. corner ac Ca-nship ;r!t, ran�a bE. Thcnee Eastetly along the South-rly llae of eCncahtP :14 ea the - ih n c W,"atrtly to the U.V. corner of t_nship 361. cange IE. S.W. cocatt of tcwnshlp :N, tango lits the Mc. Ulablo "Cistan to the P.C. - Thence Southerly to the S.W. corner of to%htp IX, range 1U. Cacuer a( tuwnsl'ip 1'•�, ranee )Y, - Tt.cn.t Yest rr ly co the M.Y. carnet Of c.washlp 31-M. cocain CY, Thence Easterly abut the Ncrbolat Laseltte co cLe S, tO-Att of township lit, range 2E. TLcuce S•s-Ihetty to the *I.E. Earner of c.whip 32K. conic N. Thence Saucberly to the S.W. tataer Of tavaahlp Y, targe 2L, Iheoce Utsttrly co the W.Y. corner of township I.N. -net 7Y, Thence Easterly to the S.t corner of township 2.. tante 'Tb:ncC S.•uehtrly to cLe S.Y,wcn•r of cocwlsLlp 3014, cars* lit. - Tbe•ct Sovtbe[ly to the S.V. tomer at ta_-uskip LS, rasle :E, Therec Easterly to tl•e S.E. cornet of tooauship 3CM, Congo 7Y. Thence Caaterly to cl'e S.t, corner of tt-�.shlp A.S. raa�e JE. V_.'Ca SoutLrclyr cc the S.W. corner at is fflikip ICM. cange W. Thence Koctb*rly to the M-E. cornet of township 21, ra"Le '-e. _ - Tk:ncs Eatarty to the S.E. corner of cwnsktp lUl, range 60. Thence'dutetly to the N.W. corner of tisru:btp 2S. ra•, 1E, Ihcoce Soutkcrly to the S.W. corner Of township 144, tante lit, Thence Mucthtrly Ccosaing iha W=tolde baseline to the S.U. Tfeace Westerly to chs S.C. cognac of t.w'btp 1611, coat* 711, cotaoc of lawsblp 111* tact* " thcoce 0ortherly to the M.E. corner of township %tat, cange 7w, - 7Etownship jicence wtstecly to Cho K.C. corner of cc.oship 1441. range 7w. Thence Easterly along the Ms�oldt baseline is the S.E. cocner Thence t:attharly to the M,l. cornet of towabip 1St. range Mt .oI ca:TlsAlp IN. racgs ][. Thence INrtberly to the M.[. corner of totaos►Ip *I. range 3E. - Thence westerly to the M.M. Cagan of township lit, range =F. ltanca MastMrlg to %be M.IL —"Wit e[ tatrssiv to. i[e it, r1anl - fEDERAI REGtSiER, VOL 42, NO. 78--i11116Ar. AML 22e 1177 5 i r,- t ['-"- �- �." i._ ' i .I (. S-- ��-. tom.... C..t 4 _ l ,.: l'. . 0 P"a 41 — . --, r_ . . •. 1�1 - 5" CALIFORNIA cj AREA WYINITI4 S FOR - . FwtR tQYlnan OPERATORS (Get•d) I. + x v"Kc *Atli is'(coat•d) 1Desci la,tetlF •loan U Northerly Ilia to tomalkip 140. late the "**,,,;,Arta l-alio Include, thu portloa a[ Northern ealibwle included With c y la t!•r /t.11o•Ias Ilse: r CoQ*ac/aA ec eke l:octLerly ►oundary o[ the Stet• o[ Giltornl• yC tha K, \, tartar of toruhlp eta, s,a�• 7Y• Mt• D1•►ls b•e- 1. t ' IIne aa0 -erlJisc: ;'" C Tt.cahf So..i!+er!y to tM S.Y, corner of toreshl� ai7t, c•e{e T1• - cv s '.T.aa• [_r terly to al.* S.E- corner of to:rshlF tier, reale 7V, i f `, -Tit:tce Suw*!.c:ly to the 5.7, corner of touashl� •)It. raeR• /V.. _ ! - °v TMncc E•a:ccly to the S. carnet of to�nahlD i]Rt, ranit3V.;. '`';art T>'.ebce t:oral.er1F to tAe N.E, corner of tortuAtF tA.'t.. reale yY�. ,t` ' o�tM !on.•.er1y E•tmdary of tM Sute et Cell[ott•la. T1•r:cce'l'csterly ,lue` :hc !brtherly bw•decy •[ tM Sbte *[ - ti C�11[oini• ea the point of tglnnit�. ? a a t , t. 11 -1-1 s4 i p Z t a{ - O .�, j .♦ b SS44�fv.qKft, L3 , •, l l ',, - ' -k3uu { yT t k 7�^ { n 11 f L'sH - I. - . • aj 34- i s 4.'....1� 3 1. - �` - I f ti r i y 1 i - 1. i tC � .far:i t•. �1„_3,- t Yi' >`4�-h ,'. -`”r rt ,.i.. a k. r L`tii: a. t-5a - - $'.�g.';' :..s r __._-a a`Y'`SI" ^x? •t�q?"r ln.�'33 ,I.A.�r`�,fi �. ,;`�"t. .F' ;..� ,:+!x s, t r� '!i < '` ��,, h�.K�" .:�Y, Nra -; p.;:ta' e�s.Y+_'. ti y k e a� ` +1* �S_ ,4 :. r z; t i n r,, a fi J �5 i ( I't, .,. ,. .. �- t. ,r7":S. ..r' `..'�3.'.,':.-.'w..r=+"r'.,,sd�',;:, . Y�-r: .,:. �F •;. - �-•i .4.y s�dt`$'�i°,,, u i - .-+t ''?rs+..;r ?6:.z. x�kr'..-.�.y.,�fc.,Oy,.'^Sz'.4 r-c... X. -�.7. s :6.+.. t, :y_i L i.''�s ..k :_,2::•�•�,.a'� +r�"*`=X•.;- +a+"�-�'± � `f`x f,'� � .1 I 4 ,e-e... ,.+`4Y t`rZ„� ,::•kt,1�,.c�i�.,,, u o,4_x,,, r,+ 4 '1 .4 f .3 r f. E �* ,�,4�-;.,; +. - k^r.-. ... :; . ..�'$:.`V`"wCr i7 Zl 1h 1 [� ",.k` Y r ,.". ':'S ~ 'kaf. �r i -.y >..i'K.t. i' {^ f w �.1 . si'•.t -i jam, i "' 9!1-111, 7.? , g , z . - !1011iAl nigWdR VIOL 4t• pa T�--tMAY• AM 2f, tWf7 � r ~ n t .2-'. �y . 4 M i/ 01 �L P �� u x�a < , -• r t k 'M FODIf ICATIMS P. 4 J FODIEICATIMS P. 3 r ba QCCISIOW MD CA77-sol! Con P...t.0...Wo, lrttj 51eiN_M� iA77•SO 19 4-1-2 fosse.Rr.Ata P.rre..• laaic. •� *.ala M.wrr 142 wo 20991 - Apt it 22, 1917) N+tele t4.aanr Rome N 1 M P.aa.wa Vaaur+. ,..J.. to. Alae.da. Alpine. Aaud,1t. Butte Raira li i if P«ua.a Srasan.a .+4..• Avp•. ' Calaveras, Colu», C,)ntt* 'ts►•'T,. Q'.*ts, ti.l Yocte, El Wtsfo. Anadoc. Colusa. Sacramento. Preen, Glenn, uuswldt, loin*: Sutter. Yolo. Yuba and Lake, tassen. !Sadeca, Mattes, those portions of Alpine, Macipusa, Ma:ndo,:;na. Merced, Ll Dorado. Now As. Placer Mcri•,c, Ma.;tecey, etapa, 114vads. and Sierra Counties West Pka..et. Niusaa, r',.:td,Nntb. • of the start• Muuntotin San bet,ita. San tY.n.isco, San Hatarahed J..s.luln, $.n Matvo. Sae.Ra wlactriclana ! 11.19 .!5 31+.Ss .0+15 Claes, Santa Croa, Sn..sta. Cable Splicers 15.b1 95 31+.i5 Oi5 Slams. Sisittytw, Solana, Tunnels: Suntat, Stanisl.us, Sutter, Elsctticlans 14.52 .91 It+.dS .045 TLehaaa, ?cinity. Toilette, Cable Splicers 15.97 !s 3%-.SS0115 Tuolumt.e, Yolo and Yuba Lake Tahoe Area Counties, California Electricians 13.94 .67 3t+.71 .Ot Cable Splicers 15.20 .67 31+.77 .00 ,i CI.An .S Putte, Glanm. Larsin. Modoc, Oci.klayersi Stanemasonst Pluses, Shasta, Sisk you, (lel Wile, Ounixaldt, Lata, Tehama std Trinity Cotaot#es melts, Mendocino, Map#, San lleettie#ens 11.90 .07 31+.705 .01 Francisco, San Mateo, Cable Splicers 11.10 .07 31+.70S04 Olsklyou. Solan, Sonoma Tun" e# Z end Trinity Counties 11.42 i 1.50 1.10 S 1.00 .05 Rlectriclaasl Cable Q Presse, wing*. Madera, Splicers* Wipers 12.50 .ST It+.T05 .04 rlar: sa poand Merced Countl*a 11.55 .!5 1.00 Cable Splicers 11.N t7 ]1+.705 .01 Otick Tst.derse Calaveras and San Joaquin Co -Prean, wings, Madeca and Elactcictanst Techntclans 12.15 .92 It•1.25 .01 t/1 Tulare Counties 10.36 .00 1.40 Cable Splicers 11.67 .92 3t•i.2S .O1 electricians; Contra Costa county Alameda QVnty Llectricirns 15.20 .10 It+ .00 Electricians 12.91 1.05 19s1.15 .03 Cable Splicers 16.70 .70 It+1'00 table Splicers 14.52 1.05 31+1.15 .0) Del 1lotte red ittusboldt Cas. Llectr#claws HAS .M 1t+1.OS .04 Cable Spl#catr 12.15Jq4 O 1t+1.OS ►resoo. 11j"s, Marta ad Were Cbmwtir* OS SSKtrieiw 12.91 .75 3t+.ls Cable Splicstr 14.20 .75 11+.95 OS 4 ; 'R t Saelrr ' • { FRpElAt emSTRR. VOL It. NO. 131--FRIDAY, JULY R, 1977 t ' I Pool 11111111 t . I � I p M001FICAtIons P. 5 MOIFICATIOrIS P. 6 1ECLSrOM NO, G)7-c DECISION M. CA77-5039 Cont'd .039 {Ccnt'df 1.dc Frlwe.1.w.ilry Hf,wrwrs fHsle F-e.a...firs P.7-1. R.rs Ravg... m t• Paw dawx . H 6 M Pad..wx Ar►r. Tr. aMt.Tr. Fresno, sing&, wdecs and Tulare Counties L,te, Marin, Mendc,eino and a'.rouewlern S 12.09 ,75 140.95 .tl5 Sons. Counties Lineeent Lina Equipoent Elect riciaua S 12.65 ,11 34+.30 ,02 Operators 12.91 .7S 34+,95 .05 Cable Spit.-et• 13.91 .81 34.,10 X02 Cable Splicer& 14.20 ,711 1%-.95 .OS Matlpora, Nerced, Staniala.,a Monterey County and Tuolunna Counties croundren 9.42 1.10 31+2.10 .06 Electelcisns 9.83 .62 14 14 Llntment Technicians 12.56 1.10 34+2.30 .06 Cable Spticerw 10181 ,62 34 2e Cable Splicers 13.81 1.10 34*2.30 .06 rfontecey County a map& and Solan Counties Eiectticlans 12,10 1,10 30+2.10 06 Linemen 12.07 .68 34+1.10 .04 Cable 5piirexa 13,81 1.10 34.2.30 06 Cable Splicers 11.58 68 31+1.10 04 maps .nil Solana CountI*a, Alaseda County Electricians" 12.07 .68 I4+.8504 Ccoundmen 9.68 1.01 )4+1.15 .03 Cable Splicers 13.58 .68 34t.85 04 Linerstn 12.91 2.05 34*1.15 .03 Ssn Benita, Sara Clara ars.! Lint Equipaent Operators 11.62 I.05 34+2.15 .03 V:;...:.... Tarda Cruz Cwt.ttlts 8uebaldt County V.,`-i? Ele.aticlana 13.80 .77 34.1.;0 pg Crtvpdeen 9,00 .80 34+1.85 04 t� Cable Splicers IS.53 .77 34.1.40 !c Ll *men 1 . 5 O 34.1.85San ►tanclsco Ca,ncY 04 Cable Splicers 12.15 80 34.1.85 .04 Z Electricians 15.515 1.04 34*.90- 06 San Francisco County Cable Splicers 11.53 1.04 34+.90 ,04 Croundmen 13.25 1.04 34+.90 .06 4 .r t son Mateo t:rwmty Linemen; Technlctans 15.5111i 1.04 34..90 .06 Eleccrtciani 11.77 .62 3t+.50 ,03 Cable Splicers 17.53 1.04 34+.90 ,06 n Ethers! San Benito. Santa Clare, to Calaverse and San Joaquin and Santa Cruz Counties � GJunties 21.30 6155 01 Ctoundsten 21.65 .87 34.1.50 OS Line Conatructlonr Linemen; Line Equipment Contra Cusco county Operators 13.76 .87 34+1.50 .05 t` Croundeen 11.40 .70 34*1.00 Cable Splicers 15.41 .87 34+1.50 .05 Line Yqu;pmnt operators 13.68 .70 34*1.00 Plasterersc f'; tinttn 15.20 .70 34.1.00 Dei forte, Ow"tdt. Lessen Cable Splicers 16.70 .70 3tr1.00 (11109th..aatern halt). Marin, MIX, Napa, Shasta, 4 s Sistfyou. Solaro, Sotw.a. T1lhrss and Trinity Count la: 20.25 .9s .SO 1.25 .01 team r ' i. 5 W _ CA 'v1 F101 µ MfM, VOL H, 010. 131IDAY, JULY 0, 19" n t • v ,+ MODIFICATIONS P. 7 MIFICATIO)1S P. 8 SCISIOR NO. CA77-5014 Coated DECISION N0. G77-5019 Cont'd a� 9.Q. F.r...Bw.4rs Ivr...f. 9..ic Fri•4.0••.61•Pq�.•u h' N..df E1.raf w �.r M 1 d Ped- V.r.tJ.. E wL eru N t f ♦...•... v".00.4 .•1!.• � � - Sort Fl-u la7arei Labotsts (Comite)t ' 3' Alpine, AdUJat. Butte, G[Oup 1 1 9.215 S 1.25 J 1.70 $ 1.10 .10 Coisvefaa, co:u►a, el Group 2 8.64S 1.25 1.70 1.10 .10 WCIJa, C•lann, tasr.n Group 1 9.S2S 1.25 1.70 1.10 .10 (04;,1„11nq ilnn.y J.ata Tunnel and Shaft wrkt Ti Arial. Paereed lout of Oruup 1 10.145 1.25 1.10 1.10 10 son J.,aq-+ln Blv.r),PlunAa. Group 1 10.015 1.25 1.70 l.to .10 Sen Josq.,tn, Shasta, croup 1 Leas 1.25 1.10 1,10 10 Soccaeenta, Stantalaus, Group 4 8.715 1.25 1.70 1.10 .t0 Suitor, Tah.aa, Trinity. Wrecking writ TWlusns, Yulo and Yuba - Group 1 9.775 1.25 1.70 1.10 .10 lbucttes and douse portions Group 2 8.12 1.I5 1.T0 1.10 .10 of El wrado. Wvada, Group 3 8.525 1.25 1.70 1.10 .10 _ Plutr and Sierra Counties (escl-try-late Tahoe Area) S 10.71 ,84 1 1.10 t 1.00 .10 Tetrat:u wUrierae Alamcla. C:.ntra Costa, Gel Wrte, L'msnldt, Last. Nartn. "crl.clno. Napa, San isa.-eclacu, San Mateo. - Z BJsttyoa, S013no. Socsoos O and Trinity counties 11.42 1.50 1.10 1.00 1 Tile Setterar - !1 Fresno. Rings. Madera. - A NActwes. "arced and .. . Tulate Counties WAS 1.00 .SO Monterey and Santa Crux Counties 11.41 1.05 1.18 Lawcetss Group 1 8.77 1.15 1.70 1,10 .10 - Gtoup Its) -9:00 1.25 1.70 1.10 .10 Gtoup I(al 1.21 1.25 1.70 1.10 .10 - - Group 1(c) 8.42 1.2S 1.70 1.10 .10 Group 1(di 6.72 1.25 1.70 1.10 .10 Group IM 1.32 1.25 1.70 1.10 .10 a Gem* I(!1 _ 0.57 1.IS 1.71 1.11 .10 Group 2 BA21 1.25 1.71 1.11 .10 Group 1 0.S2 1.25 1.70 1.11 .10 POW" N Ml M VOL 12. M& tai-MAY. ALLY !, 1179 9 el IF sou IWIFIGITIOUS P. 1 1601FIC1lTI0N5 P. 2 i ^h rC SIC! sCA77-50)9 (42 FR 20131 - April 22, 1971) _ ---. CLC1514d {CU7T-5034 (Cbnt'd) AI.i:.c,a, 2 Lne, A»adar, Butte Fclr{.8.a.ltts Prr...ts " p 11..1c ' fas{.5s:.sIW Pywr.h 'CalAvcras, Caluxn, C.-"tra Coat.. Mr.t 8rslc DCS tt�z Ce, E2 A.^.[.:tea: FKtano, RV.♦ 1(L V P.ast.ar Yrceti.a .a•Ztrr•s M...Ir EJres.i.s Rri.a ti L X P-.;-. Y.caHsa Gierz:, 1(tctalit, Kings, LaXe, AW.T.. o Apt..T.. l•lti,7cia,'Y n-:4-1no, :.crcad, -t- )k,cac,,)tcrtt:rj. Hata, :teva3a, ' •Ia ,, - San 1)lutito. Santa filar% 4 PI3xr, flu's, 5t.:-ncnto, >� S.n t o!,w42, Z.W. 1 ban ts:u, end Santa Cruz Counties Aj 5x. !•: '1u3n. bet.e :..tr<„ SAnia Electricians 217.80 •77 Ia.I.S� .05 Clari, Tanta . &G. S Cable Splicers 15.51 .77 U•I.Sd 15 Y� SisrrA Sir ., u, S.,lsx +, San Francisco county LlactxtciAns 15.SE5 1.04 la«,)0 .Jo c;.td^''' S r:.'•.3 ° . :.1a•w; Sgtcer. Cable Spllcats 17.53 1.04 114.13 .C6 San Y.ataO County Elee:clelAns 13,73 1.16 31.1.:2 .2J ,�.ttes, Caltt rnls Linc C.,nat:ueticn. *'..- Contra Cc Sta Cc*-,ty GKwunG:.i:+. 51.40 .74 /a«2. .1 r :x:rlri as:: Lina Lquirs.cnt Oycrat.ors 1).66 .70 1%-1.:'. r..._.ty lu cf:r .s $12.9: $1.05 1%+1.1S .03 caulftct. 15.20 .TO 111+! S- � " at,le S,.SIc>::s 16.70 .70 111.1.30 Cso v t:e:s 14.52 1.05 I%tl.15 .03 1K.,,tncey Co r,tj )=i r .� a Sa::r..caLa. GzQuI4rcn 9.42 1.10 Ia•2.]:i .V6 Sc•ter Y `_ c.1 Llrt�en, Tec: ttlms 17.56 1.10 i\.2.10 .16 of tictne, Calle bkllcers 11.88 1.10 31.2•}4 .36 .,,,. SI t+sc #%vada, P'_ar_r - Na;;-a.and Lolss:c :at:ntles z a s:2 S -z .,.. mics UT!ft Lfneaezt« 12.07 .68 11%•!.10 .04 0 of 111 S:azra ra::r.ta_n Cable Splicers 13.58 .68 :1.1.10 .04 j W.tcralmd Alnweda Cutncy � ri Lleccriaats 24.39 :95 11+.85 .045 . Groundwtin 9,68 1.05 1%•1.15 .03 N C.91•_.Spllcers 15.BI .95 11+.85 •045 Linemen 12.91 1.05 111.1.15 ' .03 !111 elc LLtt Equlpa+ent Optrstors 11.62 1.05 1%+1.I5 .01 g:,ailwc 'lclena 14.52 .95 1%1.85 •045 San Francisco County C.,,l S,11w<rs I5.91 45 11..85 .045 Grsun.l«un 13_25 1.04 1%+.)0 .06 #fit" a::'tra .•.:,ta Crr_•1Cy Ll,:�s.en; Tet1n1c1ana 75.585 1.0«1 1%.,10 .06 r Llcecttt:.s 15.:0 70 Is+1,00 Ca!Ie Splicers 1'7.57 1.04 t1..70 06 IXC bit :,yl1rct5 le.;? .70 1%+1.00 SAO 1lenito. Sant• C13rs, ll:.ntct.:y C:.u,.ty + t and Santa Crus Cwnties Llectricians 12_1'? 1.10 la*2.10 .06 Gzuundren 11.65 .87 !%+1.50 .05 h`. Cable.Spalaers Mel 1.10 111.2.30 Qb LL.eeen, 1Sne Zquipoent. Operators I1.70 87 1%+1,SQ OS u, Cable Splicers 15.41 .87 1%+1.50 .OS j Plumbers# Steaefitters: r s - Del Norte bad HumboldtCos. 11_83 .71 1.12 .OS c z; Spriz.tler Fitterss Reaalnutg CoueLlas 15.07 • .65 .95 08 71h � I N �3 { tj. e'µ2 � 4 ': .'. .. - .•.. _ S K MuAt AgGIUM vw- 42, 00 112•-fMAT, JUM 10. it" f 1 t L . a dt 1n0IFICAT1011S P. 4 0 M110IFIUtI0K3 P. 3 - O W tacul0w g0. C07-5014 (Cmt•di �:! SIO11 M0. C!•77-SO» Ooas d _ • f.ra feeaGaa Pgewb - Fdgs BwaRba(•ga.wb c gods ~ Mals M#�i E1.awr. M#srlr E:arsliq M►r Na.abwa YecarMe erdrw left* M&r rw.lw• Vsaans► n4,'sr AM..T.. O X - Add: San Bonita, fan Cierra Pla.terecs Ten3ace. and Lancer Ccut t/es son rcancloco and San Mateo Rleutriclans 43].80 .77 11+1.50 OS s ' V0.60 gp 11.20 $1.25 Cable Spliun 13.3) .77 1ta1.50 .03 counties fan Franeleco Co.ntY 01 ClsctricLana 1S.Sf5 1.04 I1#;90 - Cable Sp1.lCera 17.33 1.04 ls•.96 04 WC1£1QH NO. CA77-5040 - nod. 61 San Mateo County Electricians 1 3 1.16 35#1.00 ,03 (22 FR 21x12 - Iprll 22, 1417) !lumbers► Staaueittersi Alameda, A1Pi++o• A"do" OS , Calaveras. cra Cast,►. nal Cel Nora and HumboldtHbmbaidt Cos. 11.33 .Tl 1.l2 trorte, F1 We Frsano, Epclnkler Fstterr. •9S .09 r' B+cbolSt, Morin Mariposa, Buealning counties 15.07 S 11ec1a`d, Watazey, Msvau, llaaer. SacYt.^ento, ' San Benito. San Frs0c4co. l2sitarars Teadaza• San 3osauin, San Macao.,\ Saw trmbclson and Sera Mateo 20 i1.2S , r% Santa Cla_a. Santa Crus. Comsiai l.f0 .b o s.wwm. Sutter. Tanana. \ Z Tuolumne. Tato and Trfba Q Countlte, Calleornia \ M tlectrlclane. •. Ate.eda County 1#1.13 .03 t,. Electricians il2.f! �� .03 Cable Splicers 11.62 1P4f 1N 1.15 A;�dnr. 3acranento, Sutter. Tolo, Td+a.sod those _ Portions of AlPtba. 81 Ct+rato, tlevada et fteeer Corwtief Meat et the beim Stotts ttomatata. veto#N+a� 1t.gS etteettletasr 11.43 .n .00 Cable SPliears iS.g3 .!! 1#.gS Contra Costa Cowwty \ Slectrielate 15.20 .1t4 N1.00 Calle Spli err 33.70 .7iB 1x1.00 rMowt�c COURty. H2.3g .Og ;. S1�etflclaBs.., _ u.gz 1.3� ice. M .� . -t t FfOtgAt 2iGi-M. VOL 42. NO. 117--TR10AY, JUNE 10, 1977 L 175 ti DIVISION Hj1�"h SUPPLEMENTARY GENERAL CONDITIONS (! a1# �rt The following articles shall supplement the General Conditions'and shi!i: 't t•„ , pert thereof and shall supercede any parts of those General Conditions ai>fh 'rohith ' they conflict. Intent: The previously mentioned "Notice to Contractors"; "Instrucelilfi , 6`Aiddire'.',; "General Conditions" and the following "Supplementary General Conditittt�ll'.> orm +i a part of this specification which together with addenda-.and the accodtkw` ings are intended to provide for a complete and .operable building, electrical•"r!t'i$ . mechanical work of the project therein described. The contractor shall OtinCairi'.a , ; `� 4 complete set of the above together with change orders, shop drawings and cofreapond ence. I-! i -it i ,1I (_ "Colierrt 1 Coedit [tins" ';ec! I on 1 ndd: (haner--shall mean thr County' of , Contra Costa, California. t ; _ .• ', Patents and Royalties: "General Conditions" Section 3 add: B. 'Phe Contractor shall assume all responsibility for the use of devices covered by "patents or copyrights, shall defend any suits brought l Is rigid 'infringements of any such patents or copyrights, and shall• hold the Court'�t1d'�hr ` Architect and their agents and employees free from claims for damages intidst ce,` their use. Materials, Articles and Equipment: "General Conditions" Section 18 ad ,�` F. Manufacturer's Specifications: All manufactured material shall' instnIled, connected, cleaned and conditioned in accordance with manuf Ute rt printed instructicns unless specified to the contrary herein. All maubla1ito, 4 ; 1' items of one specified type or to be used for similar purposes shall, be•.b#A, I6Ati- f.acturer and of identical finish and design appearance. Submittals: Material and equipment list, shop drawings,� etc. "Gene'r Sections I9B and 19C, change number of copies required from 5 to 6. Conditions" and Section 19A, change "Shall submit promptly" to shall ► t? � tt 'j , t r. thirty-five (35) days) . f � Indemnification: 4�a,, ,��,t , A. Tlie Contractor shall indemnify and hold harmless the Owner and t and their agents and employees from and against all claims, damages,; lOou4s";and< expenses including attorneys' fees arising out of or resulting from t1e "i "T" of the work, provided that any such claim, damage, loss or expense (l) '.,, otri�utgmw,, to bodily injury, sickness, diseAse or death, or to injury to or dose t Ot tangible property (other than the work itself) including the loss of,tisM roi4lt�Ag ! t• ; t therefrom, and (2) is caused in whole or in part by any negligent, aet't of the contractor, any subcontractor, anyone directly or indirectly eap'1` �r r 1 of them or anyone for whose acts any of them may be liable, regardless' � > ��ietherr, or not it is caused in part by a party indemnified hereunder. r •. 11�. �(q�jtiS .i t t .�,ti,i ti h .� .. -1. ��. 'F '"t���hl�elr,p'"::����at_tiA"1�r,1;•V .!,t, - 175 of their (continued) anyone Indemnification ( d all claims al;ainst Lire owner or they architect Y B. In any .;n Ce of rhe cpntractor, any of Chem." to ees by an employ agents or emp Y an of them or anyone fosshallacts anot be directly or indirectly employed by yparagraphensation e of damages, comp may be li:ibl.e, the indemniticlii��'ionl'ongtile amountor Y any way by any 1im invited in the contractor or any subcontractor under workmen' s 1z able by or foremployee benefit acts. or benefits toer Y , Ali sabil it ben( fit. acts or other acts Y comps. rn h shell not extend Co re arn- ilo e.es arising out of (l). the p P (;. The ohl ig,"' i.')n 'if the cc�ntrnc t car under t.lri.s para. change orders, designs . li.:ihi.lity of I.he architect. I�ir' ��,i�lntiuIIS reporLS, surveys, or instruct- t},� I give directiMa l.•i.c1n or :ipprnv;il ++f ❑i��pn+ the i;ivini; �,C �,r the f,nLl.circ to giving or failure to or specific,it iniltl, "r (�is ai+,enl s or i,mp loyees provided such $ ibns by the nrchi.te-ct, give is the primary cause of the injury or damage. " Section 2�►, add' just prior to acceptance: (1- Cleaning-i - "General Canditiacl is required j persons -The foil-Owing si�ccial cleaning work to be done by p A• Polish glass, inside and outside, objectionable wash and p worit. (2) Remove foreign matter, Remove stains, and have in a skilled and equipped for such finp,, I „ paint, cr,rints, soil and dirt from ( } marks, stains, foreig !, a rp„ i:►1:c1 t:he follawi.ni;: ; .3 polishecl condition whereat�Pstl,l i ned work. ui ment. decorated Tainted' fixtures and incorporated eq P All finish hardware+ d metal surfaces, whether interior or exterior All finished surfaces an All doors and skylight- the contractor shall take rovisions of: the specificaCions, In addition to clean-uP PenC air-borne dusk due to work under this cractical to appropriate steps to prev inspector wherever p ' nkled water shall be applied as directed by during excavation and moving of Sprl minimum, particularly settle and hold dust to materials. t tt i •' A ' f 14 4' 5 f GI A r X014 r Dilvisio�' N , 1 rr r rt 7 v P J tii Yf .. ! 4,+. � i 2{:• r Y 1 1 f 4 h 1... ' M k�Lk ft Y� i y �,+.t7`,�`r"S) ✓" 1 ... ts;. .ori F�",t sr.-t,ie>� r...;:;,r�-S .;c*:�i'r.)Pi,rKt ; 'tiz. .i,l�_ i ':»t F i,. ,n 1 ,.1y..3;; J e x, ti tdi � sf n �1. � �'. (y t, t` 3 >r; 4 �?.. i t 1.f ;5'rkz Y4-`�d v t��rj,+i:Y ' i� 1� r: ;i,.r,?f.>re ,y,r 1��'.:-.-,.�•.,. f ?�0 :��''�� 1 1 1 '? 1" .'''�,• r '��iac 1.7 5 S PICT I ON IA fROJEIC I' GI,NEMA1, REQUIREMENTS General Conditions: The followi,ti ; articles shall supplement the General Conditions and Sttpp lemcnt:aa•y Cviier:a l Condit tons :cnd n1mll become a part thereof and shall super- cede any parts of the General Conditions and Supplementary General Conditions with which they Conflict. Architect's Status: The :architect will make special visits to the site only to the extent nuthorized by the County for the purpose of. :answering specific questions pert:ainhig to the projr.ct. The irclii.t(scL will endeavor to guard the owner against defects: ;incl defi.cienci.es; in thu work or the contractor. The architect waives. any responsibility to act:; in this project. due to the results of modifications Made in the field or on plans; and specifications by other than the architect or his authorized agents. The architect wilt not be responsible for construction means, precautions and programs in connection with the work, and he will not be responsible for the contractor's failure to carry out the work in .accordance with the contract document:s.' rroject Inspector: A project Inspector, a representative of the owner, will be provided by the owner at hitt cost. Temporary Job Office, Contractor shalt provide secure, watertight structure, with electric light, a table suitable for inspector's use for job site plans and spec0i cations and a private phone line fqr his use for the duration of the ,job. Heat shall ' be provided. Datum rand I.:cycnit: Roo-crence vlevratIoti shall be checked to the d.ntum sho%.M on'the ctr:�wi.atl;:t. Loy<nat of all 1 i.nr.n mid gi-ndes shown on drawings to be clone by a regis- tered vilginec,r or land surveyor, who s;hra 1.1 certify in writing that all work has been done os per drawl,ngs;. 'I1ae contt•:actor s,ha t.l be responsible for the correctness and proper' execut•i.on of the work. Definition of. 'I'(*rans; a. Al) ,roved l;ttaanl :;Iuall tne,an "Ataproved is in eelont in the opinion of the owner's. b. Equivalent shall mean "Equivalent in the opinion of the owner c. An Ili rcer.ted sho 1 I mann as al l,r(•a:Led by tile cawner". A. Aft Required nhal l mean nsneeded t:o suit specific job conditions and/oz as. " iteccys;ary according to bestl)atI Idi.ng practice to Accomplish the in result.. ' c. An Shown shall nae an as shown on drawings. L. Aa Ilel ected nhral I Me nn rc;c ...v I('etced by the ownex" K 1 .��. ;� Y e°Yah,�ie'tiAi,, ., ,..1^' £M.- v -�ti,d%)Lr "+i,��+^,."f au:r�.•vt D +.'"�!r_ i rC'.�+,Y.,t;... _ r 7 � _ «�i; � iy.; � „ �h �r,. rt,-''�'}' +ti �, � ,•sk . . r,+r r �..,p xrL�iC� d++, �1 �.� '(' •.i,cx 4� s n���tM€'�'+. � "�• XM �e � � ^�r � �y k k f3�Ciy,J' .+� x,+��+' � �'� �7 i7 i P? Protection and Rcnair: aa. The contractor shall take all necessary precautions for the safety of, and " shall provide all necessary protection to prevent damage, injury or loss to: •. l.. All employees ort the, work and it].]. other persons who may be affected thereby. 2. All i.he work and ail inateri.als and eriuipmcnt to be incorporated therein, whether in ntoraage 4111 or off the siAe. 3. tether property at tire si.tv or adjacent thereto, including trees, shrubs, walks;, pavc•rrients, r4•.a4lwaayn, .4ructtires and trtilities not designated for removal , re locat i t»t 44r rep inectnent in the course of construction. 4. At the inspector's discretion, replacement of entire portion of item 3. above tetay he requLred Lf In his judgement patching will not be satisfactory.- + b. The contract:,r. shall cotnpl.y with all applicable laws, ordinances, rules, regu- la,tions and orders of any public authority halving ,jurisdiction for the safety of persons, or property or to protect them from damage, injury or loss. He shill, erect unci mnintain, n:; required by existing conditions and progress of Vitt, work, .all tive-e-n-nary nai•c-i;ttaards; reit' safety and protect Lott, including post 1.111; danlger :1.1;11:: and 411114.; wat► uin};,; agai.11%I tta%ards, promulgnting safety regu- I al-l-on: and "tit i l y itti; 44411111-:: :curl overs 411 ac) jac.ent: tit i l.i t 11-... c. • The contractor :ala 1 l comply w i rla a 1 1 rculu irrmr,ntsa of 0511A. i)ust Control: The contractor shall. control the generation of dust due to his operations and shall save the owner free and harmless from claims of loss or damage re:tulting frim ;rich cttast, Area4:: of contractor's operations shall be sprinkled as required to control Must. No separate payment will be made for dust control and all costs in connection therewith sliaall be included in the contract price for which Lhe' work is Incidental thereto. So 1.i a; Report: A sol 1. i nvent i irat i on report, prepared by rngeo Incorporated dated April. 8, 1976, is avattable [or inspection in the architect's o€€ice. The investi- p,att:ton wait mmade for purpose:; of design only and neither the owner, the architect nor the soLln engineer guatraantee :4deciuncy or :accuracy of the data. ' Ut!1ig Serv-i,cc Chnri;es: The ContiVy will pay directly to the utility companies connecti.im frc-s;, P unit fres;, ;and art 1. rather Fars require() by the utility companies and atsasocinted with the permanent ut i l tty services. As-Built Drawings: The contractor -;hall maintain -it the site for the owner one copy of all draawiFigs, speei.f to ations;, addenda, approved shop drawings, change orders ;11141 411-111.1- 1111141i it-at itimn, in good order- and nrtrked tea record all changes made during construction. 'I'laese shall. be aay.-iflaable to the architect. The drawings, .barked to record all Chani;tis; inndt, clnritig c-on:;irriction, :;hatl.0 be delivered to him for the owner upcna crnnp leLl in 411' the w44rk,No paymont- w i If bei -,I 'owed rintess drawings are current at time of payment. Cleaning at Completion: The cleaan aat completion specified in the foregoing Genetittl Conditions shall include the thorough cleaning of all glass, mirrors, .OlastLc facing material, plumbing fixtures, factory-finished metal, plated or polished metal., wall. tile, removing call paint, stains, putty, mastic, plaster and mortar without scratching the glaass, metal, or fixtures. All exposed concrete floors,, the .floors, -and floor covering ntnterfnls must be thoroughly clean at the time of . .accept:once. , 00141 >�4* ..t i •,n r ••ryr ..SI:jiFir�� L , ..+ +Nle'• 1 i• . JT' ili'v h•9� - i 175 SECTION 1B AUERNATES General Conditions and Supplementary General Conditions of these specifications apply i to this section. Description of Alternates: Not necessarily complete in detail. but intended to supplement information shown on drawings and to indicate the intent of the "Alternate"-,' List of Alternates: Alternate No, 1: In lieu of vinyl wall covering, as shown and noted on the drawings, furnish and install. on cypsum wallboard, tape., celitent ,quints, etc. and paint finish :. Aper specification Section 9A. Alternate No. 2: In lieu of one-score and five-score concrete ma:aonry (8" x 8" x 1611) and 12" x 8" x 16" exterior wall;; i", bane bld, I'";r;ihsh and iuntal I standard 8" x 8" x 16" gray concrete b l uck units; and 12" x it" x 16" M.rrnda rd b tock uotfti; at entrance. Alternate No. 3: In lieu of cuncreLe tl to roof i;t base hid, furnish 'and install asphalt composition shingles as specified in Section 7K-2 of these specifications. Alternate No. 4: Delete flag pole including concrete base and footing as specified in Section 10A-3. --�' Alternate No. 5: Delete skylight an shown and specified tinder section "Miscellaneous Specialties". See Detail 1B/A6 on drawings. 1 Alternate No. 6: Delete specified and detailed trophy case and bulletin board. Alternate No. 7 Delete parking lot improvements as shown and detailed. i .A K Y; r - ,, y ' 'zt4' r i r�. �• 't i c , x RM 1 1p. Sffi4 fYTI ..., _. „ r- 1...,�w.b`x�` .,2w ,:.1dk�R$z;1A ren +,��.�- h`.,,. �,:x.ks t 31 7'r5 ��yi vx r v� dtv,aa•,"?�Y� � � t. .. ��.z.}.��^n.:. ,Kr:.tch'hkita '•p.e..4.ail3ric�..�tv�., row � Y x�,i ti4.: 175 sia.'r fcxv 1.c ABI:REV IAT 1cN:; A,B. ANCHOR BOLT IIDR. HEADE''R ADJ. ADJUSTABLE 11RG 11101 RETURN GRILLE- AL. RILLEAL.ALUM, .. : ALUMINUM . JT. JOINT BLK. BLOCK BLK'G.' BLOCKING K/V KNAPE & VOGT BM. BEAM (CAB'T. HARDWARE) B/S BOTH SIDES LAM. LAMINATE C.B. CONCRETE BLOCK I,C. IANC CE:MT. CEMENT L.W. LIC I1TWE ICHT CER. CERAMIC CFM CUBIC FT./MIN. M.15. MACIII.NE BOLT CIR.. CLEAR MI'L. METAL C.I. CAST IRON M9'ltL. MATERIAI, so C.J. CEILING JOIST, CONST'RUC'TION JOINT N.1:.C. NOT IN CONTRACT ' CLG, CEILING N.T.S. NOT TO SCALE CONC. CONCRETE CONN. CONNECTION O/C, O.C. ON CEN'T'ER COMP,' COMPOSITION 0.11. OVERHEAD,OVERHANG CONT. CONTINUOUS OP'C. OPENING t CENTER LINE 01'1'. OPPOSITE. CRG CHILING RETURN (;R'f.LI,E o S .A OUTSIDE AIR r C.S. COUNTER SUNK CSG CEILING SUPPLY CR I.LLE PC. PIECE P.L. , 1'L PLATE LINE,PROPERTY LINE DBL. DOUBLE PLWD,PLYWD PLYWOOD Baa D.G,: DOOR GRILLE; ' DIA,, DIAMETER RAFT. RAFTERS DIM. DIMENSION RE INF. REINFORCING ` DO. DITTO R1DWD,RWD, REDWOOD F DR. DOOR 10.1e. REFRIGERATOR DT'LS. DETAILS REQ''TS. REQUIREMENTS DRWGS, DRAWINGS R.O. ROUGH OPENING H.So ROUGH SAWN ` F.A. EACH R.W.L. RAIN WATER LEADER r EQ. EQUAL E.R,C. ELFG"PRIC REHEAT Con So u. SOLID BLOCKING EXT. EXTERIOR S I.M. S I.M t 1 AR Siiia.'!' F.C. FLEX CONNECTION .` SI,. SLIDING F.J. FLOOR JOIST S.S. S'TA'INLESS STEEL, F.L. FLOOR LINE SLRV.f('C SINK F.O.B. FRONT OF BUILDING- 'so SoC. SIDEWALL SUPPLY GRILLE, FTNG. FOOTING S'TL. STEEL ' GA. GUAGE T.B. `1`OWE L BAR GALV. GALVANI7.ED 1..1 T OI LET PAPER ,r G.B.,GYP,BD. GYPSUM BOARD T111D THRESHOLD GL. GLASS '.CY1', TYPICAL GR; GRADE G.S.M.' GALVANIZED SHEET ME9'AI S 4 h 1 } t r,1 � a ;t'N .! r ,`�:} y S'.;'. ' _•,<"1f§�y,, ' t. ,� t Xiaa's ❑ d ftT{ 17S U.C. ` , UNDERCUT UN r ` UNLESS NOTED/OTHERWISE VERT; :`VERTICAL W/. k. WITH ; W.C. ' `'WATER CLOSET` ; r f WOOD W.I. ' WROUGHT IRON W.I.C.' ��'f r WOODWORK INSTITUTE OF CALIFORNIA y x f •t 1 + -- IOJY SYMBOLSI f, Detail. 1 p ' Found on Sheet No A_G Sri • t �}} ,, +`S , t j :Door Type '3 (See Door Schedule) _ �iardware Group ''4 ' (See ,Specifi.catio, 6 •County Door Idenl•i.f.k;4tIon i?ur l+L•4,�nt'c:u;ntc:e " Q Window Type 1131 Sclletlule) !J F4 ._ .SIT�I��'��if See Site Plan PIAN QR& 1/4" Scale Plans I x �•4 _ ^ •,.' fs .Masonry Wall' Sysi.em f; , 3x Yk i'�a fAll ' 44 ,"} Typical Partitlion 1 3 n 'studs unles shown oLhexwiac J 1 4 1 f ' I 3itA •Y 4 1 ; 4� is 175 ' SI:C'1'ION 2A Cl.1:A UNG AND EAMILWORK The general conditions, supplementary general conditions and general requirements apply.. General: - 1. Scope: Work Included: Perform all work necessary and required for the con- struction of the project as indicated. Such work includes but is not limited to the following: A. Clearing and grubbing including conservation of top soil. b. Excavation. c. Fill and backfill. d. Compaction. e. Grading (including rough grading of areas to' receive asphalt paving and rock base). Related Work in Other Sections: a. Excavation and backfill related to underground mechanical lines and electrical lines. b. Site drainage systems. c. Rock base for concrete slabs. 2. Regulations and Standards: a. All work in public property shall conform Lo applicable rules and regulations of the County of Contra Costa. b. Work in P G and E right of way shall be in conformance with P G and E require- menta. Consult with P G and E prior to starting work. 3. Soils Report: Refer to soil investigation and report prepard by Engeo, Inc. dated April 8, 1976, Engeo Project No. N5-0683-B1, and shall be made part of this suction where applicable. If there is any conflict between data contained in " soils report and this section, the more stringent specification will govern. 4. Soils Borings: Subsurfnce soils investigations have been made at the site and loss of the test holes are ;,vr,ilable, with the soils report. Such investigations have been made For the purposes of design only and neither the architect, the owner, nor the soils engineer guarantee adequacy or accuracy of the data, or that data are representative of ,,11 condition:; to be encountered. Such info M_ is made available for gencrr,l informaLion only and shall not -relieve the contractor of the responsibility for making his own determination. 5. Protection: a. Maintain all bench marks, monuments and other reference points.• If ,disturbed or destroyed, replace as directed. b. . Protect existing walks, Celtces, roads, herder boards, etc. Any damage to ". same shall be .repaired Lo Elie County's saLisfaction at Lhe County's discretion., 90151. ` r �, 2A-1 +,r , ^`�," rpt {,$� �}�7;' ��'t.r.'r a+i(�Z:t�:kr`;,�,•^y� ; 5 "'C"i� 175 Products: r- 1. Fills, a, Select Fill Material Requirements: in addition to general requirement stated above, imparted fill maLeriul if required �ilull colli'okct fro follotiing requirements: ize 3 inch max. rocks or lump.: Plasticity Index 15'% iiiIximunl Liquid Limit: 40% im cim-mil No organic material and loan c:.tl,:rrr:;i.orl Pol•c'rrt:;:i 1.. 2. Execution:.: a, Existing Conditions: (A topograplli c. _survi:;i of the 'properL lmtio been included in the drawings for referenc(*. vlzly). ConLrr�c.t.c,� yliu;.l bV cIC'Ct1:3C) to have inspected the site and satisfivd himself as cc) .'etual �;rru14 : r llcl level:: ,meld the true conditions under wlmiclh Elie :'rode i:; co itu porf.orv.a­- d., b. Clearing: Contractor sliall :1ce0l,t: „it:c rr:; it ,t`i,rr(L xi <aticl r 11 ►11. ralilov ! l:l:t,nr site all vcgetatioll, clebri.:;, ul't,:intc muntt:. ►' r;ci<1 uLlierwi-;­ material which is not :,Uil.rIblc: i' .,tlpport- of "strttCtltm.il loads. or slabs. c. Grubbing: Grubbing shall consist of the 1'umr10"1 ofSt:umpr:, roots larger than l inch diameter, and matted Fool: systaMs. 1"c:nmc�val shall Lu to a depth aou r. less ,than le inches below ori�;ilull ground lu.vul and shall. c:,taad, except: 1W otherwise noted, at least_- 10 feet'=beyond buildlag lines and pav emeltt edges. Unless further excavation is required- depreo's ons made by grubbing shall be filled and compacted as speciiicd ulldcr fill. « d.. Disposal: Remove all cleared and grubbed m;iVerirll frout t:Ilia s.l 1;.0- 'Na Lu,airni; .. permitted. ,. 30 Excavation for Foundationu: a. :Yoko tgxcavations to ttinlcltr;ic)nr;� ;n,ci c:lc.v. ctrl : i.1m.c.l:i.caLed u,I tl�ri«Lm►l,r;.. . suitable bearing is not e11C0ilitt70rUd lit. flit: cl.'I "' jllttit:ritl`Cl ecu. Ole clrrtw.i.�m;f,,r is +ediately notify the Ct}ullty «ho will iu:;t m creta ;.0 cllitr cl:tu m:ilct a)pic,tmr.s;ale rm eli'llige' order' it uttC-e-0,GAry. "'Jil r will flat p I for detex7m1t1aL'ians and issue excavations carried bc1.Uw 'iudicrlted glade:; t,iJALcmut, owner' s written atmil►orl.rrr- iladit:,t�!ct t tion Where unauthorized t!:<eavationt; ;ire Iw.ldu lu low under .slabs, restore; to prvpc:r el.c:v�ltiollr) i:, r;pt!cliiecl iUi' Ct}ilit)um4tf:d br►clE-.lel ing; and if under footings, increase wall or f'uotiul del)UIt ct:. ctlr,~cted. ��. t }r rtl . r..F} ,r41_ .. Y''f ,rr1i<1.''j:t .,Y: F k^,Y•it F 1Lff,a hr u; "1r.. •'',f..' sou '' �a°ra aq�rak�• , fi. + r:,; �. y._ ' tst +•.; } �"ter ��Z .,, .p f k^, , 175 Concrete may be poured against vertical excavated surfaces 2 inches wider than ' the dimensions shown on the drawings, provided the material will stand without caving, and provided that minimum reinforcing steel clearances indicated on drawings are maintainted, and suitable provisions are taken to prevent ravel- ing of top edges. Excavation for formed concrete shall be sufficient width to allow for convenient construction and removal of forms. b. Where unmarked utility lines or other underground obstructions or piping may ka be uncovered within the work area, notify the County or the agencies or service utility companies having jurisdiction thereof, and take necessary measures to prevent interruption of service (if live). Should such lines or•; : "' services be damaged, broken or interrupted through the contractor's own negligence, those services shall be repaired immediately and restored by him at his own expense. Abandoned lines, meters and boxes, obstructions or piping, shall be remc;ed, plugged, or capped in accordance with the require- mants and approval of the agencies affected, or as directed by the County. Coordinate all such work with applicable ""chanical or electrical trade having responsibility. Remove all abandoned utility lines, pipes, conduits, etc.,, , to: a poinf5 feet outside new building lines o;- at the property lines if closeic. 7 4. Dewatering: Maintain all excavated areas free from water throughout progress of the work in a manner that will keep the entire site reasonably dry and in. an accessible and workable condition at all !Mmes. Do not damage adjacent areas. 5. Site Excavation and Fill: a. Fill areas and areas with cuts less than 6 inches deep, excavate to a depth of!G inches. Excavation should extend at least 5 feet beyond the perimeter ,;•',',': of:-thi building and at least 2 feet beyond exterior paving. 'Additional F 1p,41ized excavation may be required in areas of loose or porous soil: sonify the exposed surface after stripping and excavation to a depth of �.:inahes, moisture condition, and compnct to at leastgo percent relative a, 6. Gradiug; All areas covered by the project, including excavated and filled areas and a0acent transition areas, shall be uniformly graded so that finished ti surfgasp� are at the elevations noted. Areas to receive topsoil shall, be' graded. to '4110'`:for such material. Finished'surfaces and surfaces to receive paving alid;.A�rsSate base shall be reasonably smooth, compacted, and free from irregular �t sufii ainage and shall not vary more than 0.lo foot from the established .grade ,r , • , goired 1, !.AA a,. ;'Ax'A d' building, subgrade and finish grades shall be evenly sloped to provide A1tlgge away from the building at a slope not less than 1/4 inch per foot", otherwise shown. ' b« pal site drainage shun have a slope of not less than .1/8 inch per fooC. �' c. D Ce 6Is swales and gutters shall have grades permitting positive and cmWleae ► , 4 5 T 175 8. Testing; -The following work will be performed tjjLy_ at the requcSL of the Cou2ity. a. All.`excavation, filling and compaction shall be perfoinsecl under the direct su. 'cion and control of the soils engincei:. Cos t: of Le;,ting and inspection {� Wil ; paid for by the owner except that fogs for additl.oual testing m.tde i n by inadequate conipacLion, replacement of unaccepLahle material., pr r work not complying with the draviiiigs and specifications, will be ' d kOd from the'.conL-ract price. Schedule operations to permit suificieciL y{ t fair the soils engineer to take the neccosary samples and perfo�n necessary,,,,,' �. ory work. -- ---_ b. z Ill, backfill, or in-place materials ai;c required to be compacted to oicossrou determined b density, the nmxisnum density f - Ll shall b -� Y up .,$TM D1557-70C. The results of thc:,e Lc;at;s shall bc: the basis upon wh k 1s4tisfactory couspiction of work will bu judged. Any arca or portion t X. that does not sheet usilaimuus densiLy rc:t uirement:, :;Isc,i.l be reworked ompacLed until it meeLs the pro,jecL deiisiLy requirement's. ' � ' ", ,} r .t i t 4 Al 7� i rj 4 t J - 175 SECTION 2B PAVING & PARKING LO'1 IMPROVEMENTS ALTERNATE NO. 7 General Conditions and Supplementary General Conditions of these specifications apply. Complete all paving work as shown on the drawings and as specified herein. Reference Standards: Standard specifications of the State of California, Department of Public Works, Division of Highways, 1971 Edition (CSS) ; American Society for Testing 6: Materials (ASTM). The following work shall be performed under this contract: 1. Final subgrade preparation. 2. Weed killer. 3. Rock base 4. Asphalt prime coat and tack emit. 5. Asphalt aggregate, surface: course, eunLral p hnit hot-mix. 6. Precast concrete wheel stops as shown. 7. Header boards. 8. Asphalt berms. r 9. : Cutting, filling, grading and compacting to line,���,i_ o �j:' 10. :,Traffic line marking and parking stall stripi.ng: �' " 11. Concrete curbs as shown. Asphalt Concrete Surfacing: Spread aggregate for the base in conformance with State SpecificatJolla, Section 26-1.046. Compact aggrej;ate base to 957. degree of compaction in conformance with State Specifications , Section 26-1.05 and Materials Manual, Test , Method 216-F, thickness as required. Apply base primer at rate of 1/4 gallon minimum per square yard and in accordance with; State Specifications, Section 39-4, over aggregate base and paint binder at vertical surfaces against which asphalt concrete is to be placed. Spread and compact asphalt concrete in accordance with State Specifications, Section 39-5 and 39-6. Prepare asphalt concrete paving surface in accordance with State Specifications, Section 39-6.03. • 1 Seal Coat: Apply fog seal coat on asphalt concrete in accordance with State Specifi- cations, Section 39-7.02 and Section 37. Finish Surfaces: Tolerance - plus or minus 1/4 inch at any point. At no .point shall the surface fail to drain. Protect from traffic during all operations. Do not open . to use until fully cured and at ,least 24 hours after finished surface has .dried completely. `. Parking Striping: White Line Paint as' shown, straight and accurate, evenly spaced, 4" wide, Existing Paving: Repair, replace or remove as necessary, asphalt concrete work as required in the execution of the work in accordance with County requirements and standards and field direction by project inspector. } ]75 Materials: Aggregate Base - Class 2, It = 78 min. , G " immimuna, conforming to State Specifi- cations 26-1.02b. Base Primer -Liquid asphalt, Type CS-1, State Speci.ficaatioaas, Section 93. Asphalt Concrete - Compacted steam refined paving asphalt 60-70 or 85-100 penetrating range, conforming to State Specifications 39-2.04 for 'lype B, using 1/2 inch maximum aggregate, medium grading. Line Paint - Chevron Asphalt Company, Laaykold Line Paint or approved equal. . Preparation: Subgrade - After utility lines have been laid, .fill and tamp all traces of utility s� trenches. Prepare subgrade in accordance with requirements for Class A subgrade, Section 21, Standard Specifications. Take every precaution to obtain a subgrade of uniform bearing power by compacting; to provide a firm base. Roll subgrade as per Section on Excavation, Filling; and Backfilling; of these specifications. Grading - Do any necessary finish grading in addition to that performed in accord- ance with Earthwork to bring subrades after final compaction to required grades and sections as indicated. Utility Structures and Underground Piping; in Paved Areas - shall be installed before paving. Check for proper Installation, correct elevation and position of utility and drainage structures located in areas to be paved or surfaced; and make or have made any necessary adjustments to ;,aid t.tructurun. Soil Sterilization - Monoborehloraatu at: 1400 pounds per acre or polyborcloraate at 1800 pounds per acre. Apply taa all paving; area. Application may be facilitated by dissolving sterilizer with water. Moisten subgrade before paving operations. Place no surfacing on muddy. or frozen subgrade. , i Paving and Base: Pavement Component Location Design Asphaltic Class 2 Total Traffic Concrete Aggregate Base Thickness Index Inches (Inches) (inches)- Automobile Parking Stalls 3.5 2 G 8 Interior Truffic Channels 4.0 2 G 8 _ r i { { s F; ' t r ��a r ' ! q kyr Y 3 tie : ikw r{ t y $ dWJt ) t � ,. i�, 9 l,fi � i� l' Y li. i F t S.l t 1�.,• aJ�r,,, .��s ����.qt r��r. "'{ YYri '�+" ✓�p� a.�r )l i, �� Jx��..x i(.�..1r f .a�{i__ '`F+ r 1 � '�f. :i h t�T a';1� +j�r +� � .'+lukttk,.{: 4y9:,y� �rjkd �? •fit 'firf {f � ur � S TF: a3{ as .ty '�k G iyu.h Tiihi,Y�-. ' r �5r { .�' l7 n rix '`-l• r t a e '' t -ice. 175 SECTION 3A CONCRETE 170101tdORK General Condition:: and Suppl.ementa ry teener:i 1. Cond iA ii,u:: of Lhe:se --gwci ficat ions npl)ly to this section. Reference Standards: Uniform Building Code,, as adol)Lud. ACI Manual of Concrete Pr:icLi.ce, 7.:itt!:ct ediLions. Recommended Practice for Concrete FornnJork, ACI--347. Standard Grading ..and Dressing Rules for West Coast Lumber No. 16 of the West Coast Lumber. U. S. Commercial Standard PS 1-66 for Douglas Fir Plywood. Materials: Earth Forms: Earth forms may he itse l I'm- footings, grade beainr, t tc. only whert: soil iu firm and stable :incl concrete w! L1 "iit be vepo:;vd. Wood Forms: Plywood - DFPA Plyform, Grade 13-11, (:].au.s 1, 5/8" minimum thickness,ext. Lumber •- Douglas Fir, construction grade, for reve.i l:s, blockouts or where shown can drawings. Ties and Spreaders: Wire ties or wood spreadc•a-s not: permitted. Dorm ties shall be a type which do not leave an open hole through the concrete and which permits nest and solid patching at every hole. When forms are removed all metal shall be not less than 1 inch from the surface. Form Coating: Mill form oils are not permitted. Use nonstaining type which will mot be deleterious to future coatings or other finishes. Workmanship: Trench earth forms at: le.ist. 2 inches wider than footing width showst on plans. Construct wood edge strips at: each side of t.rench ut top Lo secure reinforcing and prevent trench from sloughing. Form sides of footings where earth sloughs. Prior to starting formwork, carefully lay out Al form joints and tie rods, Loctite to occur in unobtrusive locations. Where exposed, carefully .align vertically and horizontally in regular geometric pattern. Use plywood and forin lumber of maximum size. Space tie rods maximum. Frame openings in walls, floors where required and as i=hown on drawings. Arrangement of formwork must allow erection in the proper sequence and permit removal without damage to the concrete. , Construct formwork to the shape, lines :and dimensions of the concrete and tight enough to prevent mortar leakage. 'lie, brace, shore and ssupporL forms Lu resist pressure from any source, without failure of any part and wilhouL excessive deflection, 1./8" max. Only approved form sealers may be used providing Lhe scaler is, completely dry before- placing e=foreplacing reinforcement. 3/8" chamfer corners and edges of all cJncrete work where the surfaces are not to be covered. Before depositing concrete, all debris shall be removed from the :;pace to be occupied by the concrete and forms shall be thoroughly wetted. Reinforcement and inserts to be secured in position. Remove free standing water. ..r 0015*73A-1 t .. -. ., a. 'n". . . .. i KtY.k.c..<. ,•,f.�r .,'s�,?%�9 f•��,._, .,. . .. s t. ° t k.?n-:it;»,"�r'�.fa�e""-�.Sf��s�'.f. x,�t'�"uc "a•.`�''�`��4`ei� i 175 SECTION 313 REINFORCING STEEL General Conditions and Supplement;iry General Conditions of these specifications apply to this section. Reference Standards: ASPM applicable sections, American Concrete "lnstitute -Manual of Standard Practice' for Detailing Reinforced Concrete Structures. Materials: All Reinforcement: ASTM A-615 (Grade 40) Wire: ASTM A-82 Wire Fabric: ASTM A-185 Provide metal accessories, including spacers, chairs, ties and other devices necessary for :proper assembly, placing, spacing and supports reinforcement in place. Furnish mill certificates indicating compliance with specified ASTM standards. General Requirements: Reinforcement shall be stored in a manner that •will avoid ex- cessive rusting or coating with grease, oil, dirt or other objectionable materials, r� Storage shall be in separate piles or racks to avoid confusion or loss of identifica- tion after,,bundles are broken, and to prevent delay in construction. L ' All eoncrewshall be reinforced ;is shown. if no reinforcement is shown, reinforce in the same manner as that shown in similar places. Unless otherwise noted, all rein- forcement stall be deformed. Accurately bend and place bars as indicated on drawings and securely supported and fastened to prevent movement during the placement of concrete. Lap a minimum of 40 diameters. Immediately before placing concrete, the positj.ou, support and anchorage of rein- forcement shall be checked and if necessary corrected. Secure'in position by suitable supports and by wiring; at intersections with No. 14 or No. 16 iron tie wire. Supports shall be of sufficient number and strength to resist crushing or displacement under full load. Supports other than of concrete or, ferrous metal are not permitted. Metal shall not extend to surface of concrete. 41 Shop Drawings: Show complete bending; lido placing ut all reinforcing. The details shall include the diagrammatic el,evotions of ;ill wills, ;tt a scale sufficiently large to show clearly the position and erection marks of marginal bars ;hound openings including dowels, splices, etc. for these burs. Do not fabricate reinforcing until shop drawings are ;approved. No steel shall be placed prior Lo the distribution of the corrected shop drawings. All steel shall be free of rust or concrete. Sandblast as necessary to achieve a clean surface. �ti�� • ;.�L. � � :#.J =, �:�4� a# t �P r2 rt is > z L ` ,�,.J#FiGr'i. i a'+i,;;r�_+�-1'�<y, r't',v'LGt'. �` i1 $�� � �` •S`�� ° ".'.`"i£.�,�''4°xi'7 �'��'+�EM1�.}` r.- ew SECHON 3C c.& T.-IN-MACE CONCIO.T8 General, Conditions and Supplementary Coneral Condition:; of these ,,pccificntions apply— to this section. W Reference StAn4ards: Uniform Building Code as adopted. ' ACI "Manual of -Concrete Practice" latest edition. , ACI "Recommended Practice for Measuring, Mixing and 111acing Concrete". ASTM "Specifitgtions for Readymix Concrete" latcuL ediLioa. .1 Manufaetureir0@ ol;ommendations and SpUCifiCutiUllu. t`', .♦ ASTM "Standsid�s, in Building Codes" latest edition. ' Materials. Portland Cendant: ASTM C150, 'Type L1. Low alkali, temperature not to exceed 150° at delivery. Use-only one brand of cement• throughout Lhe project. A r ates: g$ eg l!}$TM C-33. bard durable material from established services with proven history of successful use in producing; concrete with minimum shrinkage;. C.V. (cl8anl .asss value) and S.R. (sand equivalent) minimum 75. Grading of Conibined Aggregate: Percentage by Weig hL Massing; Sieve: Sieve Size, 1-1 .2','Max. 3/411 Max. tttt',f • 3/401 + ,. 55- 77 60- `80 3/801 1 40- 55 40- 60 No. G �,.w (,:' 30- 40 30- 45 , .' No. 8 'r „V,54. 22- 35 20- 35 •1 r� - No, 16 a r :'` 16- 30 1"3- 23` ♦ ;,� No 301 r. 0 20 5- 15 No. 50 2 • k � 8 I- S � - No. 100 � `' 1- 3 9 2 R No. 200 `+f�'h `` 0- 1 d +� Water: Pot4w,) .clean and free from deleterious matter and organic. matter. Concrete Stici►wh. and Proportions: Dusign compressive strength, maxiluum aggregate size, maxiuvAW J,ltunp, maximum water/cement ratio, minimum cement factor, as shown on drawings. Ot = controls- and limitilLious of the ,pi:citications will be given due cons ideration'"�',lSpecified 6trengt:1l clods not Cotisti.LuLo (Ate, rule control of the - concrete, 4tl oncrete shall develop the 3000psi compressive streng;tll a•t 28 days, Mix Resign: }4%1, mixes to be designed by an i.ndependuaL• qualified testing; laboratory' { ' _ employed an,4,441d for by contractur. Said laboratory shall have been continuously in business`'folat least the lass It years and oper:cLes under the direction of a civil. engineer reist�lred in the State of California. Determine euct, Amount of cement', 1716(t and coarse ,igg;ragq:►Los, admixture and w:it{:i , ■ Proportions 'shell• produce waxiuwm dons l t.y, miniuiuul ' lu-i.nkag;e auul :cpeci..f:icid struill”[11, ' idaxi.uuun !4" ;o'{uuah Actual, Slump: Slump ky inspector '1110 purl:ornl it Lieu: of taki,.„t; i,,,,;;� cylinder. Contractor. to furnish uuunlwr of cyiiiu en-, a:; i-o+iire+l by int'-poetor. �,. d�r• a i :'"`p }be `.g;r�i'.d'iei4Xs y_. y rs •. S C } Xwf x'�;%,r yk:;t":_-z ,N.�art-4 •y#e eX �a t.,,,�:z. yd .. n+-' ' .. o..�M-*•,: . „-,;::ror7� a .3:t� k3KS 18.. ..-6,,,:,r •w.,yr_ ,5. N. �5✓, ,. 175 Fine and coarse aggregate: Measure separately by method subject to appruv;:l of laboratory. Moisture content of sand: DeLermine by equipping; baLching jalanL with electric Meter- ing, device, approved by laboratory. Curing compounds: ASPM C-309, Type 1 , compatible With ;Iltd IIoL :affecting adliuslon of finish materials. ? ° Expansion Joints: ASTM-D1751.; premolded asphalt SoLurated f iber. Grout: Pre-mixed, Conrad Sovig "Metal Mix", Master Builders "Lmbeco", or .approved equ;a 1. Concrete Hardener: Conrad Sovig "Kenai-K;11", Snnriuburla I;uiIdLiig IIrudueL8 "L;Ipidol i I I I or approved equal. See Page 3t;•-4 , Mixing Concrete: As per Iteferonce St and;ards. Placing; Concrete: Vonuwork - It- :;It;I l I be Lite (*')It( r;ictur'S ro:;polt:;i bi I i Ly til;:t do concrete shall be placed in .ally uiiit of work tilt. i l ;all formwork il;aS been constructed, reinforcement has been secured in place .,ind ;all items to be boLlt into concrete are in place. Concreting - Execute .as it cunt}nuuus up(srat i on onV i.l Lite Suction of opproveel s i vc .1od shape is completed. Pour cut-ufl:s must be of :Ippruved deto i l .a1td I0C:Iti0lt. Cleaning - Placing concrete, mix i gat, ;lilt) conveying c,Itii.l)IIiunt shit I 1 110 Well t' lo;.Ilvd , t}te forms and space: to be occupied by culleretu sh.-III be thoroughly cleallod :Ills} the I:orms wetted. Remove ground w;at.c:r. Itnndling - 'Transport concrete ..s rapidly ;Is pr;acLicoble from the mixer to thu pl:ict. of final deposit by methods which prevent Lite -;ul);ir;atlun or loss of ing,rediottts. De- posit as nearly as practicable in its final position to :ivuid rehandling or fluwiug. Do not deposit concrete that ;las partially hardened in the worts. Discharge of Concrete: Start not nlul-e t-11;111 45 minut:us after iltt ruductivaa of 111ixi1g; water. Complete placing of concrete Within 90 minutes of Lite first intruductiou of water into mix. Compaction of Concrete: Use Approved atech;taaic;ll vibrators thoroughly and properly on all concrete. Pour holes: Pruvide to the extenL necessary to i tlsure filling or to allow rlecu ssa•ry inspection. When starting a new pour or where c.ondiLions make puddling difficult, or where reinforcing is congested, place modified concrete with Lite same sand-cetttenr proportions as elsewhere, but wiLh not more Litan 112 the norma} attioune of coarse aggregate per yard. Use the modified concrete: t o depth of not. less than 3 itaclles when starting a new pour. 'Cools: Use* suitable tools ;Ilan}; the faces ul' the furans, during; the-pour to !'urce large particles away from Clio forms .Ind bring; mortor Lu Lite surface of Lite fornast. In addition,' when approved by County, external form vibration may be used. The responsi- bility for providing fully filled out, smooth, clean :and properly aligned surT;Ices free from objectionable pockets ;and blemishes shall rest entirely with the contr;:cror, Construction joints shall be located rand detailed as indicated on the drawings or as approved. Make and locate joints so as not to impair the strength of the :structure. Clean all construction joints us-ing sand blasting or high pressure water jut. ttougholl the entire surface of the joint, exposing; coarse ;Iggregate solidly embedded 1n mortar matrix. Forms and reinforcing -shall be cleaned of drippings , debris, etc, by means of compressed :air. 00160 ? r .. r,_ .. "''� �'. .. ilii � .. _ .., •x,`. 175 Gold Weather Requirements: Concrete and formwork must be kept at a temperature: of not less than 50° F. for not less than 72 hours :after pouring. Follow Recommiendations of ACI 604-56. Flatwork Concrete Finishes: Scheduled and identified on drawings and executed in the following manner: Floated Finish: Place, strike off, consolidate mid level the concrete. Begin f1t.rtL- ing when the water sheen disappears and/or when Lite mix stiffens stifficietiLly Io permit the proper operation of a power-driven flooL. Cunsolid.ite Lite surface witli power- driven floats of the impact type except in thin sect ions such its pan slabs. liorid f loaf with wood or cork-faced floats in locations inaccessible to power float. Check true- ness of surface with a 10 foot straight edge applied at not less than two different angles. Cut down high spots and fill low spots during this procedure to rpoduce places checking true with tolerances not exceeding 1/4 inch in 10. feet, fcefloat the slab immediately to n uniform, smooth, granular texture. Steel Troweled Finish: Finish first with impact power floats, its specified obove., then with power trowels and finally with hand Lrowels. 'Trowel first with power trowel and produce a smooth surface relatively free of defects but w'aich may cotiLaiu statue trowel marks. Trowel by hand after Lhe surface has hardened .--tificlently, ritual trowel when the trowel moving over the surface produces a rim;.;=ng sound. Coils ttlld:ttu the surface thoroughly by hand troweling. Finish the surface free of trowel utarks and uniform in texture and appearance, YS:.`.iSfs Seeded Aggregate: After bull floating, seed surface with smooth, unbroken, w.isiaud Terri-Beach pebbles graded uniformly 1/4"to 1/2" at the rate of 7 to 8 lbs, per sq, ft . Pebbles shall be tamped into surfaces and troweled with wood float. Edges a:nd Joints shall be tooled. When surface set permits walking expose surface aggregaLe by light brooming. Wash off laitance and clean surface with light spray of water. Work shall be by qualified finishers to match approved sample. Coucrute shall be pre>Lucted front iu.)uri.ous ucLivat of Lite c:lentunLs raid detacutituitt cif any nature during construction operatLiuns. Forms shrill be kept wet if neceass,try it) prevent drying out of concrete. All cuncreLe surfaces must be cured by water or other approved methods for at least 6 days after concrete is deposited. Provide for curing during Saturdays, Sundays and holidays. Immediately after finishing slabs , cover with "Sisalkrazft" paper or 4 mil weight shet„c plastic with all joints lapped 6 inches and cemented together with a waterproof ad- hesive. The covering shall be weighted down to prevent damage from wind. 'born pieces shall be replaced promptly. Dry Pack and Grout: Proportions and manner of installation shall be in aceordatieu t with manufacturer's recommendations to produce a grout which will trot shrink and which will attain a minimum compressive strength of 2000 pounds per square inch at Lhe alae of 7 days. All exposed 'concrete surfaces and ad joining work stained by Lhe leakage of cotiereLu to meet the approval of the inspector. After forms are removed, projecting fins , bolts, form ties, nails, etc. not necessary for Lite work shalt be removed or cut back 1 inch from the surface, and joint marks and fins in exposed work shall be smotalted off and cleaned. Defects in concrete work shall be repoired, Voids sh+tl.l be chipped to a depth of at: least 1 inch or to remove all loose material, with Lite edges perpendicular to Lite . surface and parallel to form markings. Voids, surf- ice irregularities, chipped areas, 00161. zf 175 _ etc. shall be filled by patching, gunite and/or rubbi.nl;, and shall. Le doue.'at tilt: -� contractor's expense. Repaired surfaces sliall duplicate Che appearcince of the un- patched work to the satisfaction of the inspector. ' f When concrete Work is otherwise completed, clecrn erl,u:;ed surface:, free of curing; compound and foreign material. Protect all surfaces frow damage or discoloration during subsequent building operation,;. COUnL des i. n niix using I Selected concrete batch plant shall submit to Y b , 3/4" aggregate and 3000 p.s.i. concrete using 5-1/2 sack mix. ` V Additional Tests: If compression tests do not meet strength requirements, tnix design -- shall be adjusted; and if required by inspector, core samples shall be taken and tented. Tf:;tast• of corm do not lnec:t uLretll;Cit rt:ep►i.rt:uiertta, tha r.uncrelo r3hu11., ,r • t if required.by engi.ncer, be removed .111+1 replaced, auclt tctzLti*, cortin, removal and I. placement shad be nt the expent;c of Lite cotlLracCO". Cement; Manufacturer's cerlificaLiun of compliance with appropri.:+t ._ ASTR vL-anJ:►rdtz. Concrete Color'-Hardener: Where noted "cement colors on Interior F.`.+�, sh SchQdults, { concrete floors shall be finished wiLh 1Colorblen color 1►arJenct , ctr approved equal, in an pppraysd color, dueling on not leas than 50 lbs. leer ,100 sq.f t. , in.accordance , >>l "Scaler 'V Prime:"' in the with manufacturer's directions. The following day, apply corresponding• color. At project clean-up, apply " cttlel� V i?inistt Gaal", all in, } r- accordance With :Qtanufacturor's direcCi tins. Applicator to make cr.rLaitr that final color an surface will be uniform in color t'hroughout:. Note: ' Tho contractor shall notify i.rtrzpoctor aL' u;L: Luau workinf; day:; bc: ora any _ is scheduled. , CU11CJ;h pour, } JIA r 4 t '►�74 ! t)r 't i •`Sit S �! 1i T � '5 e �f i • jh •_ . vv� "i° .��ir t ),-, A t r ■■■■// t ,��1,�"� �, ", +t,,,;t� 1f', ...'r n '{,Yri7atlF>; Imo. Sit ,.`,m�.x+"�§''.,i7 `.t;��t�$:any 15_ i,^ f i. s kf ..Y , f ;l � � '•1._ -t +. �. r ! „t y.•'h e�.'4 ate+ .�1t is {tf( u�.�KF�d.,i.���' k~f;;,,�a': $'F -:1#,��.a :,>`1 '�...J r:..i�,,-r5�{7 r� .+f 4':iygj ryjr i �'•K}r yr'•, ;•`I•,k.-.x tt.. '�t t ,.rr1a'„l'Y r �rr�„"''i.�'ir , - T.a. . 'Ct -tet tMa r�"'re�e' � �' y,� "'^1..1& �,'�fs's��•�tUT' •t, !' G .r..d•r6 ��,�ir,+ �• y,; ;ti y ,F,,Y,, r�.t.�,K�-�+"',��1�b�. `� �':•, :��i. } _ �y.�'' - 175 SECT TUN 4A MASONRY Alternate No. 2 General Conditions and SUpplelllell.L.iry General t:utatli.Lions of Lilese specifications apply to this section. Reference Standards: • ., Uniform Building Code as Adopted. Manufacturer's recommendations and specifications. ASTM Conformance C-90-50 Grade "A" !follow Load Bearing Units. Concrete Masonry Association's Quality Control Standards. Concrete Masonry of California. Portland Cement Association. Manufacturers: Member Concrete Masonry AlisociaLioll. Products furnished shall be new and as manufactured by Best Basalt or approved equal. Size: 8" x 8" x 16" tan color and 12" x 8" x 16" tan color as selected. See Elevations. Supply and install all masonry units shown on drawings and as specified herein. ; Verify all dimensions in field; make proper fit Land Attachments of all block :saasonry as required and coordinate work with all other trades in this related work such as blocking, subframing, backing, furring, etc. , to insure proper locations. 'Pests and inspections may be required by the architect to verify the quality of strength of block materials, mortar, grout and workmanship. County will salt.-CL testing laboratory and owner will pay for all required by the Lesting L,boratory. Guntrcaccor will deliver and furnish to testing laboratory, without charge, identified saanplus of blocks, mortar and grout required for tests. Certificate, in triplicate, shall be furnished to County and architect JlL'atillg that all concrete blocks have been properly and thoroughly cured at the plant before silip- ment and that they conform to all of the requirements of this specification. 'rhis contractor shall furnish and install all*reinforcing steel for grouted block masonry in accordance with Section 3B. t Construction - General: Walls shall be straight, plumb and true, with all courses true to line and level, built to dimensions shown. Cells shall be filled solid wird grout as indicated. Blocks shall be laid up with waterproof Type S mortar. Clean units before placing. Use only masonry saw for cutting. Alignment of Vertical Cells: Masonry shall be built to preserve Lite unobstructed vertical continuity of the cells. The vertical :alignment shall be sufficient Lo maintain a clear, unobstructed vert.icail opening not: less than 3 Inches in all direct- tans. Cleanouts: Cleanout openings shall be provided sit the bottoms of all cells Lu be, filled,at each lift or pour of grout, when such lift or pour of grout is in excess of 4 feet in height. Cleanouts shall be sealed after inspection and before grouting. Match adjacent work. Reinforcement: Vertical reinforcing shall bu plaacud priur Lo laying the wail .and shall be held in place by l;tandaard reinforcing supports. liorizoutali bars shall be tied to vertical bars as the block work progresses :and shall be: embedded in graauL'. Placing of horizontal reinforcing in ;points u naol-tar will not be permitted. 001634A-1 ,,,.., . a v. W. u , 7.. f 41 ;bra i 175 Grouting: Grout shall be laboratory designed iii :iecttrd;an:ce with ASTH C94 for uaauu- f.acturer designed mixes. '1`11e tt:ae Of :an atlnai,xt ttrr fur the 1►urlause ul redueDig waiter content will be pertnUted, Subject to approval by (lie Lta:spector of the admixture, provided the strength of grout it; taut Lmpaf.red. trout shall be placed by means of. .tti approved grout pump capable of handling at least 12 cu. yd. pur hour of the specified 3/8 inch maximum aggregate mix, or by other accepted method =approved by the inspector. Anchorage Items: Bolts, straps, hangers, Lnsert:;s :and other anchorage devices required to- support framing and other attachments shall be built-in unless otherwise indicated and shall be installed Lis block work progresses. Curing: Give special attention to the proper curing; of the mortar joints as well cos the grout concrete pour. Block worse shall be kept damp but not saturated for at least 4 days to prevent too rapid dryLng during hot or drying wind and weather. Block surfaces shall be covered wLtla waterproof paper, plastic sheet or c:anv:as when necessary to protect them from rain or from hot, dry weather. Surfaces not buiub worked on shall be protected. All, exposed block shall be cleaned thoroughly before blotches set up or dry, working*, from the top downward with fibre brushes during the laying up of block units. Norc:ar and mortar stains shall be removed, using cleaning compound and rinsed thoroughly with water. All finished surfaces of finished work shall be unmarked and unmarred. Blufik Masonry Units: Standard Grade "A" hollow lo.td-bearing unit:s its per ASTH C-90 in 8" x 8" x 16" and 12" x 8" x lh" :sire .uad stay otiaur sizes and shapes as ruilatirud to cumplete the work indicated tilt Lhe drawhig:s. Cement; ASTM C150 Standard 'type 11 tort land cemetaL P Cemeapt: ASTM C150, Type 1. Aggregate&: Sand, ASTM C-144, except that nut less than 5% (by Weight) p.sssllig .a ffid sieve, and with 95% to 100% (by weight) passing a 3/8 inch sieve. Grout Aggregate: ASTM C33, proportioned as follows: 3 parts fine and graded cuncrut.0 aggrogatq to 2 parts of graded 3/8 inch maximum size coarse .aggregate. Hydrated Lime: ASTM C-207, 'Type S. Lime-Putty: High calcium lime, completely slaked before using. Wates: Potable. Waterproofing Admixture: "Berylex" as manufactured by Berylex Western of Oakland, California, A.C. Horn's "Hydratite" or as- approved by the County. Waterproofing F admixture shall be -added to both murtur and grout mixes in amounts recotttmeptlud by thu manufacturer but not to the extent that mortar and grout :strengths specified cannot be easily obtained. Mortar. Mixing: 1 fart cement, 1/2 part hydrated time .and 4 parts sand. 'Tana Dolor to match block. Mortar shall be mixed in 'aa mechanical. type batch mixer. Plixed for not less than 3 minutes after all materials, including water, are in the drum. Whun mix- ing by hand, mix until the mortar is completely `sand uniformly blended. Nix in quantities 'required for immediate use Lind place before troublesome loss of ,slump occurs. No retempering allowed. Strength of Mortar and Grout: Mortar Strength - 2000 psi minimum cuaupress.Lve strength at 28 days, Type S uaurtar In, accordance with U.B.C. latest edition, Grout Strength - 2000 psL minb►►um cijmpris8Lvu :at:reaigth It 28 .d4-ty8.P 1 fr f + 4 , u• "5az :,.ra�..�'�`3ryr}!',;oiyTy\r iy, %tr ��',f' yi 's.'lt^ ::f;x 4�• �t "�Y"�'rl�'�trrryy.. '+�i,��`�"r?;y:.3vC {.a '� ,fir ��:5, i . r 175 Wall Reinfdi4aient: As shown OI1,Jraw1.I11;:3 civil 1.11 .nc:cr,rcl:Incc: wi.t 1. S�:c:t ic:,t1 313. . :,:.•,.!r L Wall Ties:` '+#>3! or 9 'ILI.,wire ill the gauge i.nteniiedint�u l;rcadc, cell:rv:;i.un-res2slIIIIC 1cL' ,•, , ;�;r� form .of rectangular stirrups. 4 incltc::I Lildu.. Ti.ua :.iltall extend Lo 1 in h,'From both r- surfaces of''khe`wall, or as a hown on (lrclwillg:;. Joint;: CotaapVe tool all joints, 1)at:lh vcrticul. cilia l orzontal, -on interior' and' ,`►"4 r, of all'block�flalsonry. Provide.nomihhal :3/>3 inch j ui.uls' and then brush':and ;l:oal; j o.iuts•: Erection: : •; up units in'aniform runningbond 111Iki 'Li.it:l► 'succcsa.i.v4 courses lnp4,ed. minimum 1/3'6ff�a unit and as shown on drawings. r1lel.udt. :all wall chnd joislt: ing as hereinafter specified,: and uet: all boltu, allwItorn, inscr.t:r, sleevec4 etc. re- . { quired to.:be:;,stet in masonry. Coordinate .with :11.1 :tk1;j:lcenC trctdc::1. Fill block"al>l;''oells solidly with !;rcpt: componed r•l' '1. IIttI't :cumel.I1' i'llid 3 parte: r...Ill.1 �,•..: where verticali.reinforcement .occurs :Il(i ft)r 1)()11L1 110.Niii:; ul,.O•re duty i..lc:cl. ' lnterlvc:l� units at wall.internect:ions. Prov-ido 111.00C 1'1111'3-. 1.11)c111114'rsi:; t•1:1;IgCt?1'a.4 LJ.1-t:ii 1111.11i�t';.,i; . mum twp 1/2itich.rods unless' ottierwL.-m dul.:1l.lexl. Mason Cleat ng Compound: 'An acid compound.wlhiri:l s . solub:le in.,w,q gr'.ans; is not' S.i �: Masonry p _ <.!;I injurious to 'the hands, •such as' .Sure-•Kl.echn. Conul.crci.cil:tnuriati.c :tc.i.d shall not. be usLd;:r,. Cleaning .c op,Clulnd and method of cleaning nhasunry vairface, shall hrlvi:._ p>•'itil;'tlpprovnl.' "fJ architectounty ;t ' Waterproof7.I. s c` See Section t:�ir n ;IN . rt• ,1, •. i:. { r ' i . Alternate In 9ieu. a£ one-scale. and five-sc oret c.oucretel mtlsclniy�t3 x $ . >, 16 ). and 1211 xi` �`16" exterior walls. in. base; hfgl.,•. r-uriii.:ilt Itnd ,,ihh�Cal1. sl>.- i aid,. - i !-1,1��.rt' f P 1 8" x 811 •x ray concrete blocic.ilthits ctntl.• 12" xis"•x l6" E3tAnciard bl,pRk 'unis al: �a.,:Y : entrance.r� r Eg i.s� d'<. ••` 111`1;'•• %,';'•:,''r -- Contxact9vlft`.t ';give inspector:;t-wo working days not tc.c. be fyre stacilht o>::groutithl; masonry. • t{ / r 1'. r ( K'N r 1, a •ri�J. �A 3 ,K tv'a y. v+ 1 yy. ... ,. .. ...,.':.a... ••'Y'. a : .. .::',,.` :"� , a Y / l: f•N.5 r .:,.. .. — , x •.:.:1111 r e •4. f= .i,. •f. L.. V.. . . . . .... .. 1 1 Y: r• , r+ r : .V ` y 5 J 1 J .t y;. , t 1. r •:d. .:Jai `I'-"r a - - -t. J. • r �3!'.4 i'..r.:........., .!t�',;'^SP: .Y..I::l •.. .,.. ..:— .. ...\'♦ 5: {{ j 175 SECTION SA STRUCrNHAL STEEL & MISCELLANEOUS ME'I:ALS General Conditions and Supplementary Ceneral Cond:tions of these specifications apply to this work. Supply and install all struet•ural sLuel work :ntd ntl.scell;uiuous mutat work as indicated on the drawings and as specified lturuln. Verily all dimensions by taking field measure- ments; proper fit and attachnmmas of all iLentS required. Shop Drawings: Submit as per Supplementary Get►eral Conditions. Submit shop and erection drawings prior to fabrication based oil Lhe contract documents clearly sltuwLng each piece required for fabrication and erection. Approval of drawings will cover only the general scheme, design and character of the details, but not tato• eliecking of dimensions, nor will such approval relieve the contractor from the responsibility for executing his work in accordance with the contract drawings. Coordinate with other trades to viluct prompt deal ive:ry Of a►i l IlLllee'lill8 itumnlutl Cut• erection or installation. l.dent.i.ly all bulls or ut.leur louse u.aturiais. Reference Standards: Except where provisions of these specii i.cat iuns aru muni #_-xact - ing, the work of this section shall comply wit.lt all applicable provisions of tate latest editions of the following standards: Standard Speciflcations fcr the UesJbu OL and Fabrication of Structural Steel for Buildings, of the American lnstiLul-e of Steel for Buildings,of the American l:n:.titute of Steel Construction; Code of SLandard Practice for Steel Buildings and Bridges, of said A. 1 .S.C. ; Code for Welding in Build- ing Construction, 01.0 of the American Welding Society; Specifications for Structural .Joints using A.S.T.M. A-325 or A-490 Bolts by the Research Council on Riveted and Bolted Structural Joints. Workmanship: Work shall comply wi.Llt A, i .S.L'. "Manual of Steel Cunstructiun", Jc.tust edition, unless more exacting reclutrea►ents core specified in the contract documents. Situp painting of structural steel and miscellaneous steel: Apply 1.5 mi1 cunt. of primer to all steel not embedded in concrete or galvanized, and to abrasions, connect- ions and welds. Damaged coating shall be prompLly repaired and touched-up with the primer. Fabricate true to detail, with clean straight sharply defined profiles and stnooLlt finish. Joints strong and rigid at adjoining sections. Weld joints continuously or spot weld an shown or required; dress face of welds smooth, flush. Make exposed joints close fitting and made where least conspicuous. Cut, drill and provide fittings as required to install work properly and for z.ttachment of other work coming in contact with miscellaneous metal work. Furnish connections and anchorage complete wiLli bolts, rods, anchors, expansion bolts, etc. to withstand normal stresses. Fabricate assemblies with ntetered ,angLes and smoothly grind welded connections. Isolate dissimlar metals by asphaltic coatings or approved method. Clean off grease, rust, mill scale or other foreign matter. Welding: Shop and field welds carrying calculated stresses shall be made only by certified welders qualified by tests as prescribed by the. American Welding Society. V 1� : • S s: f S:' f6 Sy;AAr F� i 3' �•.tr• r .5 A rr• At 4a. ;'r 175 r SECTION 6A ROUGH CARPEN'fitY ^; General Conditions and Supplementary General Conditions of these specifications apply i ! to this section. Supply and install .all rough carpentry work as shown on the drawings and as speciffud herein. Verify all dimensions shown on drawing:, by taking field mensurement.s ; proper fit and attachment of all parts is required. Before commencing work, check all lines and levels indicated and such other work as has been completed. Should there be any '^ discrepancies, immediately report in writing to the County or architect for correction or adjustment. In event of failure to do so, the contractor shall be responsible for correction of any errors. Coordinate work with other trades, electrical, mechanical, plumbing, etc. , and do rill tr: cutting and patching required to accommodate their work. Protect other work adjacent r� to this work. Carefully pile lumber off the ground, well ventilated and protected from wu;aher. Store under cover. Each piece of lumber and plywood used for structural. framing sh.1 l 1 r" be graded and marked with the grade and trade mark of a lumber grading organization, except that a certificate of grade from such a grading organization may be accepted in lieu of grade and trade marks when approved by the County. The trade mark of the r., manufacturer shall also appear on each piece. i ; ' J Reference Standards: _ Standards & Grading Rules for Lumber & Plywood. Douglas Fir and Hemlock: WCLB, Standard Grading and Dressing Rule No. 16, laCest edition or Western Wood Products Association (WWPA) . Plywood: U. S. Standard PS 1-66, and American Plywood Association Standards. r' Uniform Building Code, latest edition. Redwood: Standard Specification for grades of California Redwood Lumber; Redwood Inspection Service, effective 1965, as amended thru September 1, 1967; California r Redwood Association. L.. Materials: Pieces with serious defects will be discarded regardless of grading. Pieces of lumber complying with these specifications and used for sloping rafters or joists shall be so fabricated that no knot or other defect occurs within 1' -0" of the bearing notch: - Dimension Lumber: + Hemlock Fir, White Fir 650f r: D.F. Structural light Framing 3" to 4" thick Const.Grade 1050f Para. 124-cc U.F. Structural Joists & Planking 2" to 4" thick, Dense No.2, 1450f Y. 6" and aider (unless better grade is noted Para. 123-B on drawings) D.F. Beams and stringers 5" and thicker . Dense No. 1 1550f rectangular,width more than 2" greater Para. 130-bb than thickness (6 x 6 and 6 x 8 headers graded under this paragraph) D.F. Beams & Stringers Dense Select Struct. 19000 D.F. Posts & Timbers 5" x 5" and larger, not No. 1 120OF more than 2" out of square (6" x 6 and Para. 131-a 6 x 8) headers graded as beams and stringers Redwood Mud sill size as noted or pressure treated Foundation Grade Redwood dense const. grade Para. 316 Select Deck All dimension lumber surfaced S4S unless noted otherwise. 00167 t 4 175 A Plywood nt Roof over Decking: 3/8" Std. 16/0 with ext. glue. Structural Plywood: Each sheet marked with American Plywood (APA) grade stamp along with the DTPA quality stamp, grade Structural 11, C-D Exterior. Glu-I.nm Benms: See Section 6C. , Shentliftig Felt: St=ndard Brand 15 lb. asphalt saturated felt. Roof Decking: 2 x 6 tongue and groove, U.F. commercial grade. �. Nails for Structures: FF-N-101, bright common wire nails sized as shown on structural drawings. Use galvanized common nails where shown on drawings or where exposed to temporary or permanent weathering. Use barbed plywood nails. Bolts, Screws, Plates, Washers, Etc: ASTM A 351, galvanized at exterior or exposed to the we:.ther. Preservatives: Shill be Penta, 5% pentachlorophenol in mineral spirits as manufactured by Monsanto Chemical Company, Seal-Treat Penta by Pittsburgh Paints, meeting Federal Specification '1TT-WO572 and the NWMA Specification. The solution shall be non-staining non-blooming and shall not form crystals or leave a flame supporting residue, and shall m- completely evaporate within 5 days. No material shall be used that will he detrimental to other finishes. Workmanship: All workmanship shall be in accordance with the best practice and shall be accurate as to measurements and layout and shall be carefully done. r Brncing: 'Temporary bracing shall be used wherever necessary and shall take care of nll loids to which the structure may be subjected, including erection equipment and operation of same.. Leave temporary bracing in place as long as may be required for x' safety. Exposed beams, posts must not be stained or subjected to uneven blenching as 1' result of bracing;. f. Ploilinp„ Bolting and Screwing: Where Necessary to avoid splitting,, nail holes shall be ,ere-drilled. Split pieces shall be removed .and replaced. [toter, for wood screws or Ing screws shall be pre-drilled and screwed into place. Any driving of wood screws or Ing screws shall be cause for rejection and replacement of members involved. Bolt holes shall be drilled 1/32" larger than bolt unless noted otherwise. No final bolt- ing shall be done until the structure has been properly aligned. All bolts and lag screws shall be provided with square plate or malleable iron washers, under heads ,and nuts where they bear against wood. Carefully align exposed fastenings. Galvanize ! at exterior locations. ', r„ Gun nai..ltng will be allowed provided: The nail is the same as the specified nail; and wand members and plywood are not marred or damaged; and nails improperly driven are removed and replaced; and nails ,are 3/8" minimum from the edge of plywood sheets; and the inspector approves the place and time of use of this method. (' Blacking: Unless shoran otherwise on the drawings, all stud partitions or walls more � than 8 feet, shall have blocking at 8'-0" cc. The blocking shall not be less than 2 inches in thickness and of the same width as the stud, fitting snugly and nailed at mid-height of stud. Provide back blocking for plumbing fixtures, casework, electri- cnl equipment and/or fixtures to the structure. install all blocking as required Including all edges of plywood, etc. i Rough Iardware: Install all rough hardware and miscellaneous metal items used to complete the rough carpentry work. All exterior or exposed rough hardware to be ' galvanized. Install. minimum 2" x backing for ali wall-mounted stems not ��m``ountedon masonry. 0U16s 175 Openings: Cut and frame all openings required by other t•r;,des. InCltlde wood curbs -� at openings in roof as detailed and as required. Cutting and Patching: No structural members shall be cut unless permission is received ►w from the County or architect in writing. Cutting of wood girders, beams or joists .shall be limited to cuts and bored holes not deeper than 1/5th the beam depth from the top, . located not farther from the beam end than 3 times the bean depth for holes rand not closer than 3 timesthe beam depth for notches. Cuts in excess of this, or bored holes with a diameter more than 2 inches are not permitted without special provisions for framing the beams, approved by the inspector. Minor cutting and boring of the structural carpentry for the installation of pipes, conduits and ducts will be done F-. by the several contractors in such trades, but all major cutting or boring of the structural carpentry and all such work affecting the finished carpentry for such installation, shall be done by. this contractor. Cross Bridging Wood: Wood cross bridging not less than 2 inches by 4 inches; nominal or solid blocking shall be placed between joists where the joist span exceeds 8 feet , The distance between lines of bridging or between bridging and bearing; shall not. e>:Cvvd 8 feet. Solid blocking shall be placed between joists at all points of support clad at all points where sheathing of flooring is discontinuous. Fire Stops: All fire-stopping shall not be less than 2 inches normal thickness, :Ind not less in width than the enclosed space within the partition. Firestops shall be provided at all intersections of interior and exterior walls with floors, ceilings and roof in such a manner as to effectively cut off communications by fire throiugh hollow concealed space and prevent both horizontal and vertical drafts. A11 bridging, and fire stopping shall comply with all requirements of UBC. Keep all furring at least 2 inches :Way from all flues or chimneys. Wood Preservative: Preservative treatment shall be in accordnnee with tJnl form Cui I l i ��►; Code and as described, All wood embedded in or laid on a concrete slab other t II:In ,a foundation grade redwood shall be treated with the specified preservative. 11runury:I - j Live shall be applied to all lumber and plywood (except "foundation grade" or better redwood) which is less than 2 feet from finished grades or which is adjacent Un con- crete or masonry. This application shall be by dipping for a period of 15 minutes at ;�t least 24 hours before use in building. Wood preservative shall be applied not less than 6 inches from end or 6 inches beyond point of contact with concrete or masurlry. r� Pipes: Pipes 1-1/2" outside diameter or less in partitions shall be placed in the center of the plates using a neat bored hole; no notching shall be allowed. In any case, pipes shall not pass through plates less than 6 inches in width in plywood sheathed walls. Nailing Strips. Install nailing strips in concrete as detailed or required. Scaffolding: All scaffolding shall comply with scaffolding safety orders Title 8, or the Division of Industrial Safety, OSHA, State of California. Erect substantial rr:i Z - ings at all hazardous vertical and horizontal openings, pits and trenches over 2 feet deep. Protection of Work: The contractor shall take all necessary precautions and steps necessary to protece all completed, semi-completed and temporary work from commencu- ment of project to completion of same. Any portion of the work damaged or dl.sligur�d shall be satisfactorily repaired or replaced and the work as a whole left wi.thotit blemish at final acceptance. Exposed beams or posts shall receive one coat of clear "7! sealer immediately after erection. Flood end grain at cuts before erection. Wrap and -protect from damage objectionable staining or uneven bleaching. 00169 A- All tnnzterial shall be stored and tran:.ported so as to protect frost ditnt:tti Fs v.r.d u� covering as required. The contractor shall be responsible for taki.nc; ;::�-l. nc-cco,!.n y mcnsurcments at the building, the accurate fitting of all work and i,rt;,)LJ zntc4rtti.ara of other trades. Prior to comm- encin; work, the contractor -.hall compare and check the dr;_ter3.ni;u c;:r,Ii with the other, and should any discrepancy be found, report it it n uldiatc]y to t'iac- "' inspector for clarification or adjustment. The contractor shall be renpotu;ible for i the location and elevation of all rough carpentry construction shown on drawing,... r- Frnming Clips: Simpson Company, Universal Anchors Company, Tirnber FacLonM.-s, Inc. , or approved equal. Galvanized framing connectors and joist fe' s as and required, not less #han No. 16 gage (USS) before galvanizing, having niniuum -design, .ri capacity as recommended by manufacturer for loads given on drawings. Powdcr-driven Fasteners: "Drive-it" system of Powder Power Tool Corporation, "Rnmset" system of Ramset fasteners, Inc. , orequivalent systems of approved equal. Powder-driven fasteners shall not: be used except there first approvedL by County iTt z c;riting. «, Insect Screen Copper woven wire shall be a minimum of 1/4" mesh. -' Include furring or stripping, properly shimmed and leveled where spawn,o,r`required for ceiling finisiies. Furring, blocking, and backing shall be furnished and installed #:here required for reception of wallboard, formation of architectural features, coneeaimcnt of p1pt: , conduits, ducts, attachment of supports for toilet- room accessories, building ,peel�n1- ties, Hardware and otiaer fixtures. Contractor"shall consult with the trades concerned i ..nd set furring and blocking they .requi.re: s r ;rouiids and Nailing Strips: Dressed wood grounds shall be furnished and installed as - ' indicated or required for securing trim or other finish. Set grounds rigid, true, -and S in perfectL alignment. Nail grounds to wood members and secure to concrete or masonry v th nailing blocks 'or plugs or expansion type anchors. Provide wood stripping che're indicated or required for the attachment of finish materials. Fire blocking shall be installed as shown on drawings and where required by the f Uniform Building Code. framing of Openings: Openings shall be provided for mechanical and c�loctrical eotllp- mantr, ducts, etc. Where one or more joists are cut, the joists sLtpport:l.ttt; tires t:rittt�- m(—.rs shall be doubled and well spliced. Where continuation of 3 or more. are interrupted, the abutting headers and joists shall be rc:infoa-Ceti tiitiz ai)pr.o et t flau cal joists hangers. s Fs-,;;ones for Cabinets: Frame all openings in walls required for the. instcllatioil of c;.tbi.nets and other items, including telephone and electrical ,termi.nals. Plywood Sheathing: Install plywood with long dimension_pcirpedicnlllar ,t,o aLIPPorLr, . stud;: or joists. Install all floor, wall, and roof sheathing as :tizot�ii, o;i s,truct:ur,t'i E f drawings. Blocking at all joints. Sheathing shall have solid b0arint; undor, 611. edg nn ' t, ,nd sheets shall be laid up with tight joints. Ifnecessary, protect sltc.atitint -r- we I atilor weIatilor until roofing is installed by applying building papt�r or Pol.yethi;,ldne sht�r.0 All nails securing plywood to. framixii; shall -be barbed plywood xaai.ls t, ,„ ”. 4 , r • x nt .;.5 ' F{ r{ ,1r Y i L ".f f1r -c'.k x* r i{p 7.;S�u"•.`<Cpi'3.l..y}-t 3 .7J7'}}"` r s £' 74� q .„+ ,.+ +?'«1.`;.•'M c+'f "�" .t._,ti rif,P.:.E 4 } r r h.,kr y;G,y ly 'ri (Il �ti,t o•c;F � � ; i y :: blocic under for solid buttri.t�„ to t,ot?►:• Cricket: to form smooth transition ill,-100(1 or sheet metal ar apply ripPi t co' of �.; shrill of c�ooa mem'be s Ct,ruc�u� astenilgs: n and bolting tta,r tJile,�acr T� � Ilailin- d herein and sho:•:n `on ,�,, Re uircments and as specific 7 a•.. iiniinum cl be r c--- 1 mum requirerents of ehe U1iC looped connoctiac�rc sh111 ill .,lid Bolts to securely anchor members. bolted connection% i=t toric 4 Bolting O tante or, in the case °- off. erred before final aeeep edicteLy before -Che area.is sealed I311L ral dt'aj'�Itt�yu• r pY Spii:u✓ locations, lilfl r„ schedule on 3tructu Penetr�-tioil e n ,., Conform to the nailing ill holes for nails. „ailing: size of nail usea, P tj1 of the nail or, c� split- faith �i shall be not less than on .the len awin�� for rcqu into pieces �1 ,, prAming l�nchors, Connectors and Hangers: $eC•structural dr a;td types. rough hardWarc iudicatar-I or . �tocl, 'items °f and, plates for CO Furnish and install all bolts, ties nccifiecl to t;r.- rough llnrdw,,,re: anchors, hangers, except::�•� s+ cliPS2 masonry or steel, z1�ce. rewired, including concrete, dra�� and secure member in l ,;; c,d framing members to taood, sufficient to Ott clzi llccl -_ o scctirns, Praviclt:d uitdcr athcr fitting, u�noo 1�. n insCallea in snug ,�tts .on bolt :; s�ir.11. �aritL•cn instructions. steci be carefully cox crctc', t:eJ E :pansto bolts shall damage �o nrA.�u�lv 0.1 at: ed ,. uC.1.1.,.. J ansion bo-t� shall be �zd otIz r. _ in order to eliminate ;t-che rislc of oxc,;;nent:, �,ll i» accord;�ncetedt11 the manufacturers E P inf be cnrefu7•ly loci steel re n ro:�cl_l�y r IL rain orc�.incnt, �.�nd other e;nbedded itcrose to concrete, t where,sI,own. or �-PP bolts shall not be, usea exCeP r- -i:� order. to el 3 minute the xislc of damage r; Ex ansian erbedaed it ems• ►' the inrpcctor in writing. r: u tjF ' F i I 1 01) n V3 V t •' r t 7{ J 7.S t �t'� :.fi f r i f• 7?F t �' '' ., pig �7 5 �t t v.. t ..,!+ s f 1 ; �,✓ti r i'-! i 1 x `t;Yir i. .+Y 1} I - t+ A- f - 5 t i CI .: � •[ ji.,yF j 45•i r .. 5 71 1 •' 4 I ; 7 i .}„' 4 >,t Ft 1 4 t t 1"hlAt hS�" �Yr •�I• f !1 4 t.,. i-i t{• {i{" 1Nw as°xH��,"5{���"�yi' t 4j.l� ��i�.Yr7`f.i �7: +?di d.g5t{k,� {T'r'}.3v��31' ''t''to5.74'„i � l s 4i'{'w-i.,.. 175 SE*CTION 611 FINISH CARPENTRY General. Conditions and Supplementary General Conditions of these specifications apply to this section. Supply rind install complete all finish carpentry, millwork and related items, ineltidin;, installation of specialties as shown on drawings and as specified herein. Shop Drawings: As per Supplementary General Conditions, submit shop drawing's of millwork at full size of large scale showing sizes, materials , grain run, ilic.thods, tit' construction, connection to adjacent members and installation. Indicate all b.selthig members for Installation as required. All hardware shall be shown on the shop drawfliga. Samples: Submit as per the Supplementary General Conditions. Wherever possible, samples shall be 12 inches x 24 inches in size or made available at mill or Shop for architect's approval. Guarantee as per General Conditions. Verify all dimensions shown op drawings by taking field measurements; proper fit zind attachment of all parts is required. Coordinate this work with all other trades ,is required to complete the work to the satisfaction of the architect and cotim-y inspector. Deliver all materials of this section under protective cover and store wit-lito (Iry enclosed portions of the buildings. Do not deliver millwork until building is Closed in and wet operations are completed and dry. Store where directed. Protect all finished work; repair, replace of refinish any damaged work. Reference Standards: Douglas Fir: Standard Grading & Dressing Rules No. 16, West Coast Lumber Inspection Bureau (WCLIB). Ply-wood: American Plywood Assn. (APA) Standards & Product Standard P51-66.' Redwood: California Redwood Assn. (CRA). Millwork Standards: Woodwork Institute of California (WIC) Custom Grade. Other Soft & Hardwood: Woodwork Institute of California. Moisture Content: Kiln dried to maximum of 12%. Douglas Fir Interior Boards: 3/411 x 5-1/2" (1" x 6" x single lenths. K.D.V.G, sanded surface. Douglas Fir: Exterior Douglas Fir Plywood: 1/411 or as shown or noted exterior grade. Roof Decking: D. F. Tongue & Groove 2 x 6 surface. Pine Trim & Casings: Pine, KDVG. Shelving: Various types and sizes, fixed and adjustable indicated on drawings. Knotty Pine S4S or W.I.C. "Custom" grade, D.F. plywood surfaced. Edge band ply;40od shelving. Clenr .Water-Repellant Preservative: Adhering to Federal Sliecific;ttion T114 572 1',ipe Composition A such as U.S. Plywood "Woodlife"; King Chemical "Seal Treat". Material Storage: Pile lumber in such a manner as to allow proper ventilatJon aliLl drainage and protection from damage. Protect the finish wood, plywood and Millwurk from damage and weather in area not subject to extreme temperature or humidity Do not install interior millwork until work is dry and building is closed in. 00172 61s" "A 1P". U 4 "WIWI A, N v w,4. 5k t, �Kl'Vai i* 71 , i, ZEC191ZITY Otr- COP )/ , 0/V T�-llS DOCUMENT UNSAT/S�,4CTORY A T TIMIC 0,c MICROFILMIiVG r Ow 11 Ll :till aad fabticaticn . . ievi,ikilaz , Ec 'i,..(i:;,c.ti:cd. Install in want: fCtt hLoll with t1.(31i.1t:,.'jo.l..bui, ':::`d:ttiC �S� .I't::t 7. . ;�'_'•_ } I :ict el 111 E<t:aabers mid r trt: Ur c t� 1CV". I i idly ,3CGure' t0 E:1rilt:tE. 1 E, t:"«ii ;y'' roquirad for other trades. Tt'itt er joiikts in. char:. £rr ; t=tt ops shall be applied and shall.be tongue and Arodwid it jttt.tio's 1eal:�.ac. - r– I?1••clood Wall 1!inislir Layout, joint, location and Ii.-zi,.�..y ?. vv `'r''., y J t :i r.: :.ic. as directed by' ' rchitect:. horizontal..joirLts Pe�.K;iiLt,ecl:only. i'�i: :�.J 'ati:c;­�':':i:'I'j:s '» feet in height.. :}oint:s 'shall IAC:' atraight:acid unifiDri?2.bEll: ,4-hi'l allo:a for t`::;it.nsioti. Glue ;L'a baGlciaZ�, t�l.th Ett'�tr' .tCJaf�Et= {J:inC :GS' . c,,,.... T ,. t.;is i ,: . • . > . 1Ct: �1CGil2:i �iTEt`C:STZslt T:li3"tl.t7 ^CwtlrG:i':�s.. }C1COTsuRC'It(�FEt 101k:i. e" rt C"t: i. .'k'L-' i C't t'%Cu ..- it7ches.-o.c; at adge.9 and 12• inches o.c. at intermediate: bt~tl;<— j..:.. . . .riai: E'Iowe d backs and .ta be .ins i:a.11et'.tai:.tll mi'tiGreicl C ,S .'ti,':: ...'•;1; '.r:r'` t-.', '� I and, puttied: '.Sand as necessary to .ramove i:rr.egitlariftcs `hl.c:mii;;ir :a: . 3:i�:4Lvc:._x�o zre .froiiE defaces. Nail..ns 'requixed :for, .t:lliclirEess. of.. rt:mber. szcl,: Irrrct r, .. wiling shall be 'ne lei" 6'.c. -8d. for S!" boards and 12tt at lG" .`ci.:c: • Finish,nailing for -interior trim. ink S'C ar aotintel• r�i . S3 l:G':.pose d :a c.>.,'•«Li:S ':iF, i`t` ;: a « T'Ya'Jidct 11 EI3i3GC llslnGOLtB , backn 'grim ' Z , li• cesaliry,':provida* additional wood,. to:bairn c up 'fziee.`fLein-cc^ria: r,xi i:.: . cabittcts where deptrltexceeds that of .'the t3tud .and.filx sli:depth :.'`. "71tzil'Zworict : Finish and assemble at mill or ic�kbinet' �thals.�.nsoi:xr: ;as: ;'a17 �urfacea:a Offlboth mach a finish; ' Closely match. face msi.t; rict3, t?''.ti ort.I,%(id t'endoned d9wel ead blod'IC&CI:".a id lues. �;o el Ilr r:':i o: .•%vti"'rl° is esti 1 C':' ',I 'i.rh. tEit)l.iltiit. z c 1611r :,•. (- - t� ' r. ri.'. :t{..t,. l ... 1 T' ly cut., t.lt;.ti.l.-t.f:''c7 .i..:i.nt..l. -,Irt.. t.f.:t..s'.i ;t,::'i't s;.t:% 't.: ; tj >tr•... ,..' ,....,.. ,.I ,. lY'rt.:etc:.' I.'.1 111 t)tit.t 01.11L't1 'C•1111. uoL 'i)a act:613v6d utll,(:si:: r` Ii'tf t.w worn .01111 be rriit�cct or sealed ittntiediat:ely-upon: cic:Izvr:iy c:►ic2 : #e' '3; In ern tt �t Eicl sties. ::.0 le�ttz. D. T. 1- .:� ill. S ra les a ,i., ',;:; . nd:,ohop Uranin s: I'rovidc•.represenL-etive`s,amnl.o.,. o�z t.Elt►tI S)e.X1t 11".1 ;-:a fib �- finish maLerinls for aaproval of.-mrade, col:dr. or` shape -ancl."phad, di:,�Trxtl � cryltt�ji: fabricated war{c. !!:, Clothes Thnit>er T3rrdr,:: Non-ferrous rmetal - l..l 2rx. di a �. ;.: rl. :' ,:. Y: pipe I met. r. or l of 8 rtat er I1.71,IiC., sua;faced.and• aindodw. Pine .standard. xasettes.. ... Shel ...: ,n6d:Sia y,otts: iltere.'sltot•)Yi:':ar re uircd :for`.cen• _: <_ .:tyr = ,:, PI �, ..:'. . ter.. , uhl.oi`t, �,. ..; E::lnkG Cotttpaixy, No.. 11,95 or approved equ•xl':: . ' Cz..T. aI s c. Gust.on:Gxailc arises.c.ct.Asli'ta�itll. latit. itiEted l�t.�t�c..•. r•,. ^ �; i p , . . LoI) SolYd,'oolors; 6�r' :finish« I�ormi.Ga; or''uplirovc I +�.clEiri ':;`'; SclEi.s ]ori, edge .Gc�nnL•ructit ..Select:fon It'armic�t.Co:; 'Greed Lcatltei �r J1:2 Finish ;Vttdwarer '.;,.hist all xn scat' arid: irorlcma lille.:m.tn � ::,..,r n. , ner tindel this CGe t, ok2. R t"E_Y,J4.4 Sittislt .li�z>`��r�riire I�efare painting:and'3,n: to I 'afirer all' .gz}ini in ; I:ctN I)ac k' Coit 2et"E�c1'� .,, . All.,wc)o& surfaces .lneccec►a�b7c• and:.tiilevpocad after.:in�t tillht•:i'on bi:f-are dr_7 ivory wit I-,*an app roved 'liii;}ectcl atl 'and,alEnnirEEEEti .ti.r S.trisz.: >1�.: ,t�e 'i3:3t i E s; + ,.,. . .li hadused .::.......... .. a 11I.t..t .:in .t.h,t.r,,.tlnrtc t .. ..-.,a .. .. .. -... ... .. .. , ..e T'.inihI.',(, ,.., t,. .,ar tint -:• nsta • ".`••:. ,t. 1 1lat.Lan. Usle ons .,. ,.:... .... ..:. ..... p : .... .. . ... .,.. - :z 1 :a it .; fa 7• .a. iczt' -.A 'ren .tt. L' C •r •w i n s ... . r r , tY MM ( 14 :- �. ti X-• :•it'; I. �. c `.1 s•: a t � 1 :` itittt t .l t ,.: y. C a. �. 4 d.: =a= is ki`a '%a �acaY' Y. •r t y. tiy. -t} ' t't3n 'G - '•I'''�C�': yt C M1 Tl '� ya. -.i,. r,.i` s F.'' ^..i; t<b. ^f, � .tt :{i%`t ,ht:•,;`'.M1'r'"+'.•.!n #' i", }:..".:. ,.''��' `:2,,� t�- f '• 3 t,:..r z-',. xi; '. xtaf.p' r. .:'�:•r':4 �;..;. - 'q "Y',� P!I .+q 1': .>w.l ,r,�i'l''i'S3N 1. e..t?;, 1 f• .J :':k'`' ';+.n. !p�' t x'v.t 7" h�� ��",�7'� ,'�+���6�,' •�'`.,• t3<tt} .`- YS,,,,r), y,� ��k3�t¢+�'1' >'.,�5< y g � k'C�a'!!t�'4a'�'. �� �?i�a P a ��'�'�i(t"i•r`i;'°r1C+�'.x'.SuE,�eL`�...+'iri'.L«"."C.f'i�id+��iCt�Y��'Soh`�Sr! �^���� yF:w't.��aL+������aV.� 175 SECTION GC GLUE-LAMINATED WORK General Conditions and Supplementary General Conditions of these specificaaLions .11)1)ly w to this section. .o. "''" Supply and install all glue-laminated work and connecting hardware as shown on the drawings and as specified herein including the filling of small voids. Shop drawings per Supplementary General Conditions, showing all details required for fabrication and •-• installation. agon --ter Verify all dimensions shown on drawings by taking field measurements; proper fit and attachment of all members is required. Coordinate with all other trades whose work r relates to glue-laminated member installation. Fabrication of laminated members shall be made by qualified fabrict.tor and shall provide certificates of inspection at time of delivery of the laminated arches to the job site. Each completed member shall bear a specific identification for location and shall be neeompanied by a certificate of inspection by inspection agency. Delivery and Storage: The contractor and supplier shall coordinate construction and ' delivery schedules. Members shall not be delivered to the site until adequate prep- aration for storage has been made and shall not be erected until preparations to re- ceive the members are complete, including miscellaneous metal and connecting hardware 1 embedded in concrete. Store members on supports not less than 12 inches .above ground. Design, fabrication and construction of structural glued-laminated timber shall conform in all applicable respects to the following governing standards (unless otherwise specified herein): The American Institute of Timber Construction Standards Maanu.al No. 301, The Commercial Standard for Structural Glued Laminated 'Timber t;5-253; Standard Specifications for Structural Glued Laminated Douglas Fir Timber of the West, Coast Lumberman's Association. Moisture Content: At the time of glueing, the moisture content of lumber shall not " be less than 7% and shall not exceed 12%. The range of moisture content of various laminations assembled into a single member shall dot exceed 5%. Adhesive: Mixing, spreading, storage life, pot life, working life and assembly li.fc of adhesive shall be in accordance with the manufacturer's recommendations. rxturtor type adhesives shall be used for all members. Exterior type .adhesives shall comjaly with the requirements of Military Specification MIL-A-3971;, for room ;and intermadt.-ILu temperature setting resin adhesives of phenol, resorcinol and melamine base or G+lili- it tary Specification MIL-A-5534-A. for high temperature setting resin adhesives of �r phenol, resorcinol and melamine base. Connecting Hardware: All.conneecting hardware indicated on the drawings shagll he fur6lshed by the fabricator. of the glue-laminated work. Allp� ' es, tingles and i zi i rw . r' 17'i other shapes shall conform to ASTM Specification A-36. Bolts shall conit)rltl tt.t "-' ASTM A-307. Bolt lengths shall be such that threads shall be excluded from beatriilg on wood or steel. Standard malleable iron or equivalent steel plate washers shall be provided under belt heads or nuts bearing on wood. t Lag screws, shear plates and split ring connectors shall conform to the requirements of the "National Design Specifications for Stress-Grade Lumber and its Fastenings" of , ..y the National Forest Products Association. Holes for bolts shall be accurately loc.it-ed 1 and shall be drilled with a bit 1/16 inch larger in diameter than the bolt. Installa- L tion of lag scres, shear plates and split ring connectors shall be in conformance with recommendations in the National Design Specifications. r- -: Galvanizing of any fabricated steel wase assemblies shall be by hot-dipped process in accordance with ASTM Specification A-123 after fabrication. All connecting hard- ware, except any galvanized base, not embedded in concrete shall be shop painted with ' one coat of red lead primer conforming to Federal Specification T'r-P-86. All exposed 'hardware shall be given a final coat of black interior paint at fabricator' s shop. Fabrication: Fabrication shall be in accordance with the best practices with adegnarc plant and equipment and under the supervision of properly qualified personnel. Laminations shall be machine finished, but not sanded, to a smooth surface wind to ;i uniform thickness with a maximum allowable variation of 1/64 inch. Warp, twist or other characteristics which will prevent intimate contact of adjacent glued faces or ti .M interfere with uniform bending to a required curvature when under clamping pressure: shall not be permitted. Surfaces to be glued shall be clean and free from oil , du;;t ' and other foreign material which will be detrimental to satisfactory glueing. Clamping methods shall be such that the pressure is as uniform as practicable over Lj the whole area. Nailing in lieu of clamping for pressure shall not be permitted. Clamping may start at any point but shall progress to an end or ends. Glueing pressure shall be such as to assure close contact of the surface and provide a uniformly Chill glue line but shall be not less than 100 pounds per square inch. Pressure shall be maintained until the adhesive has set. The clamping time and curing process shall be -� in accordance with the adhesive manufacturer' s recommendations. Erection: handling cf erection tools, Equipment and methods shall be such "s to avoid scarring the corners and faces or otherwise injuring the member. Sharp instru- - meats or unprotected wire rope or chain slings shall not be permitted. i Erect laminated wood members true and plumb. Install temporary bracing wherever - necessary to take care of all of the loads to which the structure may be subjected, including erection equipment and operation of same; and to keep the structure arnd ' members in proper position and alignment. Leave temporary bracing in place as long as may be required for safety and until no longer required to maintain proper ,posit ion. As the erection progresses, the work shall be securely bolted up to take care of all dead load, lateral forces and erection stresses. Temporary braking shall be tied to adequate support. e Protection: Members shall be individually wrapped for protection during shipment, storage and erection. Wrapping shall be of Sisalkraft, resin sized paper or :similar "r approved method. The contractor shall continue to protect the members after erection ' and until acceptance of work by the owner. .a The erector shall be responsible for proper care and protection during unloading, haul- ing and erection. All field-trimmed ends or surfaces shall receive a coat of pene- trating type sealer prior to erection. 00175 cac-2 . ... _. „ • . i - ) ... {.I r n Ia;aleri:tl sitrrl�I be a . I ° One. coat, :of . . itcctural. grade j . . clear :seal aPlilietJ at . �_, i,lt.tc-watcrpruof e.:ter' t : , , .. . factory• 5 lir , /:f•l..(; ccer.L if:.c::t.c , Cleanu . . P11 P. Per SuP17,16meintazy Cenerzl Cond.'itions, L.: Gr.'idIn,: Structciral .. Remove all tura or 2t PPxni;s� tir�> ett~:: tGt) f..as grade requ'irement-s. ciiall tic , I .in Table in 7ccordR�nce c�i.Ch. ec:'S';` .: . . ! ' requiretn�nis she II.I of t:lie :Standaxa' 'S Il be arcltit.-ectural n ;1rziction'IDr, ::: I c: . • PPearonco. pec fications.' '.tI}I�earance 1 r�i�te..,. .. . Joints• . All end . thon.. Jointa shall -b . .'. . . . . `. . . r'- ' ' 1:I0. . All. �o, Proalued' .. . mznimtun o£ 24 r "tion,, of scrtrfs .in ad j.zcent ale scriri . inches .and there sliall .be. ut . . . a.o..nL•,; .triL11' .'I:.ylo' .� ;... _- scarfs ', minatione p not;..c.t:eePer 'tt :tny. cross seCt;ori, h. i b10 scPr'`rnt;eCl ,:}a.'':: . 'iot I.ic± ,c least: tt'�o. e.o.tttinuous.' ! Z. rw ( . t In .ltnn�l in .or.' S ndt of reducin d i fects..s.. . . 1 Fr..a t,l:at�a;.b.eti:?� ;,7.;, �.i�li;it•. cq, near :tine . . . e:, <'{a, f'tV.i. :)�.. ,; rr (rl3.rll:fi '71L... iexe .PrrZCtXC�tl ' 1 t: .JR..te. :3.;ti j 'ic 631. ,U:. k".1..1 .. . 1.{t,,r,::.�ni:ie1::: .11, .,(I :t.,.r. , trJtt..tct ttti•7vt�.Lcl ili7.r.i s ;trii--n.�:t:i..c 1'.. : :Fsi3:l:.:.bt :;l'{ij` . 1:;r�.r:71(Y• .j ttl .I:ttit,(„rtt1,ci11Y}' tl(ir.iJ1. �l,�. t(. .. I?(R ,:f- r., ,t .J. n il:{Ilrt:�'t.'t�{t: �1 1.r�;,:t..,.r't,� r. , .. .:. . . A: Pena' ' x•�tzri�.. it(" t o::xl surf, a "- �YPe: eealer, stun . st:r':fa fter fabs lard, cjitli the Iv . ,ce.,. c�(�n.Il:.r.e `. ieation.'and befo monufnc�. it:: .:, ,. ` :' ccive a.'coat' of seal 1 f�e ,.i= .lic.<I . be 'aP..x.iecl to '' Jti: menbers aft re.':shipment-. Al cr,. ,,I}rl?,: ho,.::.e. ,L er prior' Le erecC tin lcl:'tr i'F'r-ad .andi�:. v.i-.' L., er erection as. s • . .. -, t t'rix; .� Other A . A.tsof' Decic';:'. ... .. . . . .. PecifLed:. in'.1a' ;;,:'.'.. . . .. ::i i ..F1: talI r 2...x.:�..pir .: xntin�, anct I'.�;; sJi, I9;;,. :I45pf' surfaced facSelect:Den . . - 1.e. �i.c%i . xn. . . c . ye.; Avei �;: ,r . n y se : Zonal Roof-1)oc , .. rr.:. . .... ...kin';. .groove 2 . '. r-': . '. I. Y�.... :T'.:i a a rc'.contcnt •'tne Fc J.. P.. 1.► Bo , Decl ' . . zde.. :,'Selocted. _. .. r.rr resown. face�:��rV,r �: . Itcutt_r�t Iaocd p white fir manufactured'and I.... raclucts llssociation: 1`foisture roovo,...2.r.. X. Gr,.''ra :fiirm. t:ti.Ten th, . A i1- er tlie. certifYc•'it:ioi � ,xo .. PI Y. scaler prior to delive content 12%.. All. AU I:1 r.00.' . . ' „Bond, rY r.ia 1 Z tie eut ,. Bora Deckt! Ilia nu.... tui-ez''s',. shall ',lie .se ' rec .,.. Iected a..ndatzons . :. anis: fa • and ;instal .nxa,. .. .. led 'iri ' ': Pur :::.'. .. .. . ...:: ..:. rdan.ce,':ir;::•.'. :;.:' ' '` lin:;,/ ,as.:sltow i:.tlic:` . , .. . ...n,.,shall :b :.,.::t. . . (f L•=?,.p a . 00 �iin = ri '.. s i L .. P 1) ..ora . . :,3ms : .as maztu fa : . ,,, .,::'. .:. : pP'roved.'. . . .. , ,. :..: ctured: :.. . :. .. . Str�ic .. . .. .. .. . : .. . . .. ... . ..:: .: ... ..: tore_ C.. , ,.; -:. ::::.': . ..,.: ... ..........:�.:..:....::.:.R . . .,...:....;:. ..... .:..: , : . : . .,.:. .., ,,. ., .. ,.; .::;` - :. ...,. - .r:... ...... . ... . ..; _... ..,, v .. , ..,... y{;' ... ;'. :. :: :;' .. ... .. . .....-..,2:, .... . . . ,. . .... .... .t- .. ... .'r' ..... :: _ ,............:::. :. . ....... ., ...,v r.;, - - "'::'> .. .. ... ..:......:...... . .r..�...1 t., ...,., .r,..... .. ..... .::r .. .. .. ....,...5 ..,. ..1 ,, .. >. .. ... ... .i".... ;.r... „ t �.._. ::..,.. 'w�. :.,......:.,a.,.:..e,a 'r 1�y �: i .... .... .... .:.:.:.. r. ... .. .. ....,....c.... .. . .. .. ,.... ..t - - :, ;;; . .. ,.. .....t ..1.t., f ''-l�r� f_� :'l .,.. ...,.. .. 'i}`: ;r.;, Ir,.rr,':w�y.';::.s!n.r";:•�:�';.'::i::�. :.r r .. .. .... .. ....... ............... x. .} .. .. .. .... :. .. .,. .: ., .. '.Y::e1. x- a ... .. . .. .., ., .,r .....R.•..... ....,::.:;,::.i - ::is „ r f ....,. . ...... ..,. r 'r,• ..i: i, ..,,•.1 , Isi" d:.. ..:...... s.. §':'%'' i':F,, r. , ' s x. {._ :,. .. ,.a....x .., ::t!: r ,1. -,r,r .,.,.. :.............. ...r,.. .r,,,r.:a r.: 0. Pi 1. _. ,-10 r... ..tir... . ;; 'tri` - :a .. .,•....... .... .r:.. ....... ::v.,: ?�:. .. ,... . .. 1 ..... ,. ':' 'err r,•:......:r - .. ,, _ :'i"i . . .. v .. , .,.a ''('� ,•;.. :. ;. i.. ^Fr ..:...... ,. •. . . ., :. ...,. v .:.,....,1,,.,,. 4. a .... ..... .:... .,.+.... ....... .. .: , .SL ..r., t. 1. . .. ..l,. ,r}!�::4',''"�}'a xr r. ( it +Y• ..,.:.i.., _:.,. .,:... .,,,. .. :: -.,..._ ai.: (- ..:.,. ,•............... :.�.:...-.::� `. .... .,.::<'•. > rear ..i`•.}. ..,J..;.•'>. :����'-J•.•.:��r - �`:y Vii% �7 }:R.., a .� {- 1.. Jr. i Sr': .. ;'t.rr:n :c. ._. .. :.... . . ....... ..,.. ...... ..r. f._... .,r. ::, .r.1 r. .;4 ,....,..,... ::...... . r, L. i A .:e f tr•.� •4'i w .j.s .. .. . .. .. ... (.... ... , .. :R.. S: S \. c .•3. .L f. CS !1•. :.:. ... . ... ,.:�., .. ., .. . ..,., r. t.:..:_ ..,E:"•.t=�h'. t. .\:' Yi n Ft. yy ..•r...,.,.. 7r' fig:"%`::•':J:{:..r' �: Y. I S. r• a. :..,.. .. ..r. x'15, ....\'� 2. ']:...r. \ ....:..... a-r.:,n ..<. .✓, ...... ,,.... : ,.. .1 ...... }, x .t i. p U c. ..t. .3.. .Y !.. r4 :(: ':fir. {... r Pa. x.,t : •rs R✓J.p• t. 1 •.f V M1C x t ,y Sti J ^p. .R- 1 ,a f +^r •:r .R:r ::�, :3 Ic� t�. : 7• ..'!.:: <,..•_ ,. .<S:;:J,•e„:.,.{::.,:{r.n.-.r::,,v....:._. qa:} •'C�yt (5 a:, .y.r,r•Fr' .r. ,r.,. :R?trL'r:;..r.:i'.tir:;•: :iV, f "r•' .�t G „• fr.Vii', i�:;�'. ..,.:_:.,, r. ,!:+i•..:...., ,r,:. ,,,, „_...,... .. .^.'\,.. +4'-,,.;,L.:;srj r .ak.. a✓” ii !,.}., .:3�:' r'�•: , '„'i:l:,t,. h �C' rfr Y s=' '.N � .•S7 :: s:7:; , _a r� ..Jri:.:': , �y,� y� 5T• i. J s4�.<^,Za. :-/' ``W” Y t=�.,:;y:.:`•^'' :}i.:.r.-�:1'+, i'1 ,rZ-�:: :•�l.i�`,,,.. :.1::,.::.`.�..p.::.. •r'.i K"r�r, Int° r' n ViE:t{1'�-.1ar. ::r;r.-..5;:�•.r ''.`•-s..Q.!•[r:tx.:� '�kri'-.;.i �.. -��:1!k: y}Fy'i ,, ,t- •;thy,,.. ri r •�'.i:+. 1` i;: . 6S{'.r �,,! *f'�'i "t�r'_'..,.tr�..'.' . �' 175 SECTION 7B SHEET METAL WORK General Conditions and Supplementary General Conditions of these specifications apply to this section. Supply and install all sheet metal work as shown on drawings and as specified herein. won Guarantee as per General Conditions, this contractor shall furnish a written g11;1raLltt!C, countersigned by the general contractor that all sheet metal work is uncondition'111% guaranteed to be watertight for a pe,,-.'&.od of 2 years. Guarantees shall be given oil the required forms. Verify all dimensions shown on drawings by taking field measurements; proper fit :Ind attachment of all parts is required. Coordinate work and cooperate with any other trades whose work relates to sheet metal in any way. Reference Standards: Architectural Sheet Metal Manual of the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACCNA). Materials shall be Ln accordance with the specifications and standards of the American Society for Testing and M.iterials (ASTM) as hereinafter referred to, latest editions. E-m-tiiiiiio all mibmirfacen to recelve work of thin iiectinn. HvImi-1. Iii wril hir, Is, 1141- getterol contr?ICLor, With 0 Col)y tit) the Intipector, any coittlitiotm which iwiy pii)vu clatrimental to work of this section. Failure to observe this injulICLioll wil L consi I - Lute i waiver to any subsequent claims to the contrary and will make this conLroeror responsible for any corrections the inspector may require- and this contractor will be required to make such corrections at his own expense. Commencement of work will he construed as acceptance of all subsurfaces. Fabricote sheet metal work to shapes and sizes detailed, allowing sufficient mat;erl,'] for up-standing leg. Surfaces shall be free fr m waves and/or buckles, with lines, e.rrises, and angles sharp and true, and formed in strict accordance with detailed drawings. No raw, exposed edges will be permitted. Workmanship shall conform to the quality, procedures and methods recommended by Lite National Association of Sheet Metal Contractorq. Sheet metal work shall be accurately snow fi3rmed, fitted snugly, have exposed edges folded under at least 1/2 inch and have no sharp corners left exposed. Material shall be properly shielded against galvanic action with asphalt base paint or an equivalent. The work shall be securely fastened and shall be absolutely watertight. Provide expansion joints at all junctions with existing flashings and at straight runs at intervals not exceeding 15' plus or minus. Select type best suited and least obtrusive for condition and make watertight with sealant. Attach sheet metal to surfaces which are even, smooth, sound, thoroughly dry and clean, free of all defect which might affect its applicapion. Any materials furnished Ilure- under, and to be built into the work by others, shall be in condition for proper installation. Do all cutting, fitting, drilling or other operation in sheet metal, required to accommodate the work of other trades. Any items essential to complete the sheet metal installation, even though not specifically shown or specified, shall be provided. Such iteins shall be of the same kind, quality, and type as similar items utilized elsewhere in the building. Apply all sealant and butyl tape in accordance with requirements of Calking and Sealants Section, Sealing of other parts of the building is specified elsewhere. \- 0017 1 t -0, & I INNS-1, 50 N 5.1 175 Clean all surfaces before soldering. Soldering shall be performed slowly with well heated tools so as to thoroughly heat the sheet and completely sweat the solder. Lhrolq;h the full width of the seam. All lock seam work shall be flat and true to line and be sweated full of solder. All flat lock seams, and lap seams, where soldered, shall be at least 1/2 inch and shall be made in the direction of the drainage flow. La p scrams , not soldered, shall lap according to the pitch but in no case less than 3 inches. Thoroughly wash all acid flux work after soldering. Wherever possible, secure metal by means of cleats without nailing through metal. In general, space nails, rivets or screws not more than 8 inches apart, and �Alere exposed to the weather use lead washers. For nailing into concrete or masonry, Use "Dryvins" and drilled holes. Join parts with concealed rivets on sheet metal screws where necessary for strength or stiffness. Place sheets together before drilling. Where lap joints are used, lop sheets at least 4 inches. Clean all surfaces which will be cor=-aled after installation, carefully removing grease and oil with solvent or gasoline and wiping with clean rags. Provide expansion joints in gutters as shown or 20 feet maximum. Provide 14" mash galvanized strainer at outlets. Exterior Adjustable Metal Louvres: Where shown on drawings at base of Sk;llijll))L (6 sides) furnish and install Airolite or approved eqqal aluminum automatic outlet louvres Type K526, 20 gauge aluminum blades and 12 gauge aluminum frames. Manufaettir- er: The Airolite Company, Marietta, Ohio. Blades shall be set on 45 degree slope with a return bend on the interior face.Assemble completely by factory welding. Louvres shall be phosphatized and coated with epoxy primer baked on. Final finish, shall be high grade alkyd urea enamel baked on ut 250° F for one-half hour in 14-14 medium walnut standard color. (Submit actual color simple) . Standard bronze insert screen mounted in folded "U" type frame and attach to exterior face with sheet metal screws. Blades shall be pivoteid on stainless steel ball bear- ings in cadminium plated steel races and blade connecting arms *shall be attached to operating bars with stainless steel sleeve pivot. Skylight; See Building Specialties, Division 10. Door Louvres: Airolite or approved Cqual, stationary "Z" blade of sizes shown an drawings, 16 ga. extruded aluminum louvres, Type T685S. Gutters. flashing, valleys, accessories and all necessary items essential to the completeness of the sheet metal installation, though not specifically specified or shown shall be provided. All such items, unless otherwise shown or specified shall be of the same kind of material as the item to which it is applied. Fabrication: As far as practicable, form and fabricate all items of sheet metal in the factory or shop. Profiles and bends shall be accurately produced as indicated. Intersections shall be sharp, even and true. All work shall be properly reinfoi-ced as required for strength and appearance. Where work is not otherwise shown or specified, sheet metal shall be formed and fabricated in accordance with the applic,11vic requirements of the"References and Standards" hereinbefore specified. Shop Painting: All galvanized sheet metal surfaces which will be exposed: rra.rit with an approved acid wash and then shop painted with one coat of an approved galWintzed primer such as zinc dust-zinc oxide primer, before delivery. See Painting Section for recoamnded materials -and application. Concealed surfaces: Paint with bituminous paint, specified above. 001"i's 175 IN Supervision: Sheet metal work attached to roofing shall be installed under Hit.- supervision hesupervision of the roofing subcontractors. Sheet metal work installed according to roofing manufacturer's recommendations unless otherwise specifically shown. Condition of Surfaces: Surfaces against which sheet metal is to be placed shrill be A clean, dry, smooth and free from -defects. Projecting nails shall be driven flush with surface of wood. All surfaces shall be inspected and corrected before starting work. Installation: Install items in accordance with the Architectural Sheet Metal !•Innur( 1 (SMACNA) unless otherwise shown or noted. Workmanship: Sheet metal shall be finished straight with lines, arrises and angles sharp and true and miters and joints accurately fitted. Exposed work shall be free of dents, waves and buckles. All corners shall be reinforced and seams made water- proof. Test to assure watertight installation. Ample provision shall be made for expansion and contraction in all sheet metal assembly. Reinforcement shrill be provitivd as required. Dissimilar metals shall be isolated and protected from contact with butyl sealer or a heavy coating of Bitumastic paint. All surfaces of sheet metal in contact with green concrete, mortar, or redwood shall be protected with a cu:!ting of bitumastic paint. Provide waterproof washers wherever required fasteners penetrate flushings. Exposed fasteners will not be permitted for any portion of this work. .. Soldering: Edges of sheet metal shall be pretinned before soldering is begun. I1c:1G thoroughly the seam and completely sweat the solder through the full width of the seam; Ample solder shall be used and the seam shall show not less than one full inch of evenly flowed solder. Soldering shall follow immediately after application of Cleaning: Remove all flux, scraps and dirt immediately. Excess flux shall be neutr.►- lined with 5 to 10% solution of washing soda then drenched with water. Note excess flux may cause permanent staining of copper. Joints: In general, joints shall be locked, but where impractical, lap, rivet and solder joints not less than 1" wide. Turn all lock joints on exposed surfaces in Cine direction of the flow. All joints and miters shall be soldered. l:vposed edged nhcnll be folded, bended or 1/2" doubled returned; no raw edges will be permitted. Flush Joints: Where shown or specified, shall be a butt joint separated by a 3/1611 space, set over a 12" long splice plate formed to exact fit, bed splice plate in sealant to make joint watertight. Fastenings: Adequate to sustain normal loads which may be imposed. Securely nailed as per manufacturer's recommendations as shown or as per specifications. Applied in such a manner as not to jeopardize the watertight integrity of the building. : t, Flashings and Metal Trim: Provide all flashings, gravel stops, parapet caps, mec;tl ); trim and any other fabricated items and miscellaneous sheet metal work indicated or required to provide a watertight installation. Flashings and Edges: To have 4" flange set on root with 4" lap set in sealant and nailed along edge 8" centers maximum. Provide continuous cleats for fastening where face dimension expceeds 2-1/2". No nailing exposed faces. Miscellaneous flashings, metal trim, and their related com- ponents are not necessarily individually described. Miscellaneous items and trim not mentioned or described, shall be furnished and installed in accordance with the Intent F of the drawings and specifications and as required to complete the work. " 00179 70-3 v _`_.._______ _.__....__ -- -_ r—+ . i ' 175 C t {_ ., i CilI I_ YS: GILtt�xrs shall UL: faUricafiecl as c1et�Ii.lecl i:n ?e c�on tal 1 c„t ` cF - _ �'1 lona e•.cept at ends a� runs where shorter 1en�tlls maY r.--I ;.T_- S!� 3 s . 1 " .r �dc with cover p1�Lles set on Uottoin of �;utLer 7c�ints shall be m.. Solder plate l:o one guLtar .sem 1�L } lc' cF c l _.;c.r t_.., . 1�Il�piri� each butter 5e;nenL' 4LL• iece ac rainwater 'I Cuc-�F,i : J-1 t c'�� `c'r r- scgment. iri sealant. Provide soldc.cd tailp w(n i ed connection to rainwaLex leader furnished under anoth1, Uivlsi . I :t- , solder 20 feet maximum or as shown. : r;.;i�ansion=joints e�exy ex Su 1eIILentar� Genexal Conditions , C lean•up P �� , t �Y i t. t Y s CC l _ t I N F ) $ 1 T -. r r ;-fir 1 r S ) r st r ASF r" F. ,9i x ti!t.. F r s f 3•fit 4.-t n^ 1 t �! rr EF i h ,� .� f 5 ` r r ) L F i:r , 1 �. , t z'� 14 13 3 5, s } ,� tai p f r f Y r X S y } A ^ f , 1 t i.. .z J' 5 i i t t+ + r r. �° .r tS{- f' i, ! _s I x ei Y i J Y / F i L 3 f y F 3 x r y^t. s n § I. t ,� i 1 Vr 1 i } ' � 1 I a a F ! A �T Z F y ) Fy r! t z _� t i t 3 )f T C '� j t ; F z ! I �C ! s 1 f x t, r r ! _ ; F § r x 4 y - 3 1 4 V ,�t ^ f e r - '.1 t t J t !' t l t { F t .Y r ) F Y t t "'w t yY S` r 3 r t `r t k -y a �. ;r I -� 7 ,`J ? t # i I ,� } .,a?i I l r y l Y r !- t a t •1 n t k -, 2 6 b r ` y rF F �i `r r o rt Z �3 > `i 4 ; t ,::t I F S 'c L r e 1. x !r ','r, r} _ ` .+ i ff T� ) 4 i F 'f j F �� ! F i r r t k t f t4Fr fr t 4 I t t {I F ; il ,4 �Y � Y f YF 1 ) F f �.t `y�Ft 3 ����� . _ f t .,; t C t F# e F {o� w «l4� �4 a` yyz t`F r r�F r ^ s !� .r t F �, j 4 r.*f'i ;4 F [ yY r 371' ( x'.. 4`r k�F 't r 1 f ..p`7� } t r a,r r f t I Cs r}.,.sr t .QFY Y f -, t ' r 1'�, f f , ;Y+i":t F.. A.-� j 1 'io r{`sr['a'ri,tzr +.K4..tr S z qkx.aTr: ,::1.t S i�. F f.,tit�a 1�I I. ?� �.y �i.-5 i + �At 7 ! t.• x ^J*'Ic'r,R f t t ,y rx :'d ti r�nr3�,l f r t,,, r :q E•"x :f Ya} 71F KSS{�P S� t >r"�tt 1 r t C"{.: x t r z :��,.. t...'!!'r+� .4t....> ;R.. rr ek. > ti ,x t ,..!><r fl.«.fir N.? r '! 5 Z .�., r r f .r„ F .vr.: t'a t'4 'cl. M li ':`• 'Ik ... 4. 4' �jz•a. •-'.x taxi t�� ) f;3• .!i,�W`..:fV, .caiv�x, :. JF 7��� � .:i:: A ��..'+}, ..c .. r'r r� F.'.'dF '51..;,. {.}..{r ?,- . 'i fi;. } y- !.` sF. +i.,A tz �. } ,4' p>�i R 1s jf,.<. r;.'• 7 �4 0 ,"' x $t + fig" s of t,' s",1,. ,..4 , 1. .�,..w ,��.._..'S y„ D1M1 '�'. f 4 M fi' Y 1•?t ,.7,„iit".3, 5 -oRy ...4 I�t t yF .»I-.,,^'3'i �-; d F ,I• r Sat rT'�, `�";sw7 F t !t'' :kt• +•; y � t ,,j`thL„S .s"fir.§.ie .. Yf ca it.,, 4;)r.�c n.. 4� .. xpp}}r} u', 175 sEX,111 t1N ISU 1.t.I)1.Nt:' 1.NSUJA9'E General. Conditions- and-Supplemctitary Cvneva l Cond.1.t:�,tiit:):.cii'. tlic:sie .s}lir::i{y.:;;itions apply to this section. Supply and install all insulation as, shown on d'raw`n"' arut a,S. .speeif.ied herein; Reference Standards:Federal Specificdtioits (1•'S) 111.1-.1-521 , 'l'yjle 1,. •Class B; National. Mineral Wool Insulation Associ.it:i.on'.:: ."Sl.and:trdo..for. Minr,.:rat Wool'-Isu0d•Ltti;'.Insulation" (NMWIA). AccupLable Manufacturers::' Culotex, Jivh n:�-M my i.L l.i•, ti; S. ..(;yl>::uus; F i herglas, Premium Brand or approved equal: Perform all work necessary -anti reiluLrt:�t:'ttildc;i this. K::•rt:'i.►tt for tllc:,.pici3ucC as indicated. Such work includes. hut' Ls uot-- l LmiLu.d t Clitr.'iurIUS' l ll; an :lnstallinj; of- all thermal and sound- i>l' ulat:'iun. Examine all subsurfaces to receive wcil.k. 017 till:; seec:t: o,n. .' •lii:pol'tJ in. writing. to:-the general contractor., with a copy, to hitt! iiiupi:ctur;; �MV':i:iiiiditi.ons'. which �iiuty:,prove: detrimental to work of this section. 1':ii,ltirc t:o :iiti::i:cve tills 3:njuticti:on.will. con�ti- . _ Cute'a waiver to any subsequent -c1iti.ln:: .to t he:cunt:r:iry .tit.i wi l. Inaki� .i ills. contruclor responsible for any corrections the .in:+pc:ct ur.;nti.ty. rl gt,iri: and.ili%.s contractor wil.i':be required- to make such corrections al:. hb.. uwn--vXpeiu: -.---- .Cinttoundvint:nt:, 612. .t:,urk.w-ill .'be . "euustrued aa- acceptance of aiL'.j.%ds urI••tcl:s:. .� : Subini.ttals: .�M,•tttuL;lcturct•'e: �tut:ltiti.c:1 I�.::jii!i:i.l"�i:rYL: '��i�;::.�1'i,.1����I�:icll�::.tyjii:�:'.u.ls•:�.. iau•liiL3op.�• � .• ziuvliiiCted .for apprclntal; '1'cal•:ri :itit.1 cej�iii.t et: uli:'alic� +liaias �i:ct1:; . uliin4.t:cil'ita,...;riiiilr:: ::;ii'i�l `:reportad by ;an..al,pruved scaling ci};clicy.: „ itit;id Insulation:llp:eche:, 13JS (1?i.i.nkuec/) P.1;.5...~i►i rejit:t l' ureLh;l to :. thickness shown on clr�win};:t:. ; 'C'l.is:tn' '.hll . .: surf:iees',t:o rc:cri,vi• :I�i:iu I rit`'I:i�n� ::wi.eielr::rind'v1pa'-- ' owti-.t d roa ove.':loose :m:1turiit'1. .•Apply na.i.n::ut:il.iuii:i'1' Lc�uq,isi�:iturc�: iei.':L!•:::: .t.haii Jl" 1�' -; iiuil::(lii'i.itt:i£TV A::- '...L•uuil)OraLure.:ol:.55` 'F. fpr.`48 or- i.ti;: ilcirin;,...nt ;�l.l:uv .ittraul..l:il'J,iiii'.• '. -Al'.fer Lnst:ILAiition all .alleltorago.,4Ic:vicel; [ .II tiittintl:c�tl,' i.tc:ats: lirti:::: 'Liiyiil/,ti:car. into "j l.ac s; ratuuyu and ni::tt ly. i it ui:iGc:r.i.a I`at�uiutil l hl::EiY. aiiil. .it lu:r pro;jt i,ciu :: 160ul,atlutr l fit snuiSly ar oubd:-sl 1 hi`.li jt:c:l'i.�ll::; :ItNl.l: ,j►iiai�:.: P i.};Ill'.ly. : Mix- :idliesive Ln strLvL :sep.,%Mallet- %4.i. h :n1ai ul':u:Liiri•:r'::.`l�rinl�:il inq:t:ruc:i.l :`.Alipl:�l adhesive 'to Lituul:itie3n :furlauW . by :L:i:l:ltur.' tile: "lit ho:�'!, :"elhut:. .tlll,I.i:eeiit iiia"; oi`.. nnotchcdtruwi:t'! mtah.xf:; a.4. rr:diminitauiceil liy .Lhe IiU tifrlc:Ltirer find: Lit. pl:.t ic:;t: :acr.cit•4l,ltic:c. with his p.riiited -instructionti, • � � � � .r ,� � �� �I 'l'�� :tit•I��:�ti•1 ::�� 1 � .• .. ii;� :i�i�t;�il�l•y,:�fi.:.1'tc•�'? ;:,��E,; ' �' � .At .cl.ilnj,icati.itn �u t>r��ri: .i�il::il ri '.i41�;:�: : I rl l�l.���l,ti�:;lir►li�l'h.,'.�clv,c ••� . n ri:c:is•Cvc' w:t '.1 !t:�:•r1.;i L,c��.,h:E11�•I,c, ,:I�k:il,c.il'::i�iiil•• jl1`rtj,isr Y.-lit ul: ••ccCie. •rlus;'i:ni,:.del I.:v,�.j:y' :>l.%i::.:r►i:•l:.•. hi�z�;i` :.. �•'���•�• •���..r:::;::,:-:.;:':Elf:., cs•'x` irc.�l. •'KiL i..;.. .:;li/ ni d-::-.`I :'j:. •i.il4I.l1dia�;it iiiiE"`/�` 'ti_'!'� `i`?:s �'{-: :,.;: ..:�,.•��;:.:, .t tt J:1•�►1 .r, . :v:i i.iic. :til;=:rta'i 3.i sk.ilj, , . t..c�.':.!•::��lit :a rJ. as :�.s�:,X•�,..:a.•tu,.ct:.1;31:i .cl�• :ts::.'r,tii.l`:. �:�Z..,1: ..�(1:�sn°ii.i`.1`uiiiri;.. •� �'. . 1:1.,� �1�;!'�.2. .l • '�i... ��i�li<<i� r �•r../• :ii�t ,ks�a;'•w�i:t. �.'ni��i•C�� i' •`i` ,.•,: ..:E '�° x11 1'` '(. .kti -1•. -a,:- Y ., ��'' �'tiLicii.. 'Jeee `a...t'i `i'� '=! !. :=it.l��.`:, •�i.,.>u.•�a:xh_..t ./ .;F:: 'l+S ,.,b.: a, ti U 11 is S 1 J. i.,;, .:azar :1 . i J' •iris�. •L4 tl`•':+,:�::;':,, 11�{1, .s.�` .f;�' �.53#:� •�. �'�.?':::�. ,t,., ,..F,,..JI...,,x�'�� .r�'-�:^''.t. .�.. F. .y:li'�'•;....,. t: .fir,:. .;:+.�;P'y�, .rl:•.1 4•. K•. N"' •c•Y r i 1 .C• :t)i 3K.L. :;sat �l ill ti ,.J. .v::•. ? M.•. s�:.:,, :irk:,a�-.. e �• ,•s+r 'ail. •C.. y ,3 h .t:• 'vr s•/ n• :i:': .c r. Q ., •1• tA— 1•. '1 e,.o .�+:�"• _ � �.�:,d, :.r' -:r^ s,.,. ',.+t., ;l;i:..:.::' '.3✓7!. 'i: :.. :'�::: ;t;:e°'' `ti �]'/ •i:'?i�::r`•:+;r, •.••�• •.�• .,VW?• 1,• ;+'� +rl.i�; t:.,q• �.. 'l� :�` '•@,. i�• .S ,L •�• �! Si7.;.,;,. ..:dE .v� 'V•"f /� r ri.:.+' :\t�. ��.::•'. �.a.,-�y�'+_ N � i:.i, /'.�f•'Y,.. i r d� As t,: :•k• A��' tii,±,�7/y p :F. n.`ti;I�`�.�++FFF �tiui7"'1_7+4.., ��sg�sg�p�•1��':lii���:]y�y 1. 1 �+� P$•• 'Y'+^. 'P���:r,!•'. / n..J•J. �dN' •^f �A.'l/NF/w1�>�:i.3 "1•IY[ � �... J 17� S1,(:1'CON 71) LIQUID WATERPROOFING General Conditions and Supplementary General Conditions of these specifications .,pply to this section. Supply and install all liquid waterproofing work as shown on drawings and ns specified herein. Guarantee -is per General Conditions. This contractor shall. furnish a Written gur.1rr.:tttt•t,. countersigned by the general contractor that all liquid waterproofing is unconditiolvilly guaranteed to be watertight for a period of 2 years. All materials shall be applied by a licensed waterproofing contractor .approved by el,t- manufacturer, with not less than 5 years of successful experience in similar applic.1- tions, which shall be certified prior to start of work. 'Phis contractor shall work closely with all other adjacent trades. Whenever the tl:iter- tightness of this section is dependent on other trades, this contractor shall as:;u1110 full responsibility for the finished installation.. Examine all subsurfaces to receive work of this section. Report in writing Co Lhe general contractor with a copy to the architect, any conditions which may prove deLi-i- mental to the work of this section. Failure to observe this injunction will con;;titutt- k a waiver to any subsequent claims to the contrpry and will make this contractor- �k responsible for any corrections tete architect or inspector may require, and this con- tractor will be required to make such corrections at his own expense. Commencement o work will be construed as acceptance of all subsurfaces as satisfactory. mum Manufacturer: Materials herein specified are named to establish standards of qu;:Ifty and types of materials. Materials of other manufacturers may be used if they ore equnl in quality, design and serviceability and are as approved by the architect. Type: Rainproof Company XL-8.8 clear or approved equal by architect; L. A. Thomp ;0„ Company, Inc., 1333 Gough Street-, San Francisco, using on first coat No. 101 :Ind '1o. l i for second coat. All applications shall be made in strict accordance with mc:nuf.,Gt tart : ' written instructions. Thompson's waterseal clear shall be applied to only dry, sur{ices, free of dust, oil, grease, dirt and loose mortar.. Efflorescence, if pry ,unt , shall bo removed with a wire brush. Me applicator-contractor assumes all responsibility for the proper application of hi:: ma(Wr.ial and must correct his work if required to assure that the material.' ap lied will q app tied fact prevent any water or moisture penetrate the exteriormasonry wall surface. - ar . t 001,82 fiE ti�� �,.°`I,.ea�i•t1f`l�lXn.k31�y- r!� i�a' F� �'r.� � -f r 4 ,� � i ' - c 175 SECTION 7E CALKING & SD%IANfS General Conditions and Supplementary General Conditions of these specificnLion:; apply to this section. Supply and install. all soiling work as shown cin drawings ;:nd as specified hCl-Cin. Reference Standards: 1lanufacturer s recommendations and specifications, Manufacturers: Product Research and Chemical; lnterchem Presstite; Sonnenborn Building Products; Harold A. Price and Company; and approved equal. Guarantee per General Conditions, work shall be guaranteed for a period of 5 y�::+r:s. Examine subsurfaces to receive-work of this section. Report in writing to the gcnur.J contractor with a copy to the architect, any conditions which may prove detrimental to work of this section. Failure to observe this injunction will constitute r waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the inspector or architect may require and this contr4ictor grill be required to make such corrections at his own expense. Commencement of work call be construed as acceptance of all subsurfaces. Clean and prepare surfaces to which sealant is to be applied in accordance urith manufacturer's recommendations. Scrape and wire brush concrete and similar surf;:ccs as required; all surfaces shall be dry. Prime surfaces if recommended by the manu- facturer. Apply materiels in strict accordance with manufacturer's printed directions ; observe manufacturer's requirements regarding temperature 'control, usability of the matcri:,l:s , and protection of adjacent surfaces. Sealing surface shall be slightly concave, free of wrinkles and skips, uniformly smooth and with perfect adhesion .'long hotly sides of joint. Protect adjacent surfaces from excess material; leave joints, in clean, neat condition. Defective joints shall be removed, cleaned and replaced ;t no additional cost to the owner. Clean-up per Supplementary General Conditions. Materials: Sealant shall be Dow Corning 780 .or as approved, by architect, silicone rubber, onu part type, non-staining, color as selected by architect. Backup-Material: Polyethylene foam, rope type, use at joints deeper than 3/8 inch. Primer: As recommended by sealant manufacturer. Interior compound shall be .Goss and Goss "Everflex" or as approved by architect, meeting Federal Specification TT-C-598, Grade I, 100% solids, oil base, gray color. Caulking and sealing compounds shall be one of the following kinds, or a combination of both, at the contractor's option. Primers shall be quick-drying, colorless, non-staining sealers of the type and consistency as recommended by the manufacturer of the caulking materials for the particular surfaces involved. Polysulfide-based compound shall be one component polysulfide liquid polymer base rubber compound, which cures at normal temperature to a flexible firm rubber, in gun grade consistency. i r. � ! j°7 1 ,� � t. T , t L.� �`+�u�?r5�,ytlt a .� -A�•�b4I.'. `� 175 SECTION 7K T111 ROOFING A (See Alternate Roofing) General Conditions and Supplementary General Conditions of these specifications apply A to this section. Supply and install all the roofing work as shown on drawings and as specified herein. Before delivery to site, submit sample of tile roof for approval. Reference Standards : Manufacturer's recommendations and specifications. Guarantee: Furnish a guarantee that all tile roofing and flashing is unconditionally guaranteed to be watertight and free of defects for a period of 2 years. All work specified shall be done by applicators approved by the manufacturer of tile materials and all work shall be installed in strict accordance with the manufacturer's directions. This contractor shall work closely with sheet metal, plumbing and mechanical contract- ors. Whenever the watertightness of this section is dependent upon sheet metal, this contractor shall assume full responsibility for the finished installation of the integrated assembly. Supervise the sheet metal installer's work as necessary, to assure satisfactory fabrication and placement. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with a copy to tile inspector, any conditions which may prove detrimental to work of this section. Failure to observe this injunction will consti- tute a waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the architect may require, and this contractor will be required to make such corrections at his own expense. Commencement of work will be construed as acceptance of all subsurfaces as satisfactory. Od Deliver and store materials in dry, protected areas. Keep free of corrosion or other damage. Replace any damaged parts at no cost to the owner. All subsurfaces shall be free from material projections, dust, loose and foreign materials and any other obaLructions and shall present a smooth plane, ready for installation of the %,York. Roofilig operations shall not be conducted when water in any form is present on the deck or when materials are wet. The roofer and general contractor shall take pre- cautions to prevent other construction trades from damaging the roof during and lifter construction. At the end of each day's work, the work performed during that day shall be sealed at the edges to prevent moisture from getting under the material. At completion of entire work, clean-up per Supplementary General Conditions. Concrete Roofing Tile Materials: All field tiles shall be Roma pattern concrete roof tiles with accessory tiles to matchkas manufactured by Monier-Raymoad Concrete Tile Co. of Stockton, California,, or equal. Installation shall be in accord- ance with County adopted U.B.C. building code and according to manufacturer's recotimend- ed practice. The field tile color pattern shall be chocolate brown Access- ory tiles to be color keyed in accordance with manufacturer's recommend at ion. Roof tiles are flat interlocking 13", x 6-3/4" and are l/V' to 1" thick. Field tiles shall be laid in a straight bond pattern over solid sheathing. Installed weight not to exceed8.3 pounds per square foot. Mortar shall be mixed with minufac.L- urer,'s recommended pigment to correspond to basic the color. Flashing as well tin 00181 7k- P, metal projections, such as pipes, vents , etc, shall be painted to approxiMILe the basic color of the roof tiles. Loading of tiles onto the roof structure prior to laying, shall be in a pattern LliaL will insure uniform distribution of weight on the roof framing and will facilitate the laying of tile courses. Tile shall not be installed in areas where traffic from other trades, scaffolding, or staging by other crafts is necessary and is likely to cause damage, until such time as these crafts have completed their work and secured the area in question. As an alternate, permanently placed tiles must be protected With suitable covering against damage from traffic and splattered paint, mortar, etc, by other trades; if these activities must take place subsequent to the placement of the roofing tiles. Application: Nail 1" x 2" D. F. Furring strips at 12" o.c. with 10d box nztils. Apply roof the over solid sheathing over one layer of 30 pound felt tacked over the solid sheathing with a minimum 2 inch head lap and 1-1/4" side lap. Nail all the in the roof cantilevered areas (overhangs) thru the furring strips with 1-3/4" long hot dipped' galvanized roofing nails. Each ridge and hip the shall be nailed to the wood supporting member with one 10-d galvanized box nails and sealed with n spot of flashing cement over nailhead. Workmanship: Tile roofing shall be applied by workmen experienced in applying tile. Cleaning: At the completion of his work, this contractor shall remove from the building and premises, all of his equipment and all debris resulting from his operation. Extra Material: Deliver to county inspector, 5% of total the installed, for possible future use. ROOF SHINGLES ALTERNATE NO. 3 Work includes furnishing all labor, materials and equipment necessary to complete installation of J41 "Fire King" fiber glass, asphalt Seal-O-Matic shingles Cl:ss A Type I or approved equal roof shingles as shown oil the drawings and specified herein as manufactured by Johns-Manville. Color shall be teak. Roof deck shall be well seasoned solid type, plywood over 21' decking. Roofing contractor shall examine all roof decks on which this work is to be applied and shall notify the inspector prior to starting work of any defects which he considers detri- mental to the proper installation of his materials. Materials: Underlayment - Apply 2 plies 15# asphalt-saturated felt. Fasteners shall be hot-dipped galvanized steel barbed shank roofing nails, 11 or 12 ga, with aL lt;aSL 3/8" diameter [leads, 8d long nails. Shingles size 12" x 36" two tab. Application: 5" exposure, 2" headlap. Weight 260 lbs. per square. Installation of underlayment and shingles shall be in accordance with the instrucLions published by Johns-Manville or the manufacturer's product used. Extra Material: Furnish and deliver to county inspector, one unopened bundle extra material for possible future use. 74-1 �N 175 S1.-'1(;T I )J 8A WOOD Doolis General Conditions and Supplementary Conerai Conditions of these speciifica-Lions apply to this section. Provide all wood doors as shown on drawings, schedules and as specified herein. Reference Standards: Woodwork Institute of California; National Woodt,;orkllanufactur- cris Association; Manufacturer's reconmiendat ions and specifications. Bofore fabrication, as per Supplementary General Conditions, submit samples of corner portion of each type of door showing core, edge band, veneer and any special features. Guarantee as per General Conditions, doors specified herein shall have a "life of installation" guarantee iialess otherwise specifi6d. The contractor shall replace any door found defective within the meaning of the guarantee without charge to the owner including all labor and material costs for fitting, hanging, finish hardi.are and finish for a period of one year. Before delivering doors to the site, seal all edges with an approved clear sealer, compatible with the painter's finish specified. Protect the doors during delivery and while stored on the job. Doors shall be stored on the job in a dly locatio-a and protected from the weather. Stack, doors on edge, do not lay flat. All wood doors shall meet the requirements of Commercial Standard CS-171 nr.d of the National Woodwork M.aennufacturer's Association Specifications for llardvood Vcered, Flush Doors, latest edition, unless specified otherwise., hefer,to Door Schedule for types, face veneers, labels, sizes and details. Dot-tonms of doors shall clear finish floors by 1/4 inch maximum, unless otherwise noted ou. drawings. No "finger jointing" will be permitted at side stiles of doors. Frames, Interior: Pine, premium grade. Finger jointing not pci-mittcd,1 coruPlete with stops, WIC premium grade. Preparation of Hardware: Provide proper reinforcement for closers and hardware. Workmanship: Fitting and Hanging: Doors shall be expertly bung or installed in proper frames per schedule and oliall fit snug against all stops. Hang free from hinge bi nd. Insr—i'l I at indicated locations; set plumb, square and level. Doors shall operate freely, I)LIt not loosely. Clearances shall not exceed 1/16" at frames, 1/4" over finished floor. Free from rattling in closed position. 'Install louvres where required or shown. Finish hardware: Install per manufacturer's directions. Remove after sitting and make final installation after finish painting. UK Wood Door Manufacturers: Acceptable manufacturers or allproQed equal, Weldwood, Cenerco, Weyerhauser, Roddis, General, Plywood "Payne Rezo" or as approved by arclil-, tect. Solid Wood Core "Preniiumll grade, exterior 1-3/4" thick; interior 1-3/411 , thick. Face veneer, rotary cut, premi'um, plain oak, standard diickness, , thoroughlykiln dried, smoothly sanded and laid it right angles to grain of crossbands. Crossbands: Thoroughly kiln dried hardwood 1/16 inch thick, laid with grain zit right angles to length of door. 00180 1; V l/j, .1 Core; Glued Edge Bands: up of properly kiln 3/4 inch thickhoioughly kiln `fried wood laminated to dried hardwood blocks of low Adhesives: at all ed density species, and ed Crossband and core' ges matchin ge band adhes ' face veneer adhes ' g face veneer s ive shall conform to zve shall confo peci�s, Doors shall be CS-35, Type II• rm to CS-35 area carefully wrap Type 1• Coro before actual 1ped, protected and finish as installation and stored writin door. Provide Furnish and in a di A that doorsShallProper or install � well ventilated shall be be guaranteed bevels at one 'l"Astragal rel11 I , eomplele not to war factory, if pract�f same mate includ ' P in a ual, h 1 ing hardware xcess of 3/lb"• Furnish in at no cost tothe owner. Warped doors . . 1 1 ' ' t .. i� t p f P I i it tt y C , , I Y to ; t1. I� , 1 t.: t t 1 1 S l z C r ) F 5 f �5 et , ; it's t y �' } a �- G q 5 I v 4} 1, I x t a�r ftT S yi } j� ttas r � � � t �� > �. Z� �tf, t ."✓:�r1 y k 1J t t� �4 !� i I �. 4 ( -- t 1. a.^Oi. v '� S r t 1 +'7 5 rvt t e L ✓ ^�aSLa.L ,`�x,�� ri '���r," t i�ys}t ;4 `s+ �,,�� u ��s ;rftt ':r! ' '+ !� 5 a s{ ti "tf �i a. } v 1 '1 T > 5 #,c:�'� 55,,2�H h!'.+t*�+.. "-;I lN;it ,.$; rSg }i 5. J ! i ) #I�' , i,{.r5 }t(�.ti i til IA.. n t s #. .�,.. C Y� t'YY� 4 7 i ?',4 a s } 'd?r Ctj tq.�:3.+{Her n>e 4 �;�V�� `r i� SSLr ) (x,` d .t° Y3# TLe +d (�(a�Wti c 4`�" slm� t usr -00- EriA SECT]OLJ 8B NLTAL DOOR & 1•IETAL IT.AIES General Conditions, and Supplementary General Condit:iona of these spezril iCaL'it s-:, } _ . Provide hollow metal dors:: and frames Including .louvres .shoc;n. on and r.e specified herein. Guarantee as per General Conditioi . Reference .St^tsd srt! 11.,nufacturer'3 recommendations' and specifications. General Requirements: All metal door .and' frames 'includes, Iourvres 65 herein specl.". fled shall be provided by one manufacturer. Fabrication:' notch,-miter, Geld and fini.sl' sittAUth s.zl:l heads and '��trniis. �:wk"e' Girl outs for required hardware specified under Finish Ibirdware 'section fro>:s± 4c-il.-atc furnished thereunder. Rei atforce• butt satrikes and closers cutouts .with .ra .ti.ra=.:r 3;'t s`.:. inch thick steel plate, drilled and tapped 'acid welded inpl<:ce. i'rv��i.d� stril.r:.; Cr.!S of frames frith .hales for 3 rubber door silencers; oft. any double door. fr mei, provide two silencers per door at Bead. Provide angle spreader for frame-siduring. shipping, handling and i;it;tllatiaii: ;.C',�. i. . thoroughly and paint with one slop coat of neutral gray rust inhibitive 6ritn;3ti' tc^tC:+ as per ASTH D-714 and 8-117. Paint back surfaces of .frames with, l:cava•-bodicel :l� tsia nous paint. hlv-anufacturers: - Cepco, Forderer, IIauserman, Atlas 0=0 approved. Touch-up damaged areas after sanding smooth `damaged orr•.as.. 1'riuie co Lt be smooth finish. No dimples to show after finish- painting. Materials: Frames, 16 ga. cold"rolled steel, . formed to sizes, .--[ M:i:l'c#ci:Ki. ..E::� shcran. Corners mitered and all angles, returnrs . and:miters nea.tly,ii*elders and; rc;1.i1 beads ground smooth. UL labels required for all fire rated openings:. Pr m,paii2t. Anchors, suitable conditions, adjustable, gaWanized ,16 •gauge (1tE: Stte for nbeird•' frames) 2 at heads minimuin, 3 each ,jamb above butt recess; and Adjust;,bli floor'::..` anchors. Provide 3/16" backing 'for all hardware: i Head •reinforcing„ for openings over 42" and multiple opol:is gss; rai.nforce-Stil'Y lell t.,: with 12 gauge steel channels. Minimum reinforcing, surface hard:•arc' ,t 74.7;" stc.6;.,' lock reinforcing .12511.steel, hinge reinforcing .18011 steel. . Doors: Construct to sixes shown; provide necessaryclearances and bevO-Is' to pci Fi. operation without binding and to accommodate thresholds'.:•rliero' requi.red' 13" electro zinc coated bonderized sheet steel face •shoets With continuous"vertical stiffeners spaced 6 inches on center. Fill space between stiffeners"w'th. riill' ,rrl rock wool insulation on other suitable sound .deadening 'materiatl.: steel, chnnneln, extending full width and height of doors tine! Wcldad :to. flcc:shect^ Close topsa flush with'.face sheets,. - There shall' be no visible seams: on faces•. of Stases.: ' 1-3/4 inches thick units .unles otherwise. scheduled. . Mortise, reinforce, drill. and tap doors at factory: far mortised:.:lt rdtis1rc ' for surface ha:cl�rare, such as .cltecics, esacittcheons, etc. •a minimuul oE'.311V fok.cir..Ll I.L.n ' and topping in field. : Door Silencers': 3 air cushion gum rubber mutes per ..door. Workmanship •and. Installation: . .Shop fabricate and absemble'. 'Inc - stiffeners, sspucers, .etcto, facilitate handling and accurate erect,iezi. Peau:,;', ?..,:Ship:. and store to prevent warping:or damage, :Verify fjald cond"'t oxic :-i i ,c2in eiis i osis prior to fabrications:' i , is t(. i{. ..a -s•: �J. c' k - t 1, { •t 3' .!w 4?* p 9 `ts trite"ifa%J- .ss,:.: x;'-.,�•.:" 'sty s';• t r: :J r'` ..,.. •:`.C..u. •Y.'Y:�. �1: ..:... ...- .-:,. .fat,.a+i-^, .:•� ��y .yx ,..,., .... ....«..k +. ..... .. ..v,r•. ,:�.Y�. ....li•.;'::..' %i S'!`a:C".`'..0.r t:7,.IF:w yy ..♦ .L , .. .. ... _ ':d.-....,:.,,�: vfJ:L`.�I,Y{.t.7,+L s..,w�f�3'r� %•`.i`�r.,.,:`a,�4:_�+_'; 175 . Fitting and lunging: Install at ns, set plumb, square and level with frames securely anchored Lo adjoining construction. Doors shall operate freely buL not loosely. Door clearances shall not exceed manufacturer's printed recommendations and shall be free from rattling in closed position. I'llShop Drawings: Submit shop drawings showing complete frame schedules, details of • construction connections to adjoining work, etc. for approval prior to fabrication. Delivery, storage and handling of hollow metal work shall be in a manner to prevent damage, deterioration and as per manufacturer's recommendations. Store doors in ul'- right position and in dry area. Protect installed metalwork from damage of other construction work. GuaranCee: Per General Conditions and Supplementary Conditions. Furnish guarantee that any door warped in excess of 3/16" out of plane within ,one year, after date of acceptance, will be replaced complete, , including hanging, finishing glazing .end labor. . In {.. I 5 _ l 5 f ' 3 J f ' I 5 f I f; �11 ' J A' �j 4 \` ` M1 5 ref f _ i J t 1 i� P '` 4�1C 1 t f 5 �5 .� E- 4t t! -f i i( t F tr.h SGS { 1- f ..t F 4 . �5 " �U19 f 1 1 S ✓ ? 7 4 J '� - - � 5' f - e. x - f a. 5 t "n'_ `�5 a l - i 5 ,- 5 5 ,� 5.t5! S J t Tt 4 !� J i VRq, 5 t 1 1 Y.L '': ) 'l F , y r ; 5 5F��y s r 4 JSL 5 ,� ,�t {!` ° f zrT f r D f7 * 1 '� .:5 G. 4 t Y t C 1 t f t {{ t f: .. a 7 ti I t t� vii, i F, s{ v } ,r ,5 { , t ;1 5h5..,}i'.,, �� .:: 444��J'.: i{ fiS._ S i,1 �"r. )t« �5 fa +.Mir. ",J t, r 5 t t � ➢ c+ 5 { t .-. Ursa r� �, a 1,, b �t v .; t 7 .t� �; r r :r Y.ltln {L .<,.:,. *x*'f,P ^'....''4. .�„v. d G,.t �`gd d. _.f.:ttt Y. , . t .lw.'1N .2 7r, i:.Aif'�'!..•x:.. t :*7..' Jar 1�. '"t�.'U :r�'3�?^�d'rF r.a c.Y: >. � K a . - %;- c.., �RO ..:.a„rt„ i1'c' s.,�.�,, i, 4:, iv, .A s ria 3, i °.?r,;;}.�I Fa. k,... a '+d �:x 4.x .t ,...e.rwd .: •F x; 4t#1'�i.. K.. N, ,'s ..L..f.x^:. �5. .},r.. a r tt it,�u ,�i+ �. .'s'8 A5 A t r .,k,— - ._ ,r�t.:.iKr 9 � .^ `, .s ` �.t..�FJ�{ ..k�.i:4.'�, 175 SFGTION 8C !, GLASS & GLAZING General Conditions and Supplementary General Conditions of these specifications apply. Supply and install interior and exterior glass and glazing as shown on drawings and as specified herein. Reference Standards: Applicable portions of Flat Glass Management Associations ; Manufacturer's recommendations and specifications. Manufacturers: Libby Owens Ford Glass Co. (L.O.F. ) ; PPG Industries, Inc. , (PPG) ; Combustion Engineering, Inc. (MISCO) ; American Saint Gobain Corp. i t Guarantee as per General Conditions, glass and glazing shall be guaranteed for 2 years. s --! Verify all glass dimensions by Laking field measurements before any glass is shipped ' i to the job site. Coordinate work with components to be glazed to prevent delay in work. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with a copy to the architect, any conditions which may prove detrimental to the work of this section. Failure to observe this injunction will constitute a waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the architect or inspector may require and this contractor will be required to make such corrections at his own expense. Commencement of work will be construed as acceptance of subsurfaces. Deliver and store materials in protected areas. Protect glass, whether installed I or not, against damage; broken or defective glass shall be replaced at no cost to the owner. r General Requirements: All glazing shall be in accordance with the standards of the Flat Glass Jobbers Association Glazing Manual, current edition and the manufaccurer' s 1 specifications. All sash, gaskets and glass shall be clean and dry before gl::zing. Before glazing any aluminum, clean the glazing section with plain water or unl.eride;l white gasoline, kerosene or distillate and allow to dry thoroughly. _ Do no glazing in damp or rainy weather. Surfaces receiving glass shall be clean, dry and free of foreign matter. Prepare, clean and prime (as required) surfaces to {{ which sealant is to be applied in accordance with sealant-manufacturer's recommendation. i Install glass types at locations shown on drawings and according to glass manufactur- er's recommended maximum size limitations. All adjacent glass in the same glazed areas shall be consistently of one type and thickness unless otherwise noted or directed. Labels indicating manufacturer,- quality and thickness shall remain un glass until installation has been approved by the inspector. Absence of label will constitute cause for rejection. 1,21 Protection and Cleaning: On completion of work c}nd just prior to job completion d.-:te, clean and wash all glass thoroughly. Neither abrasives, implements nor method.; likely to result in scratched surfaces shall be used in cleaning. Scratched, defective or broken glass caused by improper installation shall be replaced at no additional cost to the owner. Materials: Glass shall be factory labeled and labels to remain until final cleaning. j Non-labeled glass will be rejected. Clear Glas: single or double strength as re- quired, "B" quality minimum. Tempered Glass: 7/32" minimum. Heavy Sheet Class: 3/16". Clean-up per Supplementary General Conditions. O0190BC-I r fQ ■ 175 SEC:i.'10.1 81) FINISH Ile1I:U1•IARE General Conditions and Supplementary General Conditions ol! these sPec:'.}::rutio:1:, .Provide all. finish hardware and requ:ia:ed ,fasteners as oho-,m on, clrr;c•,ir. '.r: aii:l L Gi ■ Pied herein unless' specifically excluded and called for in other. scicL-i.c,a , Shop Dras.ings: In accordance with the Supplementary General Conei-tio*s:s, submit ttry' inspector a complete schedule of all hardware. Submit 5: copies. Guarantee: Per General Conditions, all hardware.wo0c slsall be guar.aaitcr_;d for'.,`t,lo years. . All hardware shall comply with applicable fire, 'security arcl build11, ; ctier,; . ■ hardware shall be delivered with each unit marked- or numbered `iii';^rcer:f.=Mcc UL-.11 +tis hardware schedule submitted. The finish hardware schedule sh:a17 r.cicart.i'3 y' eCc}i -'! of hardware with the name of the manufacturer tv.facilit.. C!, 11 airr:l .job cation. . . P Store material in dr protected areas. f- Y� While the hardware schedule. is intended to cover gall doors and-' otliei ,1n,jV.i1 16",'l a,.r1. ■ of the building, and establish 'a'.type and standard of flus:lit:y, It shall 'be.;thb specific duty'nrd. responsibility of the finish hardwato' .nuppliet and specifications and furnish proper hardware for all. openings i:taet'lnii If there are any omissions in hardware groups they shall, be -ca fled to t'.t ■ of the architect S days prior to bid opening for Instructions.; othr!rri:isc: be considered complete. No extras will be, allowed for dnisasi.on; :clianti;ays`:or, csii�; necessary to facilitate proper installation. Special iittew:ion is givelx to hc; t'ti:-r ing of security features and. locations for.this'.Lyne .of harct,'iaare ' Any hardw,nre applied to maztal doors .or. ja�snbs 'shall be annals•ro:t;enalil�itc�' :�iic}::` ec+iroj:l l:: machine screws. Reinforcing xanits shall. be furnished fat: aaw mctnl d:aov!" i:ltcr cylindrical locks are specified. burnish any temp.Inta:., loci: ra?araCorc.:.r CtTaryt±s;,":;x.i template hzrdwaare to metal door and frame manufacturer for ■ unless otherwise requested. Finish liardware shall­bo. fdr.•nishccl with all necessary tncrfaiis;':I�c,It s `'cap'c=tlte'r.:'.- -- fastenings of-suitable size and 'typo to anchor the lznreh-rna:a in: PCIPi 3.0. i..for: ttc 4.�6F use and long life. 'Notre fastenings shall be furnished where: nccessciry 4... lz:. shields, :;ex bolts, toggle bolts, anchors according to Ile: materi il' t;o+ r�lal.cli;•i:t ,9s applied and .aa recommended ..by''the manufacturer,::'bu :ubji*c1: t o trig, e�irra2' �f:,vers Iia3rdtaare fastened to concrete :shall .be furnished with.. e::1>�Eisi o� l�,c�l_trs .c;� .t ti:' 'xc�-;_:�•:-.:.1' ■ ar approved .equal e-cpansion shioldsa. of la type approve ;7 j= farchit+gct .,`.:icroi: : wood shall be full. threaded slsc;et metal type, ; Installation: See Finish Carpentry, Section GB. All i in:ish; haar�c-rairc :31�?11 'Ire' t�' ':t, .' lod facto .by the general contractor* � :��, <, :._•`. Butts: Exterior outswinging -doors shrill have non-fo rou : bt�Lt.c W1'ttz pins when the floor is .closed. ,.If steel butts. are ppec:i.f:tail'.-f0.1i:"Xt:e;a•.W"17'.:;�l t they shall be :ilaera:dized or zinc plated,.pri.or. tc� t:lae fii-in t:�l:•a2 ii#n: : litil`.,r:s.1 wise specified, the sizo :of the butts will' be. datortitkiied Ia}• lloors l-.3/4..'inch thick .anfl up to 2 ft. 4 inches:wide Cn•lsaavo 'la• ilclt �a xtacla l�tat't =, I)ooa s ':l-3/4;.:iiia:tr thick gird .up to .3 feet,4 inclaes.gide to: bade: �;1,/.Z:;.ncli':'; t•- 7%�; :'i?: 4+t:':`; :.. . butts. • "Butts will be of proper width,to .clear tr:'iin'.in' ro•ection'rind:zap l.l`:lair:-`ricin: pini iia P . P P . 7 . ., . alio followin table:: ;Eor' doors`u i '.to 2-1/4: ,incl, :;iii thicltnc t:xui:cc:;ilii:':.r I.. rises us :.grim' ro ecgion .mai z-aus' 1' 2, inch e ua1s.:t:hta - r�7 ac .li l.n e.,tix.cttf '` 7- rt '.7 S : a4,..•. k i. •r +'i v Fl. .t. l ..t. .i:••%':`,. lit •Y. •A. Jtoo y. 4ityY s( .Y •'' ? �}h..r:•t '.'Jt. 'C. �1: r_.' �.a - �, :}:"�.. a$."".:tet• .;•.r;. :]t��':e�il�°`l. `•1 Z't i q 'rl { t�'.Fnt t t�'.T:";' 'h �t - y,}. ::i. .r ..7�s 1, cp�St. .}•4•'.L� 1`�"Slt�li,F ,•v yl4�ia. as:7..3�:,tit} L:'- „-;r; ,'..�'.:f,. y 4i ' :iC� 4;;Yt. 3. r� J. A� +� r.r;(�Jtik y al?t7,ti«r.•'.lrey>1.�7.F�,*:�'r.}}a't ^vr.,!:Y > '.':�.1'ai `�+�, ° OWiP-r7x' �s4;{'a`{'.:' it. d' '•314, } , 1, s 175 Door Closcrs: Door closers shall be Lull rack :and pinion, c ist iron, v:it'la ,:djust::blc regulators for cl<rsing and latch ing speed, bade position --incl spring; pe::er. Closers shall be mounted for 150 degrees of swing; whenever possible. All closers shall c by one manufacturer; LO type Sanoothee or concealed in door with door arra: Finish to be statuary bronze lacquer. Lockets: Locksets and lat-clasets shall have a steel cylindrical case w.ith' all interior parts made of steel, zinc-dichromate plating; to resist rusting; and corrosion. 1:^_y-in- the-knob type locksets shall have access to cylinder without removing the locksct from the door. All locksets shall have a backset of 5 inches, unless othei.-c•:ise noted or directed. Design shall be Washington-VA or as selected by county. Strikes shall have extended lips where required to protect trim from being marred by latch bolt. Strike lips, shall not project more than 1/8 inch beyond door frame trim. Wrought box strikes shall be furnished on all locks, latches and deadlocks. Tile >: lock cylinders shall have six pins. Doors from all rooms or closets Marc to have locks, latches or panic bolts of a type which are openable at all times from the inside by merely turning; the knob or pushing; a crossbar and shall not require special knoaaledge or effort. Wrought box strikes shall be supplied with all lochs. �., keying: Unless other-wise indicated, all locks shall be masterkeyed. All keying ' shall be as directed by the county. Furnish three keys per lock. Furnish si:: All ll keying shall be done by the lock manufacturer. Cylinders shall be readjusted after building; is accepted and. turned over to owner. All as part of dais work without extra cost to owner. See pg. 8D-4 for further, instructions. Door Stops: Material shall be solid brass or bonze; Types FB13 and 1814 to suit condition Door holders: All material shall be solid brass or bonrze. Unless othea.-c;ise spcci- fiod, door holders shall be Glynn-Johnson W43 Series. Where conditions will not ■ prrmi.t u n;e of the wall holder, floor type Glynn-Johnson F43 Series S11,131 be furnished wi,tla strikes of suitable height to compensate for clearance between door and floor. 'I:hresholc4;: Furnish all metal thresholds as indicated in hardware grow;)s or as detailed on the drawings. Push 1'InLes and Door Pulls: No. 2340 and No. 4340 quality, 4 inches x L6 inches, to ' be cut for cylinder and thumb turn as. required. Kick Pl.ntes: Unless otherwise indicated, Irick plates shall be 16 ga. , size_to be 10" high i 1-1/2" less door width, Sil.eaIceri: All doors with metal frames shall have Glynat-Johnson #64 door silencers installed in the stop of frame. Screws .and Fastenings: Finish hardware shall be furnished with . n. all aa(:t,.C,,.>aty .,ca•c�c.r,.,, bolts :and other fast•enin-s of suitable si::e and type to .anchor the hard rare i1i position for heavy use and long; life. All, screcis shall be Phillips head tylia. Hitch the hardware as to material and finish, except use no aluminuan screws. Appropriate anchoring devises as recommanded by manufacturer. Hardware fastened to concrete or masonry shall be by machine screws and tampins. Furnish templates and loci, rein- forcing; units for all hardware for metal,door frames. VV 1 ( r 811Yr Tki,3u�.it ���f"'k'��,?, xd.^rr } {y a,�v •r r r .. Finish 11,)rdware for Cabinet: Doors and 1.4-awers: Acme :!lid Ameroc hinges for lip construction C I us 1 No catch is required. Furnish One pull BBW79 on e;!cll door and drawer k with ;e1r_ (two Pulls for drawers over 2411). Drawer slides XT1395. I•Iiscellaneous Items: Shelf standards and standards shall be No. 80 standard w/180 bracj�ets. Door labels shall be engraved and VaIEW' quality #1004 bronze. Door labels at emergency exits shall be quality 1004-P plastic engraved. color as selected, Finish Hard Group 1. Pair Doors #7 3 Y.D.NO. Pr butts I ea exit bolt BB2I91 4� x 4� NRp I ea exit bolt 9904 Sl,s 10 11ager 2 ea closers • 13-9710 STS 10 Sargent I ea threshold 154-P9 10 Sargelit 2 ea holders 177B 66" DBLSargent 2815Brz. Pemko Group 2. 3 Doors #1 20 Corbin 3 pr butts 2 ea exit- bolts BB1191 ,NRP, 2 ea 9904 STS10. threshold 2 ea closers 177B 4011 10 Sargent 2 54-P9 Brz.' astragal 9615. DBL Sargentemko Group 3. BBW Pr. Dbor #6 3 Pr butts 2 ea exit bolt BB1279 4� x 4� ea exit bolt 9904 STS 10 Haber 2 ea kick. Plat.es 13-9710 STS 10 Sargent. 2 ea closers 10 x 3*2 AO c osers 16g,18ronze Sargent 2 ea holders 153 P9 JO Sargellt 2815B.rz. Sarguilt � Group,.,4. Doors .#2 to Office/Storage Doors #3 to .Storage 2 and 3 Doors #14 to Storage I and Pantry 5 ,pr butts 5 ea locksets 1279 4 x 411 5. ea stops 130-1461 8GO5GR' 10 8L 384� 10, _ ,Sa,rge0L Group 5. Doors , Corbin . #5 to Uniforms, Kitchen, k4orkrooll, 8 pr butts Office. 4 ea locksets 1279 411x 4 1! 4 ea bolts ' 830-1461 8G05 CR 10; Hager 4ea stops 1262 ea 0 s 38 (st 1upper leaf) 10 P Sargent " 381 (bottom leaf 10Cor 1)1 0 Cor b I 01PIM, 4 -w 1111i'lP 1.! 1 175 LE_.D = Group 6. Door 743 Janitor i� �+tr 10 It< c1 1279 �� . x Sargent 1 pr butts 10 1 X330-1457 78C04GR ea lockset Doors ;t2 to Mea and Women Toilets Group 7. 10Hager BiS1279 3'-z �; 31- . Corbin 3 pr, butts B x 16 2300 10 Tates 10 Sargent Corbin 2 ea push p 4 x 16 2330A ea pull plates Brz, 2 54-0 10 Corbin 2 ea closers 10 x 34 16 ga• 10 Sargent 2 ea kick plates 14-477 , 2 ea deadlock Group 8. Door '1 to Mechanical Itager 13B1191 41- 'x [+3� NPP 10. Sargent rY 1 pr butt `8G04GR t;BI•T 1 lockset 9615 BBW 1 _ lock astragal. ,:- Group stragalGroup 9. 10 Hager I3B1191 4k x 4k NRP butts 10 Sargent 3 pr BG04fdt US10 Snr.f;cnt l locicset 14-475Sargent deadlock 3[+5.0 ,zs10 iltibolts bull' .. 1` lock guard 9615 2 ,F tietal Cate: ChiC, 4057U510 (Double Cy 1.inder) 1 pr pivots 4874 US10 MAI 1 dead: lock W-9060 1 2 holder t Conti- Costa ,County c.'h II Fu lnstruct:.ions: liardwarc supplier shall notiL-y hardware tirr Ives. The hardware 'shall be checked and all keys turned over to .t ie County before any hardware is' delivered to the .job. re laced. NoL'e:. All' Linisli hardware shall be removed dor painting and later P UU1. s, tiy{ I f Hyl) S is i , ' iv y r 175 SECTION ION 9A PAINTING & FINISHING ALTERNATE NO. I (See 9A-6) General Conditions and Supplementary General Conditions of these specifications apply. Supply and apply all painting and finishing work and materials as required for the completion of the project as indicated and as specified herein and as noted on draw- ings, except for work which may be specified elsewhere as being the particul.r responsibility of another section. For purposes of definition, the terms "Paint" or "Finish", as used herein shall be considered to include all formulated finishes, such as sealers, primer, stains, enamels, alkyd resins, acrylics, latexes, etc. Reference Standards: Manufacturer's recommendations and specifications. Surfaces Not to be Painted: Any drywall permanently concealed from view. Any factory finished Paneling, equipment and other materials with a complete factory applied finish. Finish hardware, unless specifically noted otherwise. Surfaces of natural finished metals such as stainless steel, chrome, aluminum, etc. , unless specifically noted otherwise. Plumbing fixtures. Lighting fixtures and trim except as noted on the drawings. Any concealed rough hardware and miscellaneous metal in unfinished spaces. F Any acoustical surfaces, unless otherwise noted on drawings or specified. Any glass, plastic, floor tiles and top set bases. Any areas noted as "unfinished" on Finish Schedule and/or Drawings. .,, Masonry except as noted otherwise. Submittals before submitting samples, submit in triplicate a complete sc;liedule of manufacturers of all products required throughout the work, together with specifica- tions recommended by each manufacturer. General -approval of such a schedule shall not, constitute a waiver of the specifications, and the architect may require specific guarantees from a.manufacturer regarding his product. Before work is begun, the architect will furnish the contractor a complete color schedule of the colors selected either from the manufacturer's stock colors, or specially requested color mixes. There shall be 3 limits for the selection of colors. Two 8" x 10" samples of each color on heavy cardboard shall be submitted, except that sealer and stain finishes shall be submitted on the material on which that particular finish is to be used in the building. Rejected samples shall be resubmitted until approved. All work shall match the approved colors and samples. The approved samples shall be marked for identification and retained by the inspector at job site. Guarantee per General Conditions. Carefully examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with copy to the inspector, any conditions which au:y prove detrimental to the work of this section. Failure to observe this injunction will constitute a waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the inspector or achitect may require and this contractor will be required to make such corrections at his own expense. Commencement of work will be construed as acceptance of all subsurfaces. Deliver materials to job site in manufacturer's sealed containers, legends and labels intact. Store materials and equipment as approved; enforce good housekeeping practice. Do not remove empty containers from job site until completion, or until directed to U o so by the architect. 00195 1A-.1 S � . 4 _ 175 Surface Pre ante aration: Items not to be painted p 1 shall be protected, or removed hriur to painting. 11 required to be removed, such items shall be repositioned after painting. Any exposed miscellaneous metal items, such as steel supports, c:nchors , bucks, hollow metal frames, and the like, shall be clean, free of rust, dust, grease and dirt. 7 Any visible portions of throats of galvanized steel duct work shall be cleaned with solvent, wiped dry with clean rags and painted. flat black. Wash any unprimed g.-,I- vanized metal with a solution of "Galva-Cleaner". Allow to dry. Any wood surfaces, to be painted and stained, shall be clean, smooth, dry :-nd full sanded. Knots and pitch pockets under paint finish shall be sealed with shellac. Fill joints, cracks, nail holes, disfigurations, etc. with specified putty after priming; then sand smooth. Any concrete, masonry and similar surfaces to be painted shall be sealed .and filled to smooth, even surfaces, after neutralizing with :: wash of 4 lbs. sulphate of zinc and one gallon water. Remove grease or oil with benzine. All wallboard surfaces to be painted shall be cleaned thoroughly. Spackle any linil holes after primer has dried. Sand all rough surfaces smooth. Workmanship: All work shall be done by skilled and experienced mechanics workin.. 1 b under the supervision of a capable foreman. All workmanship shall be of the highest quality. No painting shall be done under conditions which jeopardize the appear,:nce or quality of the painting or finishing in any way, and .the inspector shall have the right to reject all material or work that is, in his opinion, unsatisfactory, ;nd he reserves the right at all times to replace either or both at the expense of she .� contractor. . Each cont of paint shall be applied at proper consistency and brushed evenly, free of brush marks, sags, runs, and with no evidence of poor workmanship. Care shall be exercised to avoid lapping of paint on adjacent surfaces. Paint shall be sharply cut to line. Finished paint surfaces shall be free from defects or blemishes. All materials shall be applied in accordance with the manufacturer' s directions. Use protective coverings or drop cloths to protect floor, fixtures and eMuipment. Care shall be exercised to prevent paint being spattered onto surfaces which are pref-inished. Surfaces from which such paint cannot be satisfactorily removed, shall be painted of refinished as required to produce satisfactbry finish. Finish work shall be adequately covered with uniform color and finish. The number of coats herein specified being a minimtun, this contractor shall provide any additi.on,+l coats to produce a first-class job satisfactory to the county. No spray painting permitted unless as approved by the inspector in writing prior to actual work. Any firehose cabinets, air registers and grills, exposed electrical panelboards, Primed h.Zrdware, etc. , shall be painted to match adjacent surfaces, unless otherwise directed by inspector. Application: Do no painting in inclement or threatening weather, in temperatures below 40"F or when such temperatures are forecast within 5 hours. Do no painting in areas that are not free from dust, dirt and rubble. Painting shall include all exposed surfaces of every member; anything required to be painted, inaccessible after installation, shall be painted before installation. ,2, Any .piping, equipment, conduit, vents, etc. , on the roof shall be painted as directed by the inspector. Color code and stencil identification shall be as specified in Mechanical Section, for piping in mechanical spaces. Finish all door edges same as faces, including tops and bottoms of doors shall he ' finished. 0019'3 9A I75 Paint no items fitted with finish hardware until such hardware has been temporarily removed. Sand carefully between coats all finishes on smooth surfaces so a-; to assure proper adhesion of subsequent coats. Where coverage is incomplete or not uniform, provide an additional coat at no extra expense to the miner. Each succeeding pig- mented coat shall be distinguishably lighter than the previous coat. Tint all prime and undercoats to a color similar to the finish coat. Putty, calk or spackle is to be applied after the surface is primed kind the primer is dry. All coatings shall be applied without reduction except as specifically required by label directions,or required to be reduced by this specification. In such cases, reduction shall be the minimum permitted. Materials: Paints: Fuller, Devoe & Reynolds, Dunn-Edward, DuPont, The Glidden Co. , National Lead, Pittsburg Plate Glass, Pratt & Lambert and Sherwin Williams or as approved by the architect. Stains: Olympic Stain Co. , Cabot's Stain Co. , Rez, Watco or as approved by architect. Putty: Conforming to Federal Specification TT-P-391A, colored to match Stain -Ind paint finishes. Painting Systems: It is the intent of this specification t'o establish procedtire, quality and number of coats; the architect will determine the exact finish desired. Do not start priming or painting without having notified the architect. All paint coats specified herein are in addition to any prime coat which may already be on surf:ice. All surfaces specified herein to receive 3 coats of finish shall receive 3 coats of finish; there will be no exceptions. Unless noted or otherwise specified, all materials in one system shall be the product of I one manufacturer. Following is a list of equivalent paint brands and numbers, and their surface appli- cations. Materials: Factory prepared, unadulterated, of highest grade for each type of paint. Materials for each general purpose and multiple coats of materials shall be of the same manufacturer. Sherwin Product Type Fuller Williams Glidden Enamel, alkyd, semi-gloss 213-XX B-82 4600 Enamel, alkyd, se"i-gloss stipple 219-00 B-47 WY 7 M-20 House paint acrylic flat 161-XX B-42 3600 House paint alkyd glass 260-XX B-46 1801 Lacquer satin 251-01 T-70-F-13 6069 Lacquer gloss 251-03 T-70-C-10 6081 Lacquer sanding sealer . 222-01 T760 6059 Latex washable w/acrylic 202-XX B-79 5300 Masonry paint latex 262-XX B-42 1500 Primer, exterior aluminum 121-08 B-50-Y1 5229 Primer, exterior wood 220-03 B-46 1851 Primer,ferrous,structural 121-00 A-57-R-17 585 Primer,galvanized iron exterior Federal Specifications TTD-641-Type II Exterior. 001971 {� 175 Sherwin UNM Product Tyle Fuller Williams Glidden Primer, galvanized iron, interior 220-22 B-42-WIOO 3416/5019 Primer, masonry 120-01 B-46-W-5 M-55 Primer, wall alkyd 220-06 B-49-W1 5016 PVA sealer 220-22 B-75-WC-52 3416/5019 Stain, exterior wood Olympic, Cabot's as selected Stain, interior wood 604-XX A-48 Olympic, Cabot's as selected Undercoat, enamel 220-07 B-49-W-2 555/5005 Wood sealer, exterior "Pentaseal" by Zehrung Mfg. Co. , "Woodlife" by U. S. Plywood Corp. Paint Finish Systems: See Finish Schedule on drawings for location of work. Exterior Finish System: Coverage shall be that which will provide at least the following minimum thickness: Oil paint systems: 4.5 mils: Acrylic-latex paint systems: 3.5 mils. Exterior Ferrous Metal: Primer: Primer, ferrous, Q.D. Second coat: Commercial grade metal paint, flat. . Third coat: Commercial grade paint, alkyd, gloss. Exterior Galvanized Metal: a Primer: Primer, galvanized iron, ext. Second coat: Metal paint, flat. Third coat: Metal, Exterior Woodwork Paint: Primer: Primer, wood, ext, oil. Second coat: Paint, alkyd flat. Third coat: Finish coat paint. Exterior Woodwork, Stain (2 coats): . First coat: Exterior stain. Second coat: Exterior stain. Interior Finish System: Interior gypsum wallboard, paint one coat dater. Second coat: Wall paint, latex, scrubbable. Interior Gypsum Wallboard, Enamel: Primer: PVA sealer. Second coat: Split-enamel, a lkyd, flat. Third coat: Enamel semi-gloss stipple. Interior Woodwork,, Enamel: First coat: Enamel undercoater, Second coat: Split enamel, alkyd, flat. Third coat: Enamel, alkyd 'semi-gloss- Interior Woodwork; Stain: First. coat: interior stain. Second coats Interior stain. (� . . .E- , .7, ,y,,r,n..,. Tr rr . .. ,....._r. .v . ..., a°., �". ,s .re , w+.+�.�..�.w. rr` a."`.`t '.a"•^C" y^„""'^ i 175 Interior Woodwork, Stain and Varnish: First coat: Stain over sealer as required. Second caot: Semi-gloss varnish `third coat: Flat varnish or a 2 coats Varathane overstain over sealer. Interior Steel, Enamel: ___ Primer (or spot primer) : Primer, ferrous, Q.D. Second coat: Enamel, alkyd, flat. Third coat: Enamel, alkyd semi-gloss. Special Note: At interior masonry walls of main rooms, apply 2 coats of Fuller Pen-thane Ultra Clear Pen-Chrome No. 652.-01 stain to base of exposed masuniy block wall to height of approximately 6" or to first visible mortar joint. General: The number of coats specified is the minimum to be applied. It is intended that paint finishes of even, uniform color, free from cloudy or mottled surfaces, be provided. Whenever practicable, each coat shall differ in color tint. Each coat shall be approved before the next coat is applied. Areas or items not specifically mentioned requiring paint, to be painted similar to specified areas or items. �a There shall be total coverage, if not, another coat shall be applied. Preparation: Surfaces to be painted shall be clean, dry and prepared as required to provide acceptable finishes. Woodwork: Sand smooth and cover knots and pitch streaks with a thin coat of orange shellac, or a resin sealer, except at stained wood. Fill nail holes and minor imper-fections with putty between first and second coat. Color putty to match stained work. Exterior and interior wood trim and millwork shall be back-primed before installation with house paint primer. Pre-stain Douglas Fir trim in contact with Redwood. Thoroughly dry all coats of paint, varnish or Varathane before applying succeeding a.. coat(s). All primer and inteimediate' coats: Lightly sand and dust before succeeding coats are applied. Access doors, exposed plumbing piping, all galvanized metal unless specifically excepted, projections through roof, service entrance conduit, exterior electrical equipment, and interior electric panels, telephone terminal boxes, fire hose cabinets , ° heating grilles and other exposed mechanical equipment regardless of materiel or finish, shall be painted the same color as adjacent surfaces. Prime coated butts shall be painted to match the door frame to which they are attached. ■ Galvanized metal before priming (shop or field) shall be washed with "Galvanprime" (distributed by Fuller) or approved equal. Shop primed materials shall be spot primed in field as required before succeeding coats are applied. \ 1. Work shall be done by skilled mechanics and paint shall be uniform in coverage and { appearance without sags, runs, skips or brush marks. Edges sharp. Defective 1Jork- manship will require proper preparatory work and additional coats to cover satl,s- factorily to inspector's approval. Protect all work from damage. Furnish drop cloths as required. Remove hardware, accessories, fixtures before painting and replace on completion. Remove stains from finished work. 17 00131 9A-5 b 175 Leave on premises with the inspector samples Of the various paints and stains used on this project for owner's touch-up in future. One quzirt each color paint iind stain, properly sealed and labeled. Store where directed by inspector. Clean-up and Cleaning: upon completion of 'the painting work, remove from the premises and dispose of all equipment, surplus material, empty containers and ether debris resulting from his operations. The building and surrounding areas shall be left clean and neat in all respects. Clean and re-touch work as necessary to accom- plish a first class job. Leave all glass areas, masonry walls,, floors and walks, hardware and any other surfaces clean and free from any paint, stain, spatterings, smears or smudges a�hicli are the result of painting operations. Alternate No. 1: In lieu of vinyl wall covering in base bid, furnish and instill , and paint finish per specifications. tape, cement joints, etc h4 i r r j f i 002C is i.i t'.'�'li (y. ,4i �'h riff^ �'��� }' r ��� x.$r", t nor � rd. �s t.4.;.>3 <r _s. `�✓ 7s ' r � r i.3 ��i� , .vr c..f' �1�•,. Y 3z�r��.:,�'',}.y a.r.� r} } s r -�£s M.;c r S.� t: '�t.. l 9 .Xi ," .r'd si, r itF+l.1; + r .he"e S {,u 175 SE(;TION 9B RESILIENT FLOOR TILE The General Conditions and Supplementary General Conditions of these specifications apply. Supply and install all resilient flooring as shown on drawings and as specified here- in. Reference Standards: Manufacturer's recommendations and specifications. Samples per Supplementary General Conditions, submit 2 samples of tile specified herein. Guarantee per General Conditions. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with a copy to the architect, any conditions which may prove detrimental to work of this section. Failure to observe this injunction will consti- tute a waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the inspector or architect may require and this con- tractor will be required to make such corrections at his own expense. Commencement of work will be construed as acceptance of all subsurfaces. Materials shall be delivered to the job site in the manufacturer's original, unopened packaging and shall be adequately protected against damage while stored in a dry location at the site. Subsurfaces shall be thoroughly dry (verify by moisture meter tests), free of uneven- ness, foreign material (oil, grease, paint, etc.) and boom-clean. Maintain temperature as recommended by the manufacturer, in spaces where work is being done and where material is stored for periods of time. Install all work in strict accordance with manufacturer's written instructions Gild only by contractors approved by the manufacturer. Apply primer in accordance with recommendations of the manufacturer. There shall be no tile less than 1/2 tile or base less than 18" long. Backing Surfaces: Examine before starting work and notify inspector of conditions preventing proper execution. Surfaces dry, clean of dust, paint spots, grease, etc. and free from roughness, bumps, or sharp edges to prevent protrusions or bulges after resilient materials are laid. Fill cracks, joints or depressions with approved floor patching so no marks will show. Allow 24 hours minimum drying time before applying flooring. Refer to manufacturer's written recommendations and comply. Seat firmly into adhesives; joints shall be tight, straight, and inconspicuous. Any door openings between spaces having different types of flooring, at which no threshold occurs, shall have the change of material made under the door in closed position. Finish work shall be free of buckles, cracks, breaks, waves and projecting edges and shall be neatly fitted to projections. Apply edging strips at exposed edges of ialf, material not otherwise protected so that top of strip is at same level as top of flooring. Set all specified b'ases in adhesive as recommendpad by the manufacturer, thoroughly coated, and firmly set so that lower edge of cove fits tightly against flooring. All joints in bases, including those at any preformed corners, shall be plumb, flush tight and inconspicuous. Seat top edge and back of base firmly against wall. 'Interior corners shall be mitered and tightly flitted. All base shall be cove using only long lengths. After installation, sweep floors clean of particles and other foreign material which may be harmful to flooring surfaces. Neatly apply nonstaining building paper, firmly faaLL=ed down, to resilient floor surfaces. At a time near the completion of the 00201 175 project, and when directed by the inspector, remove the paper, clean and buff resilient flooring in strict accordance.with the manufacturer's printed instructions. Use no acids or caustic solutions. Manufacturers: Considered acceptable manufacturers, Kentile, Flintkote, Armstrong Excelon) Imperial Series. Flooring Type: Vinyl-Asbestos tile, 12" x 12" x 1/8" thick. Patterns, sizes and design as selected by architect. All products covered by these specifications are to be installed by a qualified resilient flooring contractor whose bid shall include all the materials and labor required and installation in accordance with the latest edition of the manufacturer's installation specifications. Colors shall be selected from ranges currently manufactured by the selected manufacturer. Vinyl Cove Base: Floor shall be finished with .080" gauge vinyl top set cove base 4" high with preformed internal and external corner pieces. Manufactured by Armstrong, Burke or approved equal. Selection of colors from manufacturer's currently available from manufacturer. Apply cove base only with adhesives recommended by manufacturer. During the normal heating season, as determined by the inspectors the general contractor shall provide a constant temperature of at least 70°F, 48 hours prior to installa- tion. A minimum temperature of 55°F shall be maintained thereafter. Guarantee per General Conditions. Coordinate all work herein with other trades whose work affects, connects with or is concealed by resilient tile installation. Before proceeding make certain all required inspections of the subsurfaces have been made. Leave on premises, delivered to inspector, 'one box of each tile pattern and base pattern used in this project for future use by owner. I ' 1. UUZ02 _. t,..,G t, ,..r.>.roar.,.rr#1ta'.l. t �VY..� h.l,.i i' �,bMf �.eta 7,.yr>-.c. � .!ni"'.•,��wr`....td,,�l�.,�x..,.,..v ...',�+.. .6, .. .Xh . t ?c',.;.Yv i>ri��.� ti.:�.,.� Af�F ..AE.��,r !f� f� .^.psi 115 SL•'CTION 9C GYPSUM DRY14ALL SYS71::P1 & FINTGUING ■ General Conditions and Supplementary General Conditions of Elhese. specifications' appli. Supply and install all drywall work as shown on drawing, and ns specified herein. r}i Reference Standards: Federal Specification SS-1.1-0051; fLanu.facLur-er's ::pcci.ficaLi:on:, and recommendations; Underwriter's Laboratori"; conforming to AST. DIC-36. Guarantee per General Conditions. All drywall shall be as supplied by one nanufacturer. All work therein requires coordination with trades whose wort: connectr critll, is cf`_`CcLed or concealed by drywall. Before proceeding with drywall work, make ccrtr_in all rc-. ' quired inspections have been made. Inspect surfaces to receive dryw.111 before starting this work and do not:. start .ut:L•i.l surfaces are acceptable. Stahrtin work under this section shall. imply rtcceptarho4 of the surfaces as acceptable. Store materials off ground and cover. against weather.. � . Remove any unsuitable materials from the site. All worts specified herein shall. be in accordance with "American St,rind, ccci:fica- ' tions for the Application and Finishing of: Gypsum Wallboard" as approicd by tllc'" American Standards Association, latest edition; applicable parts thereof ire hereby. maderh part of this specification, except where more stringent requirements are c.111led for in this specification, in local codes or by .the manufacturer of the gypsumwall- bonrd, Chose requirements shall be followed. Do nll cutting and patching of wotk ill. { this section as may required to accommodate the work of other trades. Maintain temperature of dr rwall.ed spaces, in range of, 55° to 90° F until:builclillg, is. entirely closed and ventilate .to eliminate excessive moisture. 1•fanufncturern: U.. S. Gypsum; kaiser Gypsum; National Gypsum; .Johns-Aian►iIle Gyp 1411111 or approved equrll. ■ M�hL•crials: Gypsum Board: 5/3 incih. type with tapered edge.Use moisture resistant type where •indicated � or required (toilet rooms, janitor closet)..' ® Adhesive: As recommended by.manufacturer..for permanent- :bond. Screws: . 1-1/4" Type 11 Bugle Head U. S. G. brand screws or types and sizes; as :rectir- .�,il0ed walls: by manufacturer. Apply screws G" on edges and 12" at field incl . G" eciges'`.411hd at ceilings. Workminshi.p: Application - Long' dimension perp.end-.cular to fr.iming ancl..with end.::;jp.i.iht;> on solid blocking or.fr:lming. Sides in moderate contact, not crowded. End joints, staggered. Plumb, . true: and solidly fastened. Cutting by scoring and .breaking or. sawing, working from side to ,isle. AI l .cut.., cdr and .ends shall lac L•rinrned,' in :order to ol)tain:.nealt .jointing. CuL-outs. f;or fixtures or other,openings scored in outline .:befOre. eutl:1.111; Ot1L' 143.111 .a ::::w. '':116. nC .. use "Duro-Ulim" Method for making Boles. or cut.-outs.'. Sea].. of: cut-auto wi.tli.:i:;::` varnish Lype f34:11er. To minimize andjoints, use Walll' bolyds or .makilauin practical lengLhs Gypsum Drywall. Finishing Materials: Joint Treatment: Perforatedt.alpe system, U. : .S. Gypsum Co.', National .Gyp S.um.:Coa►pany, Kaiser. Company .or ,:npprocred..'equal. Products slhall'..conforid to ASTH C474. and -.C475'.. ..T.Mll e, compound,•.toppi:hg by:samemanufacturer as :gyps rmi Wallboard. External.Corner' Heald::, .Ga.lVat'ized corner: . reilhfoh:ceinellt: 'w.ith 1-1/0 taping'ytiii�;s similar to.103 '.Dur-A-Bead, .0 S.G.,. Knider .Gypsum or UU4V4 equall. : 3 „Y 1 �f .. ....... ,... .. .... . . .. ...,. ... ••,.. .... ... .... .,. ,;,req.. . .. , ..5. :• t _ . .....yx �.{,.'t.�......::h:.�}.y..1P�..•','lr....7...�3!iAket:.55.415r:•.i r:4 i 4 til _ ....7:'. �! 175 Edge Trim: U. S. Gypsum No. 200-11 or approved equal. Size to fit. Fasteners: 1-1/4" Type W Bugle head U.S.G. Brand screws. Nails notP ermitted. Workmanship: Verify dimensions and condition of subsurface at building site. Installation shall be in strict conformance to manufacturer's reco:miendaLions and by skilled workmen. metal Metal Trim: Apply/corner bead at all nxternal wallboard corners; casing trim zit discontinued edges, where abutting another material and where shown. All Joints: Including internal corners and angles, recessed or butt, reinforced with tape and ce-ment-ed whether or not wallboard is exposed. External corners tsit l metal bead shall have flanges completely spickled and feathered off siaooth frim the nose. First layer of compound to fill beveled or eased edge spaces as roco=anded. All tape centered on the joint with the joint compound of sufficient depth and width to receive it with no holidays for entire width. Entire area firmly embedded and immediately covered with compound to bring the joint flush and allow to thoroughly dry before succeeding coats are applied. - ■ All joint;,screw depressions, , gouges and scratches shall receive three coats, Je,�vinR them even and f bash with the surface of the board. When dry, sand finish coat to leave the surface flush and smooth, ready for decoration. Patching and Cleaning: Repair all defects due to defective workmanship anal/or materials and leave area clean of all tools and materials. Texture: Even textured "rolled stipple". Apply to one entfre wall for i.nsI pcc L:Or or architect's approval before proceeding. In toilet rooms and in kitchen sink ■ above back-splash, sand gypboard joints, etc.$ smooth to receive enamel application. Stipple enamel- in Section 9A. Surface treatment only may be applied to gypsum wallboard at surfaces behind peri,,.:,� vent cabinets, plywood paneling and at vinyl wall covering. Sand smooth 'at viryl wall covering applications. Apply sealer prior to textureing if recommended by manufacturer. ■ Note: Use NOnails for,fastening drywall whether for temporary or . 'ermaHent �. p y . p installation. ■ ■ f 1 00204 a t 5 , '.5 .< `7• ., . 4 '.} ...,a .}:;15 [,d.*.c. � 7�„ .t x+t+i.7v.....t . i. 4.;., '.. J t i. 7 6 5 J 5: 11 '} f 175 SECTION 9D CERAMIC TILE WORK General Conditions and Supplementary General Conditions of these specifications apply. Supply and install all tile work as shown on drawings and as specified herein. Reference Standards: American Standard Specifications; Tile Council of America; Manufacturer's Specifications. Per Supplementary General Conditions, submit 2 samples of each type of tile specified herein, plus as many as may be required by the contractor. Samples shall be marked with manufacturer's name and space in which tile is to be installed. Guarantee per General Conditions. Coordinate all work herein with other trades whust.. work affects, connects with, or is concealed by tile installations. Before proceed- ing, make certain all required inspections have been made. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with copy to the architect, any conditions which may prove detrimental to work of this section. Failure to observe this injunction will ct,nsti- tute a waiver to any subsequent claims to the contrary and will make this contractor responsible for any corrections the inspector may require and this contractor will be required to make such corrections at his own expense. Commencement of work will be construed as acceptance of all subsurfaces. All manufactured materials shall be delivered in original, unbroken containers ()r bundles bearing the name of the manufacturer, brand and grade seals. All materials shall be kept dry and clean and properly protected against chipping and deterioration in any form. All materials and workmanship shall conform to the American Standards Association Specifications (A-108 Series, latest edition) , insofar as they apply, and to the "Tile Handbook" of the Tile Council of America. Ceramic tile shall bear the sGnl u1 the 'rile Council of America, inc. and shall be equal to or exceed Standard Grade. All tiles shall be set by expert journeyman tile setters in manner conforming with the best current practices of the trade. Products of other manufacturers may also be acceptable, provided that such products are equivalent to those specified. Installation: Lay out all work so that, insofar as possible, no tiles less than half full size shall occur. In any event, no half tiles shall be installed above the first course up from the bottom, or away from first vertical course at internal and external corners. Align all joints, both vertically and horizontally. All intersections and returns shallbe properly formed. Cutting and drilling shall be neatly done without marring tile. Rub smooth any necessary cuts with a fine stOne and set no cut edge against any fixture, cabinet, or other tile without a joint at least 1/16 inch wide. Cut, fit, adjust, and establish tiles neatly and accurz;tely to accommodate accessories, interruptions, chases, returns, and mechanical and electrical outlets, and finish at their exact location (as determined by job-site conditions) ; so arrange such locations that tiles are not unnecessarily pieced. Maximum variation on walls shall be 1/8 inch + in 'i0 feet when a straight edge is Jaid on the surface in any direction. Provide all trim pieces as detailed and as required for the various tiles specified. Thoroughly wash out the joints and saturate with clean water before grouting. Crout shall be thoroughly forced into all joints to fill entire length and depth. Joints shall be filled flush with face of tiles, making a neatly finished, smooth surface. All necessary precautions shall be taken to. prevent staining of grouted joints. 00205 9D-, 175 Submittals: Catalogs and descriptive literature illustrating and describing the materials and showing standard colors. Samples. For wall tile submit one 4-tile panel and sample of each intended trim used. ti Tiles in Cement Mortar Bed (No adhesive application allowed) : Setting Beds: Mix one part by volume of cement to 5 to 7 parts damp sand to which may be added one part lime putty. Mix with as little water as will produce a work- able mix. Add waterproofing admixture in accordance with manufacturer's directions. Apply metal reinforcing lapped at least one full mesh and supported so that it will be at the middle of the setting bed. Base and Wall Tile: Apply mortar setting bed over dampened scratch coat that has cured at least 24 hours. Float mortar setting bed over areas no greater than may be covered with tile while the setting bed remains plastic. Apply tile in position '_. and beat firmly into mortar to obtain a strong bond. Provide local slope to drains. Glazed Ceramic Tile shall be "Pomona", "Hermosa", "Mosaic" as manufactured by Pomona, Cambridge, Gladding McBean, Mosaic or as approved by architect, standard quality, dust pressed, white body cushion edge, machine made tile, in colors as selected from standard pallets. . Field tiles shall have two lugs on each edge td assume a uniform joint, approximately 1/16 inch. Size shall be 4k x 4k inches. Matching surface trim shall be as required to provide 7/16 inch radius cove at all internal corners, square-up angles, bullnose at all exterior corners or where tile terminates on the surface of another material, as shown on drawings or as required. Wall Tile Grout: White, non-staining, waterproof commercial grout, as recommended by tile manufacturer. Wall Setting Beds: Membrane: 4 mil polyethylene film. ® Reinforcement: 2" x 2" 16/16 gauge welded wire mesh for floor plane and copper bear- ing flat expanded metal lath weighing 25 #/s.f. for wall planes. Cement: Portland cement, ASTM C-150,. Type 1 waterproof. Sand: ASTM C-144. Hydrated Lime: ASTM C-206, Type S. Water: Potable. Application: Apply and mix the above materials in accordance with ASA Standard Specifications A108.1 and A108.2. Use "one coat method" for wall setting beds. f Cleaning and Protection: Wipe ceramic tile' surfaces clean after grouting, remove all traces of mortar and grout. Do not use acid solution for cleaning on glazed tile surfaces. All spaces in which tile is being laid shall be closed to traffic or other work and kept closed until tile is firmly set. Toile shall be adequately protected from damage until acceptance of work. Repair all damaged work at no additional cost to the owner. Guarantee all tile work for one year to retain a permanent bond to all _surfaces to which it is applied. i Extra Material: Provide 5% of extra material for- future use. Deliver to project inspector. 0020 9D-2 t, 1 175 1 Clean-up per Supplementary General Conditions. At completion, point loose or open ' joints, carefully and thoroughly wash tile leaving free from stains and discolora- tions. Where required, unglazed tile may be cleaned with 10 percent muriatic acid solution. Do not use acid on glazed tile. Wet down before applying and rinse thoroughly after wash with clear water. Where stains are not removable by reasonable washings, tile must be replaced. _ Protect tile and adjacent work from damage. Curing: Immediately after initial set of grout wall tile to be damp cured for 72 hours. t 1 { 1 1 - t { zgoal, y i tin GN77"Qrn TO A VIA isyc000so I NSA, An Xv Zook NARK 711 AWAYMAW9 9514=1611 took WART 40""T M loom;0", 0TWOR loop: 5=5570 Tools to 009 1, "Nify"Y"I i 1 Y t ! 1 1 t t { A 1 3 MIT-4- r. 5 I ; 7 a Y 3T rk 1 4~ noon"Mq t i 41 a ..h��l•}�, . s r r r of i sl ������� 1 4 4l i5•St ,tl. NMIs t 1 9 3 5 , 1 eij* tC t✓ 4 2 it a? 1 1{; a- ! C . I•Fu� ..,41 ! -1. Si;�?«�. M{ .7:�.'x rls , 1 ?t,�".t 9L.{r•�'Y;ty{ f^x .at i'{.� i L „v44,.')' NMI +?�se�rntt` 175 SECTI(V 9E VINYL-COATI FABRIC (WALL COVERING) See Alternate Pio. 1 General Conditions and Supplementary General Conditions of these specifications apply. eo Provide all work and materials necessary and required for the completio:a of this work and to include but not nt,cessnrily limited to Vinyl wall cover, final surface preparation and ;surface primer. Reference Standards:' Manufacturer's recommendations and specifications, Underwritcr's Laboratory and American Society for Testing Material, (ASTM). Code Requirements-Dire Hazard C,iassifications: Fire Daft rd classi.ficatE.cns for .111 materials in this section ;,hall be equal to or Ioarer tluaaa Flame spread Clr.ss IIZ, -� Eire hazard class if-icaL•ion shall be determined by ASTM L84. Vinyl-coated fabric shall be delivered to the job in sealed packages with testing laboratory certifica- tion of fire hazard classification on each package. Installation applicator shrill be by an experienced applicator approved by the mnnu- facturer of the material supplied. Submittals: Furnish sample 3" x 10" for each color and pattern. All. materials nball be delivered to the site and storcdin .a cj.ean, dry storage. arcs in the manufacturer's original unopened containers or rolls with- seals Md 1;. bcl s I intact. All materials shall be adequately safeguarded nga.inst possible injury ill transit, delivery, storage, installation and cleaniaat; until final acccrt:ance of the completed work. Vinyl-coated fabric rolls shall not be stored in an upright po:,ition. Storage temperature shall be maintained above 40 degree:- F with normal humidity. . Vinyl.-coated f.3bric shall be installed only when teanporature, and humidity condit icnn approximate the conditions that will exist- when building is occupied. area L'o receive fabric covering shall be a consL-..ant tempercab.are of 70'F :aaeasurcal at: flcor. Installation temperature shall be maintained for 72 hours before, Burin; and 48 hour, ;after the rapplicaticna. Vinyl-coated fabric shall be removed froL-i packrgiw, and allowed to :acclimatize to the area of installation 24 hours before npplicatia-aa. 'Iiintenrnnce Instructions: Contractor shallfurnish the inspector and a- clai.tect oi:(` copy of the vinyl.-coated fabric manufacturer's maintenance iustructions. Instruct— ions .shall contain the viaryl-coated fabric manufacturer's recommended (:J_eranin m;;t;ea-i.als and application mcthods including precautions in tlae use of cleaning mr:Lcrials a.Iti.c3t ' may be detrimental to the surface if improperly applied. Extra Stock: Contractor shall provide full width material of each color ;and pat:t:a ril to the i.ns Sector for extra stock equal to 2% of the installed area.. for at last ow-, run from floor; to ceiling. Fabric panaLn ,hall be placed consecutively, in exact order they are cut from tile. a-c,I I including fi,lino all spaces above or below windows, doors, or similar pcncLrc:t5.(im"', Fabric shall be Slung by reversing alternate strips except on wattctt pntLorns. Additional salvage shall be trimmed where required to achieve color ,111d rmLcla at warns. Manufacturer's printed instructions for applying and anixin crdhasi.vc be followed. Dust surfaces and prime with one coat of primer. tldhesivv slaal.l It applied to fabric back using a roller or paste. brush. riot;-matched patterns ,hall be hung by Overlapping t:he edges and double cuttirg llhraa both.,thzeknesses over a metal strap backup to prevent cuLt in, intro uItsta:at(z. ■ 00'� 175 Fabric shn ll be wrapped 6 inches beyond inside and outside corners; no cutting. rzt corners shall be permitted except when different fabric is used on adjacent walls. No horizontal seams shall be .permitted. Fabric shall be installed before the insL•n'lation of plumbing fixtures, casings, bases and cabinets. All air pockets shall be eliminated. All excess adhesive sahll be removed from each seam as it is made and wined clean and dry. The installed fabric shall be secure, smooth, clean, without wrinkles, gaps or overlaps. Cleaning: Upon completion of installation, all surfaces shell be thoroughly clecned of rll dirt, finger marks, spots and foreign materials. Materials & Manufacturers: Burlap pattern 32 oz. lin.yd. finish weight, Hokkaido ® fabric, 54 inch width; color is to be Impromptu 512 as manufactured by Stauffer ii Chemical Company, or approved.equal as manufactured by Genon, Vicrtex, Koroseal, B. F. Goodrich. Adhesive shall be heavy bodied, water soluble, mildew inhibitive paste, manuf,icture,i expressly for use with vinyl-coated fabric furnished for installation. Primer shall . be type manufactured expressly for use with adhesive furnished for installation. Colors as selected from manufacturer's standards. Allow for 3 color changes. Condition of Surfaces: Verify the condition of the existing surfaces that will affect vinyl-coated wall covering applications. Any deficiencies are to be corrected prior to starting application. Surfaces shall be sound, hard, smooth, dry ind frees from surface chalk. Gypsum board with recessed fasteners and joints covered with embedding and finishing compound sanded smooth. The application of vinyl-coated wall covering shall be construed to constitute acceptance of the condition of the surfaces and preparatory work of other trades os satisfactory for proper installation of this work. Installation of Vinyl-Coated Fabric: All material shall be installed in :ccordrncc with m nufacturer's instructions. Special care shall be taken to insure complete adhesion at joints, edges, and corners . Seams shall be crrefully butted and practically invisible and matched for grain and color with proper allowance for shrinkage of material. All wrinkles and air pockets shall be worked out compleLesly. Vinyl-coated fabric rolls shall be used in consecutive numerical secuence of manufacturer. ti 00209 1�5 SI.CTIM; I.QA MISC.LLLANLOUS SPECIAIXIES General Conditions and Supplementary General Conditions of these specifications apply. Supply and install all miscellaneous specialty items as shown on drawings -nd as aYi specified herein. Per General Conditions, submit- brochures and sliop dra�•,iii^s of all items herein showing sizes of members, methods of construct-ion and mounting -, techniques. Samples: t•Jhere specifically stated herein under the particular item of work, submit 2 samples per General Conditions. Guarantee per General Conditions. Verify all dimensions shown on drawings by taking field measurements; proper- fit and -attaclttnent. of all parts is required. Coordinate work and cooperate. wiLli all - trades whose work relates in any way to Lite items specified herein so that v'orl: 1r progresses smoothly and without delay. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with a copy to the inspector, any conditions which may prove detrimental to the work of this section. Failure to observe this injunction will constitute a waiver to any subsequent claims to the contrary and %-.=ill m l.c this contractor re:;poit.;Lbl.e for any corrections the inspector may require and this contractor o,ill be required to make such corrections at Itis own expense. Commence- ment- of work will be ccOnstrued as acceptance of all subsurfaces or conditions. Deliver and store :!11 item;; specified herein in dry, protected areas. ];Cap free of corrosion or ether damage. Replace any damaged items, or parts thereof, at no additional cost to owner. All workmanship :;hall be first-class for Lite various trades required for furnishin q g and i.n,Lall.ing the stork herein specified. All materials shall be new and the best: of their respective kinds, free from defects and of Lite brand and quality specified, or as approved by the architect, or inspector. -• Furnish and install all anchorage devices as required to secure all items to .the tconsl'rtiction, as detailed on drawings or as necessary t•o install the item Ind its appurtenances, complete. Pr.ov1de ,anchorage in ample Lime wlien required. Lo be built in by otlier trades. Clean-up per Supplementary General Conditions. ROLLING PASS, WINDMI ' Supplied by Corneli,Cookson, Balfour or approved equal. Install in 'accordance with detai.l.is as sh(n- t on drawings and per manufacturer's specifications. Size opening 40" x 4131, and 30" x 27". ' #4Finisli stainless steel rolling door and frame assembly. The upward coili.n?, stain- less steel curtain shall consist of flat slats fitted wLLit end locks to maintain 1 proper alignment. A stainless steel angle bottom bat: shrill aLtachi to the rolling Slat curtain and stainless steel lift handles and slide bolts to 10CIC cttt•Lairt clb^cd at each end. The barrel shall be suitable thickness and diameter to insure s;noc�tlt operation. Internal torsion spring to counter balance door weight-. Provide' stain- less steel hood and facia. The stainless steel 'frame ;Iiall be provided witil 1.6 gn. jambs .-,nd heed with a 14 ga. sU1. 00210 14A-1 175 LXTLIIIOR MAIN ENTRANCE SECURITY GAPE ' Furnish and install wrought iron (galvanized after fabrication) per Detail 1/4 Sheet 4. hinged leafs. Provide lock box for hardware. See Section 8D. Gate leafs to swing 90° and operate in easy manner. Provide catches when gates are open. Submit shop drawings prior to fabrication. SKYLIGifr - Alternate No. 5. Refer to Details IA/6. Where shown on drawings, furnish and install one hexagonal, segmented, curb mount Panelux Translucent Sandwich Panel Skylight as manufactured by Cemcel Corporation or approved equal. All panel skins shall be as follows: Top skin clear color, smooth finish; Bottom skin clear color, embossed finish; Percentage of daylight transmittance value = 62.8%. 0.4013 factor. The translucent sandwich panel• shall consist of non-metallic, non-conductive inter- locking grid core bonded to the specially formulated skins consisting of fiberglas- reinforced, light stabilized, shock resistant, acrylic modified polyester resin. 'rile- smooth filesmooth top skin shall consist of three chemically coreactive layers--a 10 mil ilonogard 40 weathercoat, a fiberglas-reinforced sheet layer, and a fiberglas-reinforced bonding layer, forming a skin thickness of .080 inch minimum. The embossed finish bottom skin shall consist of a fiberglas-reinforced sheet layer and a fiberglas- reinforced bonding layer , forming a skin thickness of .060 inch minimum. The perimeter curb flashing shall be of 1/8" fiberglas-reinforced sheet, embossed finish, black in color, fabricated integrally with the top skin to provide a flat , Joint free top surface to the skylight unit. i _.r The panels in Multiple-Panel Skylight units shall be joined to each other with an anodized aluminum compressive batten system per the manufacturer's standard details. ' Supporting fin battens shall be provided where required by span or loading conditions. Installation of entire unit shall be made in a manner as not to cause any water leaks making certain that during installation proper and effective sealants, flashings and curbs are installed. Water-hose test skylight after installation in the presence of project inspector and, if required, immediately correct any evidence of leaks from this test. TOILET ACCESSORIES: ' Towel Dispenser: Stainless steel 300 Series Bobrick B-263 11-7/8" .x 7-1/',;" . o," at ■I each lavatory. Waste Receptacle: Two S.S. Bobrick B-275 21 gal. capacity, Bradley or approved equal, location directed by inspector. . Toilet Tissue: Bobrick B-266 at each water closet. Seat Cover Dispenser: Chrome plated "Protecto" at each water closet. ' Wall Mirror: Bobrick No. B-290 or approved equal, 1/4" plate glass with concealed hanger in Men and Women's, 16" x 20" plate glass. Soap Dispenser: Wall mount Bobrick B-11 (12 oz) Liquidurn at each lavatory. Grab Bar: Bobrick S.S. B-610 x 48" and B-6164, Bradley or, approved equal where shown. Sanitary Napkin Dispenser: N.T.C. by County. ■ 00211 IOA-? 175 F'TPE I-,',XTIt:GUISFfEHS AND CABINETS Manufacturer J. L. Industries, 'Wilki.rt or approved equal. Late as shorn, fire extinguishers shall be Series Cosmic F,, Type cabinet as shown. CaoaciLy- 5 Sallon, ALC fire class cith 2A-IOBC U/L rating. Cabinet type shall be ftdll recess L" pe. Model Panorama 1000 clear acrylic dour. lz" face trim, alut;ti:it?r,, or stainless steel finish. Mounting; height to be 5' to top of cabinet. MI:,TAL TOTUT PARTITION'S approved equal . Furnish and install Sanymetal, Bobrick,General Partitions or/ *"f Submit color charts and shop drawings. Colors as selected from manufacturer's standard colors. Locate as shown in Dien and Women's rest- rooms. 'Toilet partition shall be floor supported, -� flush top line "Regal Model" size to suit room shocrti, dour size 2`-5". Wall mounted urinal screen "Type 1-41, size 24" x 42" mounted up 12" from floor.. Construction of doors, panels, pilaster and hardware shall conform to latest published manufacturer's specifications for the model herein specified, Accessories: Furnish and install' door bumpers, two prong coat hooks, (toilet paper holders under Toilet Accessories.) COR}:I3O&RD A+ Where shown on drawings at wall above soffit in meeting room, furnish and install 1/2" trick corkboard panels as manufactured by Rector Mineral Trading; Corp. or appro:•cd equal. Cork panels to be of rectangular size and uniform thiekn2s6 throughout,. Apply to wall with the adhesize as recommended by the manufacturer. Cork board and ad- hesive to be odorless. ■ t FUWPt LE, (ALTERUATt3 NO. �r} L. Pit. Bolander and Sans or approved equal, 30' high fiberglas flagpole Model 3, C-4-30 as manufactured by Plastic Laminates Products Co. , set in concrete foundat.i.nn.' Gold I.enf copper ball at tap. Include all accessories (tionferrous .type) anchura .e and fittings as required for a complete installation. 1/4" shall be pcilyester'with galvanized steel sire cord. Manufacturer shall furnish complete shop drawings, ^hew- ing all detail:. Entire assembly and material shall meet all OSHA requai.rerscnts and U.B.C. latest edition. General contractor shall provide and, inst:all the reinforced concrete foundation according to details. PLAQUE: Manufacturer: A. J. Bayer, Spnnjer or approved equal. Submit shop draw:ittrs showing exact layout for approval. Size: la" x 24"; border #54 Style.' ' Letters ,n„ selected by arcHtect front manufacturer's .standard letter styles. Plaqut!•Will c0littaro ' approximately 300 characters. Mounting to be done by General Contractor. ti 9 12 ION r 175 TROPHY CASE, -- Alternate No. 6. "a Furnish and install GrPensteel, Inc. , or equal sliding door Display Case with fluorescent light and front shield, Series "NX" complete with wood veneer box, standards , brackets and 1/4" plate glass shelves where shown on plans and elevations. All exposed metal shall be extruded aluminum 6063-T5 alloy, anodized satin finish. Doors shall be 1/411 plate glass with special extruded aluminum "H" moulding zit top and bottom and shall be provided with lock. Each door sha I I have finger slot; doors shall slide smoothly, easily and quietly and shall have fiber wheels at the bottom and rubber guides at the top. The rear wall of the case shall be fitted with Tac Tex vinyl, color as selected. BULLETIN BOARD - Alternate No. 6. Furnish and install Greensteel , Inc. , Hinged Door Bulletin Board Cases Series fla" where shown on the plans and elevations. All exposed metal shall be extruded aluminum 6063-T5 alloy, anodized satin finish. Doors shall be 1/4" plate glass framed with heavy aluminum channels reinforced at all corners. Door framing shall not depend upon the glass for rigidity. Doors shall be equipped with continuous piano hinges , locks, and elbow catches. The rear wall of the case shall be fitted with tackboard in standard Tac-Tex color to be selected. BUILDING IDENTIFICAT ION SIGN Furnish and install one redwood sign where shown on drawings and detailed on Sheet A4. Sign shall be made from 2" thick clear heart dry redwood boards, with shiplip joints and adhesive. All lettering to be routed out with machine router. Letters to be painted yellow and the balance to be stained Olympic Charcoal Brown. Secure sign . with galvanized lag screws into heavy-type expansion shields. Use 3/4" thick spacer behind each lag screw at back of board. Letter style: Microgramma. Submit shop Layout for approval prior to manufacturing sign. Apply exterior type Valrathane,satin finish over entire sign, all surfaces. FOOD SERVICE EQUIPMENT Furnish and install and hook-up one General Electric (GE) standard heavy duty range Model No. CR50 or approved equal free-standing with thermostatically controlled 24" x 24" griddle and two 10" French hotplates. Include GE's CN 40 standard one-pan oven base. Range to have two 15-1/4" widegreasedrawers and two 5/16" high combi- nation vent/back splash at rear and large front and rear grease troughs with drain openings. Provide adjustable 6" logs. Stainless steel front, sides and back standard permalucent gray; oven dock reinforced steel; lining non�chipping. aluminized steel. Oven Is insulated on six sides. Electrical power input 21.4KW. Units wired for 208 volt single phase power stipply. Oven temperature range 200 - 500 F. Switch circuits protected by double-pole cutouts properly fused with standard cartridge fuses. Range to meet U. L. and National Sanitation Foundation Standards. Minimum of one year warranty against defects,cover parts and labor. Additional Hot Plates Top: GE or approved equal., Model CR45, 12" wide, 38" cooking top depth, two (20) size stockpots quarts, "AD-A-Foot" range, freestanding with twt) 10" French hotplates, 12" wide range to accompany Model No. CR58 above. Cont,,,Jns full width grease drawer; front and rear grease troughs. Standard stainless stef-']. front. 208 volts, single phase. 6" adjustable legs. 4.1 KW rated power input. Temperature range 200-850 F. Meet U. S. and National Sanitation Foundation Stondard.;. One year warranty against defective parts and labor., 00213 10A-4 , DISHWASHER One Jackson Model JV2413 under-counter dishwasher, 1./2 HP. Contains three racks (two dishwasher, one glassware/silverware) ; capacity at 1.00%=21 racks per hour of washing, 600 dishess'hour; one complete cycle '150 seconds. All hook-up by plumber, electrical by electrical contractor. Complete package with hot water booster;size 24"w x 24"d x 34-1/2. 4 GARBAGE DISPOSER Waste King Model No. WK50-1.; 115V -230V single phase, 18-1116" height. Do all required hook up by appropriate trades. VENTILATOR & HOOD Thermador or approved equal, stainless steel hood H62, 48" length with control housing, VR1000,900 CFM centrifugal ventilator; 10" round duct, thru roof, wall cap (rain proof) complete: 41 1 1 S i i M1 f l } 1, ' t S 1 k 1 1 1 1 10A-5` . .. ,. ,.. ,<z• ! ,. .._. .!. :... ,_ _. .lir.._ !, .r.. .. .. y,d{ ..3a . � SEC 10N 1% HEATING AND VENM AT ING The general conditions, special conditions, and other contract documents are compli- mentary and applicable to this section insofar as pertinent. A. Scope of Work: =.t 1. Work Included: All labor, material .and service required to furnish and install complete operating systems as hereinafter specified, including but ( not limited to: :i (1) Air Handling Equipment. (2) Controls. (3) Air Distribution. System. (4) Insulation. (5) Testing and Balancing. 2. Related Work in Other Sections: (1) Electrical B. Standards Applicable Specifications: 1. E.ch item of equipment (including controls) shn 11 be the product of manufacturer who has for a period of not less than five (5) years been successfully munufincturing the specified equipment and who, during the period, has published a nationally distributed catalog. Where tiro or more units of the same class of equipment are required, these units shi:11 be products of a single manufacturer. 2. Workmanship shall conform to best standards and/or methods of the p. rticul: r tri,de. 3. All materials shall comply to referenced standards and/or published speci- fications. 4. In case of conflict among referenced standards, codes or specific.*.tions, the one having the most stringent requirements shall govern. C. Governing Regulations; x 1. All work and materials shall be An full accordance with the latest. rules and regulations of the State Fire- Marshal, the. safety orders of the Division of Industrial Safety; Department of Industrial Relations and Part '+ .,.nd 5, Title 24 "Basic Mechanical Regulations" of the State of California Adminis- trr�tive Code; the National Electrical Code; the Uniform Plumbing Cede ;.,ind Uniform Heating and Air Conditioning Code published by the Western PlGtmbing Officials Association; Occupational Safety and Health Act; Contra Cost;- County regulations; and other applicable State and Local laws or regul,:tions. D. Licenses, Permits and lees: J. Provide and obtain r11 permits and licenses required to carry ,on ;and conaplet.e the work, and pay for all fees charged therefore including inspection fees. 15A-i 0021511.1 175 E. Air llandlinl; 1s�ui_pmcnl': 1. Scope: Includes all electric heating coils, air handling units, exhaust fans, supply fans, filters and appurtenances. Size and capacity as indi- cated on the drawings. 2. fans: All fans shall be rated and tested in accordance with AMC& require- ments. Oilers shall be extended to accessible locations. Enclosures r-nd housing shall have access doors for bearings, coils, impellers , drives, filters and tackomet-er readings. 3. Drives: a. Unless indicated otheii-iise, all fans shall have"V" belt drives ratccl Jnot less than 1-1/2 times tnoLor horsepower. b. Belt guards shall comply with State and local regulations. Bc1t guards shall have 16 gage expanded metal or wire fronts with at lr.ist 70% free area and tackometer holes. Also provide expanded metal or sol-.1 :aelal backs for guards per OS11A requirements. c. Motors shall be provided with adjustable pit-cli motor.. sheaves With 1,'1"d- point of the adjustable range equal to the specified requircment of fcn. d. After tests have been performed on ventilation system, or as soon res ascertainable, contractor will be required to male witlLout cost one. change in the sire of Lhe sheaves, if required, to obtain the requircd air quantities. e. Static pressures given on drawings and allowance for duct losses rre approximate. Contractor shall test fans and make any nCCeJJL i� ch%I,-C.'; infan drive to secure required air quantities. "1 4. vibration Eliminntora: Eliminators for faun and equipment shall be for one inch deflection and shall be as manufactured by Vibration l li,min- ator Co. , Korfund Co. , or Kinetics Co. );liminators shall meet stale e.�rttt quake requirements. 5. Heating Coil: UL listed "llarver" or equal electric duct hc:rt:er v'ith UL Listed contractor and limit- controls. Capacity as indicated. 6. .Cabinet Fans (Blower Unit-);_ Shall ,be Neij York Blower, Janit.rol of equ<:tl., e forward curved centrifugal fan. Units. complete with insulated 1►ousiiig and lt fier section. 7. Exhaust Fans: Jenn-Air or equal, cabinet type ceiling mounted .fans. F. Air 1)i.stri,buLion System: 1. Scope: Includes all duct- work, stir outlets, relief vents, ventilators, louvers and accessories. Finish as selected. 2. Materials: a, Duct work galvanized sheet metal gages, construction ind methods of bracing shall be in accordance with latest edition of,ASI11U%*E Guido, h ; 175 b. Dampers: (1) Splitter dampers shall be two gauges heavier than the duct they are in. Bearing shall be Ventfabrics "Ventlock" or equal. (2) Fire Dampers: American Warming Co. or Prefco, UL listed, State Fire Marshal approved. Provide =access door for each fusible link. Access doors shall be-labeled with 1/2 inch letters FIRE DAMPER. (3) ,iultiblade Volume Dampers: American Warming Co. , or AFFCO or equal, Type P-18 opposed blade with oil impregnated bearings and welded steel channel frame. (4) Damper Hardware: Ventfabrics or equal, No. 641 and 677 self- locking regulators. t (5) Louvers: Air-O-Lite or American Warming Co. , or equal, tyle as indicated. c. Flexible Connections: Ventfabrics "Ventglas" or equal, neoprene coated glass fabric. d. Inlets - Outlets: (1) Registers: Barber-Colman or equal, Model GIA.-GVOL with damper and removable core. "f (2) Return Grilles: Agitair or Barber-Colman or equal Model GER, fixed fin type. e. Turning Vanes: Barber-Colman air turns. f. Insulation: All toilet room exhaust ducts, all supply ducts, all return ducts within 15 feet of return grille and ducts where noted on the drawings, shall be lined with Johns-Manville or equal, 1" thick 1-1/2 PCF (K -=.25) Microlite liner. Application and finish shall be in accord- ance with SMACNA application standards. G. Controls: 1. Scope: a. The control manufacturer shall -furnish and install a complete -systeit) and/or systems of automatic temperature controls. Barber-Colman control equipment is listed as standard. b. System shall include time clocks, by ass switches , control panels, relays, thermostats, auxiliary switc es, transformers, control operritors and all accessories hereinafter specified and/or required for a complete system and/or systems. c. Control diagrams shown on the drawings indicate the desired opeiatiolt sequence. A 'complete control diagram including interlock wiring n n d operation sequence shall be submitted for approval. VV2 l5�1 3 ■ i " 175 2. Mnter iaIs: a. Time Clock: Paragon No. 7217-0 or equal, 7-day program clock with spring carry-over. b. By-Pass 'Eimer: Mnrk-'rime No. 90.002, spring wound 0-12 hours interv::l timer. c. Wiring: In accordance with Section "Electric Work" of these specifi- cations and color-coded. d. Control Panels: Cabinet-type with hinged, locked door and baked enamel finish. Wiring shall be neatly routed and tied. S. Installation: The temperature controls, control wiring and accessories shall be installed by control manufacturer. Motorized dampers, valves and equipment installed in conveying systems will be installed by conveying system contractor. Time clocks, interval timers , relays , master controllers and multiple contact controls shall be mounted on control panel. Control instruments (thermostats, adjusters, sensors, relays, etc. ) located in play areas, locker rooms and other hazardous locations shall have metal grille protective covers securely affixed to the construction. H. Testing and alancing: 1. Air Supply and Distribution Systems: a. Fans shall be operated for sufficient time to adjust air distribution system. After air distribution is adjusted to conform with dri^wings, static pressure, rpm and ampere readings shall be taken for all f:,ns and motors. b. The complete system and/or systems shall be operated for one cLty .ind temperature control system shall be checked for proper operating ind satisfactory operation of the system shall be demonstrated. c. Three copies of final tests and prior tests shall be submitted to Lite architect for approval. Test forms shall conform to Associated Air Balance Standards. After approval of the systems, all filters shall be replaced or cleaned. d. Test records shall include statements indicating proper operation of safety devices and controls, temperature controls and the following: Indoor and out-door temperatures at time of test. Velometer readings at air inlets and outlets. Air supply temperatures. S Ampere readings for all motore. Static pressure readings at suction and discharge -of all fens. Rpm readings for all fans. �. 15A-4 Montarabay Recreation Center SEC'1IUN 15B PLIVIBING GENERAL CONDITIMS: The General Conditions , Supnleinentary General A• Conditions and Special Conditions apply to work of this section. SCOPE OF 14ORK: A. The contractor shall be responsible for the installation of com- plete and operable systems as indicated on the drawings and/or described herein and shall include in his work the procurement and installation of all equipment, materials and devices , and the furnishing of all labor, trans porta ti,on , tools and service necessary thereto. B. All work and materials shall he in full accordance with the latest rules and regulations of the Fire Marshal , the Safety Orders of the Division of Industrial Safety, Occupational Safety and stealth Act, the local plumi)ing code, annlicable laws or reg- ulations. . 11othing in these plans or specifications is to be con- strued as permitting work not conforminq to these codes. The forenoino shall be construed as minimum requirements ; where drawings or specifications require quality in excess of these ' requirements the drawings and/or specifications shall govern. C. Major work included in this section -is: 1 . Complete system of sanitary waste and vent pipina , including all connections. 2. Complete system of hot and cold water piping , including all connections. 3. Plumbing fixtures , supports and trim, floor drains , traps , ' access panels , etc. , as required or as indicated. 4. Flashings, pipe sleeves , plates, hangers , anchors , miscel- laneous pining accessories and incidentals necessary to make such system complete and in operation. ' 5. Testing of systems as required herin. ti F. Complete system of rainwatr 1-arters inclu:iing all connActinns , 1 002119 1 , tt IN� 'I'?!'.!: W)T I ICU19Fn: The foil l nri nq items, related to til,, work unit r this i heading, arp includQd under the section indicated or arc- riot inclu ve in the contract. A. riectrical work. B. Paintincl, unless specifically required, shall he done as specified under. "Painting" section of the specifications . �- C. Architectural , sheet rrlet{il . i MATERIALS: 'dithin thirtv-five days (35) aftµr thr al-rrrd of the con- tract, submit to the Architect for approval five conies of a complete list of materials and equipment proposed for use, includinn vianuf- acturers ' names , catalog numbers and published data . For proposed substitutions include sufficient inforriatton to nnrmit jruirinvient of equality with the items Specified. Substitutions of items a•!hich , in the opinion of the Archi tort, are nqual in quality and uti l i t , to those specified, will he permitted, provided nnrmission for such substitution is issued by the Architect in vtritinq. Install no equipment or materials Without the: Architect's consent. The Arch- itect may require the romoval and/or replacement of any unapproved materials or equipment installed without change in contract price. RULES AM RCGULATIOVS.:_ All work and material,. shall he in full ac- cordance withthelatest rules and regulations of the State Fire 'larshal , the Safety Orders of the Division of Industrial Safet,R, the National Electric Code, the Occupational Safety and Health Act, the , Uniform Plumbing Code, published by the 1.4estern Plumbing Officials ' Association, Local 11ti l i tv Company, '•tater Qistrict and Sanitary MM District, Department of Public 4lnrks and other applicable State iac•rs or regulations . Nothing in these plans or specifications shall he cans trued as permitting ,•!ork not conformi nst to these-cures . PERMITS ANID FFFS: In general the county will secure and pay for all t ti 1 i t.y Fr,;-,;associated wits the Utility of all plumping Yiork on this project. This shill riot , however, relieve the Contractor of coordinating his work and performing all wrrk necessary for the complete nlumhinq installation as shown on the drawings or further described in these snecifications related to 11tility Companv Service. VISIT TO SITE: Visit the site of the building, take measurements and 6bta7nsuch other information as may be necessary for biddinrt. tdo allowance aqill he made for anv failure on �hv part of the hi(Wor to fami 1Tarize himself with the extent of the-work, or the circur,istancrc5 under which work is not to he done. 511PEP,VIS1011 AND NORK'1AMSHIP: Constantly supervise the -,sorb- and as, far as�possTblr, kehp the same foreman and workmen on the cork from commencement to completion. The workmanship of thv entire job must he in every way first class, and only experienced and competent workm2h will be allowed on the job . and, i 5L'-;' 00-/.20 �,1nPAn[ A'ln 5INP: Provide al l ter:rporary storarw and s';op roods that niay he required at the site of thrr sob for the safe and proper storage of tools, material,, , etc . These rooms shall ho cnnstructed only in the locations approved by the Architect and must in no ,•ray interfere with the prover installation and romnl(,tion of rthrr uorh , and shall hP removed by the Contractor at his rn•in exnrn within thrc days after having keen notified by the .Architec.t that such removal is necessary. INTERPRETATION OF nP.A':II(,rs:_ A. The drawinns are diagrammatic and estahlish the penr.ral r::cluirc ments of the work, the sizes of members and they relations of part Before la_yino out or installing any work. refer to the-r!rneral drarlinas (includinn structural , heatinn and ventflatin(j, electri - cal ) , for conditions and dimnnsions , and take all necessary measurements at the huildinq. B. If ami part of the plans or these specifications mov not z,;p(:ar clear or definite, appiv to the Architect for his interprotatio-) and instructions. '?n not nrocped with t"e t!ork affr�rtod until clarification is ohtainod from the Architect. -• INSPECTION OF A. All worl: and materials covered by these spni f icati; ns --hall Ix subject to inspection at all tinges by the Prchitact and .hi; authorized representatives . n. no not cover or enclose any V:orl before all roquired inspo:-tion< and tests . Anv work prematurely cl o%nd in shall he rooper,ed fnr iInPection. Restoration of all vrorl: (r,tructural and finish(-d). damaqnl therehv shall he made by the Contractor without Pxtra compensation therefor. 1ITILITirc : Comply with anplicabie ru1(!s of local titilit� compatOw'. ' furnishing service . Verifv locations of existinq utilities. ' het connecter! at ar- time that hest s6rvrs the convenience of the 0,,,; nL_I_G'1MFHT n'W GRAD'. F 101I)rPG^�IIt:) PIPE: 'l. ^ All Pi-P-7 shall he I'lid to the required lin^s and dra.dus . I'ittin'�s and v�ilvr.� shall hr' at the rMuired locations Lr.:i .•i joints centered spirints home ani. all valve stems Plulnh. 1;. Teii, orae, support, adrnwitp nrotection and maintr'ninre of -ill undargrnlrnd an:! surf icr iIti 1 i ty structures , drains , sewr!, and I h�, r , s n p I ar i of r oh ,tru..t�i��.i� n..ounter..c i n the nrogr.. .s of ttre uc.rlv be furnishers t,v the Contractor at his ov,n Pxrr.ns(, unrl^r the direction of the Architect. 00221 d ' c � ..lnPAUr in S!i')P, Provide all tempnrary strrarie and s►t7p roto:is that riay he required at the site of tht� •.ioh far the safe �rriri proper storage of tools, materials, etc. These rooms shall hn. cnh,- tructerl only in ter' locations apprnved by they Architect and must in no way interfere with the prnner instal latinn and cemnletion of nthnr work , and shall hp removed by the Cnntractor at his own hxnnn,a within thrr.-_ day, after having been notified by theArchitect that such rr.noval is necessary. ' IIITERPRETATI-111 1IF !?ONIII:GSt_ A. The drawings are dia4raom.atie and estaHish the ouneral rurluirc ments of the work, the sizes of members and the rnlatinns of pant-: ' Before laying out or installing any work; refer to the rinneral drai�rims (includinrt structural , heatino and vpntilatinn,' electri- cal) , for conditinns and dimensions , and tal=e all necessary measurements at the. huildinq. Il. If anv part of the plans or these Specifiea-tions may not a;.near clear or definite, apply to the Architect for his interprotatiott ,and instructions, rtn not nroceed with,_ the ti:iark ,tffer:tr�tl until. clarification is ohtainr-d from Lee Architect. .. INSPECTION OF VnP.K:-- A. All work and materials covered by these snc-cificati;,ns s I.,ill i=ct ■ subject to inspection at- all tinges by the Architect and Itis authnrizin.d representatives . i:. no not cover or anc i ose any wort- before all ro.-m i reel i ns rt=•.t i ow` ani! tests . Any work, prematurely cln%nd in shall he reopin't- i fill. inspection. ".estor.ition of all wort: (structural and finish(-d) danrtarin-1 thereby shag l be made by they Cnntractor -wi thnitt extra compensation therefor. UT11.1TIr! : Comoly with anpl'icahle rule, of local utilityCuinparric:s .. fu'r�niiliGg service. Verify locations of existing utilities. r rill, he cnnne'cted at art, time that hr+st servt's the convenience of. the Ow tic.v : ^LIG' }1FFIT AIM GRi`n .OF 11Mr'i?t;^r11iI'i PIPE:• 1. All pipe! shall bn laid to the required l in-s' and drra:ir:s . Fit•tinas and valves shall he, at the rdgriirr:rl' lorat:inns; an.l. :rit��:'' jnints ce►ntdre'd •spirints home and all valve. st mis. pluinh`. I+. Temporary: Support, adnnuate nrntpction and maintnnancr of :i.11 :. undargrnrind Sana' surfarr, litility structures., drains, other obv;truct•ir-ns encountered in On nrpgr�e,s of the wirl- .shad .....: . - ... . tie .fornished t-v the Contractor at his own. expnnsie under ter► direction of the Architect. .. ' 0022 i 1. ,n 7. 1 1%^ fit#. .. ..... .. .. .... ..:. ..........,tt'i:9"{;�Z:+.:fl;.,: .pit proper consolidation or that might cause %Wlsiquent settihrrent. It shall be compacted thoroughly by tamping in layrrs . ■ r s H. Restore and/or replace paving, curbing, side+:alks, gutters, 4 shrubbery fences , sod or tether disttrrl,ed s=jrfar..c nr structure. to .a condition equal to that before +•torE. penins, and to the satis- faction of the Architect. In restoring improved surface. cot piety neer pavement is required. I . All dirt, rui:hish and nxcAss earth from excavation shall 'in hauled to a dump prnviOpd by the contractor, and the ronstrurtint) site shall be left clean, to the satisfaction of the 'irchitcrt. FITC: A. Brass ripe: shall i}P mane to conform to R.S.A. Snerific.itinns.• 11-27-1 , latest edition. fi. Steel Pipn: shall conform to A.S.T."i. Standard ^-1^n. nine shall : ; be Schedule AO except as othentise snecified, black or galvanize(, as specified hereinafter. C. Copper Tubinq: shall cnnform to X.S.A. Specification II-^51 , lata t, edition, and shall be Tvne L 'or K as specified hereinafter. n. Cast Iron: shall he service weight A.S.A. n.413.1 , nm-ri can 'i'ra�s . Iron Foundry 'or equal . bell and spigot with lead and oakum' .joints. Clav pipe shall he Bell and Spigot snap seal or enta). 'icy-liur not acceptahlsR. FITT ItIGS: A. 'lalleahle Iran Fittings : Crane or Waivrorth, 150 or :inn pound fittings threaded, with flat hands , ,9alvanirrcl or black as here- inafter specified. 13. Iinions: ^rano do. 510 or Walworth No. 7711i for steal piping. ?' 1 size and smaller. r•teldina flanges or standard cast iron flanged unions for steel piping 2 1/2" and larder. C. Flange 3olts and Gaskets: Cranite' 1/16" as+restos sheet paci:inr coated with thread lubricant when being installed. Flange bolts shall be open hearth steel , with square heads and hexagonal nuts . 0. Copper Fittings: including type Mwestex.and vent pining shall hs '•fuel 1 er "Streamline" wrought conger fi tt1 nqs and ground joint unions; joints made with 05-5 solder. F: Brass Fittings: 125 pound standard bronze alloy, screwed.. ■ • 1, 00'22 l' r P tea'' 2.1. ti f Q WASTE A11D VE11T PIPING: A. All underground waste and vent piping service r;Lhts. cast iron soil pipe and i'-►i:t-Angs. B. Waste piping 3" and larger - service weight soil pipe fittings or type 11 coppi�r. C. Waste piping 2" and smaller -- standard weight galvanized stcol pipe with cast iron (Durham) drainage fittings. D. Vent piping 3" and larger - service weight soil pipe and fittings , or type M copper. E. Vent piping 2 1/2" and smaller - standard weight galvannized sIxel tpipe with cast iron (Durham) drainage fittings , or type hi cobner: F. Vent through roof shall be flashed with four-pound lead flashing with flanges extended 10" on all sides of pipe. Counterfiash all vents with "Mechanically Designed Products Company" cast iron ring. 14ATER PIPING: A. All above ground lot and cold crater piping shall be type 1. hart! dravin deoxidized copper tubing with i-&ought copper fittings made up with 95-5 solder. Screvied connections shall be made with I.P.S. red brass fittings. B. All underground piping shall be type K copper., VALVES: .. r A. Gate, glove, angle and check valves for Crater piping shall be E Red-White, or equal . Valves for copper tubing shall have I.P.S. threads with adapters union ends. Solder valves are not acceptable. Note. There sliall he a union at cacti valve and ,tt each like item. All equipment chain have unions to disconnect all equipment. ' t 15t3 6 d ` 2i l so T,y_pe Size Red-Wh i to Ho.. Gate 3" and�smaller �.- ?.Of,�. Gate V and larger 206 Globe 2 1/2" and smaller 21i Globe 3" and larger ?11 Check 2 1/2" and smaller ?3n Check 3" and larger ?30 ■ ACCESS PANELS: This Contractor shall furnish access panels where ■_, shown on the drawings or required for access to shut-off valves; shock absorbers and other plumbing items concealed in walls or ceilings; whether indicated on drawings or not. Access panels shall be Inland Steel Products Company "Milcor" or approved equal , complete with Corbin locks with BLL-7 key. I IISULAT IOM:_ A. Interior Cold Water Lines 1/2" - All interior concealed W F. or. above~cold tiva.ter lines r—xcPnt sprinkler fire lines shall be in- sulated with Fiberglas Sectional Low Pressure Pipe Insulation with the factory aoplipd vapor harrier. Insulation shall be applied to the pipe with side and end joints butted tightly. The factory applied vapor harrier shall be adhered smoothly and securely over all end joints with a vapor harrier- adhesive to insure a continuous vapor harrier. ' 13, All fittings shall be insulated with Aerocor tightly wrapped and covered with a thin coat of insulation cement to a thickness flush with adjoining insulation. After the cement is thoroughly dry. ' all fittings shall he coated with a 1/8-inch thick aiet coat of Benjamin Foster C-1 mastic or approved equal . While still tacky. a layer of Glassfab shall be embedded in the mastic. After the initial coat has dried, the fittings shall, be finished with a heavy brush coat of the mastic, b ' 15B 7 :J r C, Interior Not Dater .3/4 - All intrrior hot water, hot water re- circulating, and tampered lines shall he insulated with. Fiher91as Sectional and i_rn.; Pressure Pipr. Insulation. Insulation shall he applied to the pipe with side and end joints buttal tinhtly. The factory applied canvas ,jacket shall he hast-d smoothly at lonni - tudinal and circumferential joints . All fittings shall- he i nsu- lated with Fenco All -fluroose Cerient to a thirl,npss flush with adjoining insulation and finished with a lirlht-weight canvas securely pasted in place. PIPE HANGERS AUD ACCCSSORLES: Sunerstrut as follows: A. Individually suspended piping - shall he sunportPd by C-71.1 or C-713 hangers, complete with 411-104 all thread rod. 4C-713 hangers to he used !hen nine is subject to slinht mnvr�mpnt Due to thermal expansion. Pipe hangers to be manufactured of 1 minimum width steel . B. Trapeze suspensinn - for three or more nipes in the sane plane . Superstrut 1 5/8" viidth channel of a size suitable for load, in accordance e,ith manufacturer's puhlished load ratings . An de- flection to excped 1/1'111 of a span. C. Traprize- sunporting rods - shall he of a diameter sufficient to support the load with safety factor of 5. . Rods shall he securel-y anchored to the building) structure. 1). Pipe straps - to attach pine to channel , shall he 11702 for stand r-'t 0 pipe, #701 for copnrr. F. . Size - where insulation 'is rpgui red, MC-711 pipe hannors shal l I., sized to allow pipe Ansulatinn to pass continuously through thri hanger. 4702. and B7nl pipe straps shall he furnished with 1715 and g71F isolators, to allow insulation to butt to pipe strap: 4C-713 hangers may be attached directly to pipe. Insulate over hangar. Pipe .Size Rod Size 1 2" and smaller 3/11nit to 5 1/nil 6" to 9" F. hangers Spacinr) - all horizontal piping 4(other, than soil 6ipO shall he supported with hangers spaced at maximum cr'nters as liste;J below. Nom. Pipe Size 1/2. 3/7 1 1 1/2 ' ? 1/2 3 4 5 C Max. S.paci ng Ft 5 ' 61 7' o' .10 ' AV 1 ?' 14 ' 1 C� 17' Soil Pipe: 5'-0" on center maximum; 1 at each hell mininuri. i i 0022 S" z , G. Vertical Pipe Risers - supported wi th PC-720. el!. Isolators - install 41715 or 811716 isolators tit all hangers and clamps supporting bare copper pipe and tubing. PROTECTIVE COATING: Protect all steel piping installed underground t:h Kopper's Flo. 7()-B primer and No. 70-B enamel , or equal in oval i t, and utility. /!nply bpi the spi nni nn method to a thickness of 3/32" and wrap with 15-6ound coal tar saturated asbestos felt while. enamml is hot. Coit and wrap fittings and field joints with same material to provide equal protection. 1L1_1"!?I'!G F'IXTURFS: General Requirements - fixtures shall be as shown oil the drawincls, cnmpletn as desr_ritind in manufacturer's catalog unless modified herein. See drawings for locations, rluantities , fixtures date_ numbers, and sizes of connections . Enamelware shall have "Acid Resisting Enamel". Fixtures shall be factory drilled specifically for trim and supports reaVirod., as faucet hole covers , etc., will not be accepted. ItISTAI.L T VY] OF PIPING: A. General Requirements - contractor, shall install 'a1.1 piping so th��t ace is occupied, fu a minimum of space p r isltinct all necessary fittings ; � • and offsets. Snaces provided in thp design of the huilding for ' installation of ixchanical work, shall be utilized and the con tractor shall burr, all pipe within the furring lines established on the architect:irral drawings, unless pipes are shown exposed. Should additional spare be required, it shall be arranged for by the conVactor in proper time to prevent unnecessary cutting. The contractor slial1 cio all cutting necessar,v to his work and shall make all repairs. Il.. Sleeves shall be installed wherever pipes pass through floors,: walls and partitions . Sleeves shall be 1 " larder in diameter. • : and concentric with pipe. Where pipes go through fittings ' sheeves shall be "Adjust-G,Crrte", or equal in quality and utility.; All pines passing through sleeves' underground and/or slabs or grace shal l have clearance caulked with oakum and mastic sealed to crake watertialit. . Chrome cover the sleeve openings and inside.. .. diameter to fit snug around bine passing through finished floors, walls and ceilings . ' C Domestic Water Pining - run generally level , .free from traps or unnecessary bends. Arrange, and valve to provide complete drain age and control of each. system, Install all piping as to avoid unde_;irable noise from mater flow under operating cof dit�ions. Ali pine sizes given are nominal inside diariieter sizes . rrnless . othen':ise note!. Provide 1?." cai�l�ed air chambers on each fiYt[rre connection not having. hock absorber. There shall he a unian at. eacii Valve or equinment. Thera shall he a dielectric anion at, each location. there is dissimilar m0tals: Provide escutchens at all locations wh em pipes passt;hru. finished surfaces. a r Connections between copper and steel shall he EPCO dielectric unions or couplings , or equal in quality and utility. All hot and cold water pining shall be type L copper tubing above grade and type K below grade with wrought copper fittings , includ- ing copper IPS fittings and adapters. Connection to fixtures shall be made with IPS brass nipples, terminating tubing with drop ell or other IPS adapter fitting capsule of secure anchorage to building structure, in order to prevent strain on tubing when tightening screwed piping. TESTS: A. Pipe systems shall be tested and proven tight by pressure tests prior to covering or enclosing pipe lines. Tests shall conform to local code requirements , but in no case less than the follow rM ing: $�s: "lin. test Min. test Method System pressure period of test Waste and vent As required by local building dept. Domestic hot °t cold water 150 PSIG 50 min. hydrostatic- Waste and vent In feet 4 hrs. hydrostatic. B. This contractor shall test any portion of the installation as may be required by the Architect to determine specification compliance. C. One test on the comnlete installation shall he made with all the fixtures and other appliances connected and operating to demon- strate the successful operation of the various systems. The con- tractor shall furnish all labor, materials and equipment required to make these tests. Accpetance tests shall be made in the pre- 15B, re ti _ 15Ii. 10 z 09 218 sence of the engineer, and tests shall he reneated after repairs are made until satisfactory test is obtained'. Should and piece of apparatus or anv materials or work fail in anv of these tests, it shall be immediately removed and shall he replaced by perfect materials . STER I L I 7.AT ION : A. All water lines, fittings and valves and connections must he sterilized after installation. The following method shall he used and performed by a recognized testinq lahoratorv. After all lines are installed, tested and made tinht . a mix- ture of chlorine qas and eater shall he slowly introduced into the pipe as a small amount of water is withdrawn from the end of each line or branch. After thu lines have been completely filled with the treated v,ater they shall be left under full pressure for 8 hours, during which period all valves shall he onene.1 and shut several times. B. The concentration of chlorine must bn fifty (,n) parts in one million and this concentration shall he maintained throuqhtout the 2 hour Period. After completion of the 4 hour Period the lines shall he flushed with clean water so that the concentration of chlorine will not exceed two (2) parts in one (1 ) million. HI11IM11M RE0111REMENTS FOR FINAL ACCEPTANCF: A. Prepare, or have prepared, the following documents for use by the Owner: 1 . Three copies of maintenance and parts lists including exploded views for all equipment furnished. 2. Certificate of sterilization of water piping as prepared h v laboratory. 3. Comnlete set of "As-Guilt" drawings dim?ntioned on a renroduceahle tracing. The As-Built drawings must he current on a clean set of dravoinns. These will he checked at each pavmpnt period and the payment will not he approved if the drawinqs are not current. The drawings shall show depth of burial and location from a fixed location. 4. There shall be a valve Schedule shoving use. P1.n, or N.C. posted in a frame under glass as directed by County. . Each valve shall have a number or a 1 -114" round hrass taq secured with brass chain shoeing :1 .0. or N.C. 11. Furnish Owner with all �, vs, valve wrenchek, cleanout wrenches , etc necessary to operate all equipment. C. All piping accessories , equipment, fixtures and trim shall he clean, factory finishes restored where damaged, and all equipment in operation; ready fnr demonstrations. All debris shall he removed from site. D. Plumbing contractor or his qualified representative shall he Present during inspection. ]513-] 1 (11(APANTCE: The con tractor'0 attrnt.ion is nspecia v called to t(,r paragraph. "Genpral Unditionsa regirdinq quarant^(!s , and the folk, ire , . The contractor :hall auarantee tho ^ntire plunMinq system and equiii AN: against SAO, in material , workmanship , nr fi�ilur to f;►llo;1 t.l drawings or specifications , for a period of nnh y-or after final j ceptance , and shall male gill necessary repairs , ropl<' cements at Q roquest of. and to the satisfaction of, thn Qchitec-t , including fru servicinq of the nquiPmW OMAN by the contractor. -ithin the ona year period. AS-BUILT DRAWINGS: Must 'be current on a, clean set of drawings. These ,0 1 - be checked at each payment period and the payment will not be approved 1E the drawings are not current. The drawings shall' show.depth' of burill ,gnd ' location from a fixed location. � f SOLIDS ONTO 1 MY woman; 1 ME` y a � J t �;J ! •� 7 1 r t A 5 (lik (t town J o s t aY r Y n t t , No 11 < f 111MIMI 1 t c .�!7a'}1.i�'FtO�a i-i� 4 s 5• 4, L it Vol fr- r ' SECTION 16A ELECTRICAL • GENERAL CONDITIONS: The general conditions , special conditions , and other contract documents , are complimentary and applicable to this section insofar as pertinent. SCOPE OF 14ORK: Furnish all labor, materiels, apparatus , tools , equip- ment, transportation, temporary construction and special or occasional services as required to make a complete working installation of all t electrical systems shown .on the drawings or described in these speci- fications. The work shall include all materials, appliances and apparatus not specifically mentioned herein or noted on the drawings z as being furnished and installed under another section. The general extent of the electrical work is shown on the electrical drawings, mechanical , plumbing and architectural drawings, and includes , but is not limited to the following items: A. Electrical service shall be as shown on the drawings. Main switchboard with provisions for Power Company's current transformers and metering. Branch circuit panelboards. Electrical feeders. All branch circuit wirinq, and wiring devices for lighting, receptacles , appliances and electrically powered equipment or apparatus, including wiring and connections to motors and motor controllers. Lighting fixtures and lamps. Trenching and backfill for electrical work if required. Connection and testing of electrical appliances. ' Temporary light and power for construction purposes during the period of construction. ■ Cutting, patching and caulking for all penetrations required for electrical work. ' Telephone terminals, conduit and outleis for Telephone Company's telephone system. Conduit only for low voltage control wiring for I1VAC and Plumbing .Systems. As-built drawings. 16A-1 00231 Stubs and sleeves for future expansion, CODE REQUIREMENTS: All work shall be performed in accordance with all applicable requirements of governing codes, rules and regulations in- cluding the following: A. National Electrical Code. D. State of California, Administrative Code, Title 24. C. Rules and regulations of the local power company. D. Rules and regulations of the local telephone company. E. All pertinent city and county codes. . F. O.S.H.A. PERMITS MD FFES A. In general^ the county will secure and pay for all utility �. fees associated with the utility connections of all electrical work on this project. This shall not, however, relieve the contractor of coordinatinq his work and performinq all erork necessary for the complete electrical installation as shown on the drawings or further described in these specifications as related to utility comoany services. .,r G. Provide properly signed "Cortificates of Inspection" hefore work is accpn tpd. VISIT TO SITE: Visit the project site, take requisite measurements , i and verifv exact location of buildings , utilities, and other facilities, and obtain such other information as is necessary for an intelligent bid. No allowance will subsequently be made by the Architect or Owner for any error or omission on the part of the bidder in this connection. DRAWIIIGS: The electrical drawings which constitute an integral art ot`h`is contract, shall serve as th9 e working drawings. They indicate diagrammatically the general layout of the complete electrical system, including the arrangement of feeders, circuits, outlets, switches, controls, panelboards, service equipment, fixtures, special systems, and other work. Field verifications of scale dimensions taken from drawings are directed since actual field locations, distances and elevations will he governed by actual field conditions. Review architectural , ' structural , mechanical and plumbing drawings and adjust work to conform to all conditions ind Uated thereon. Dis- crepancies shown on different plans, or between plans and actual field conditions, or between plans and specifications, shall promptly be brought to the attention of the Architect for a decision. SUPERVISION: Contractor shall personally, or through an authorized and competent representative, constantly supervise the work from beginning to completion and, within reason, keep the same workmen and foremen on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested during inspections. 00232 ■ COOPERATION WITH OTHER TRADES: Cooperate fully with other trades , doing work on the project as may be necessary for the proper com- pletion of the project. Refer to the architectural , mechanical , plumbing, and structural drawings for details of building structure and equipment installation which will tend to overlap, conflict with, or require coordination with the work of this section. All work in this section shall he scheduled as to avoid anv overlapping and con- flict and to effect such coordination as may be necessary for the building as a whole. PROTECTIO14 AND CLEANING: During construction, protect all work from tet or damage by acc ent or otherwise. Upon completion, repair all broken, damaged or otherwise defective parts, or replace, at no added expense to the nwners. Remove all debris and unwanted excess materials from oroject site and leave site in a clean condition, satisfactory to the Architect. GUARANTEE- All work and materials provided under this section shall be guaranty free from defects in materials and workmanship for a period of one year from the date of acceptance of the work: Upon notice, any such defects which develop during the stated period shall be promptly corrected to the satisfaction of the Architect and at no cost to the Owners. s SUBSTITUTIONS: A. It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, specific iterns are identified by manufacturer, trade name, or catalog designation. B. Should the Contractor propose to furnish materials and equipment other than those specified, as permitted by the "or approved equal " clauses, he shall submit a written request for -any or all substitu- tions to the Architect. Such a request shall be alternate to the original bid; shall be accompanied with comolete descriptive (manufacturer, brand name, catalog number, etc. ) and technical data for all items, shall indicate any addition or deduction to contract price. Proposals to furnish alternate materials and equip- ment shall be submitted with the original hid. C. 11here such substitutions alter the design or space requirements Indicated on the pians , the Contractor shall include all items of cost for the revised design and construction, including cost of all allied trades involved. D. Acceptance or rejections of the proposed substitutions shall he subject to approval of the Architect. If requested by the Archi- tect, the Contractor shall submit for inspection samples of both the specified and- the proposed substitute items. E. In all cases where substitutions are permitted, the Contractor shall s bear any extra cost of evaluating the equality of the materials and equipment to be installed, 1GA-3 00233 SUBMITTALS AND SHOP DRAWINGS: Within 25 days after award of contract six F copies of a complete submittal , consisting of catalog cuts or brochures of materials and shop drawings of equipment proposed for- use, ■ shall he deposited with the Architect for approval . The complete electrical materials and shop drawings submittal shall he made at one time and shall he presented in a hound brochure form with covers and index. Loose leaf submittals will not be accepted. A. Submittals shall clearly indicate: 1 . Tag, mark or number by which item is identified by contract documents. 2. Complete dimensional data and descriptive information. 3. Elevation views for complete representation. r4. Construction details and arrangement. 5. Location; and sizes of connections. 6. Nameplate legends. 7. Finish materials and colors. fl, Submittals shall include: 1 . Liqhtinq fixtures. ■ 2. Electrical outlets and devices. 4 3. Any materials or accessories related to the above, except. of a general nature (piping, conduit, fittings, bolts, etc. ) ._ 4. 61ain switchboard (shop drawings). 5. Lighting and power panelhoards (shop drawings) . . h. Any other electrical equipment calling for shop drawings in other paragraphs of this specification. C. In submitting shop drawings or data at variance with the specifica- tions or plans, the Contractor shall assume full responsibility for function and conformity to space requirements, as well as the ' coordination of all other trades whose work might be affected by a change or substitution. MAINTENANCE AND OPERATING INSTRUCTIONS: A. upon completion of the work, furnish maintenance and operating instructions together with catalog cuts and service details of the ■ 16A-4 90231 . equipment installed. This shall include parts lists , parts numbers , and other pertinent data for all equipment requiring maintenance , special adjustment or operation. The above information shall be ® delivered to the Architect in triplicate before final certificate of payment will he issued. B. At the time of occupancy, arrangements shall he rude for manufac- turer's representatives to instruct buildinq operating and mainte- nance personnel in the use of any equipment requiring operation and maintenance by building personnel . AS-BUILT DRAWINGS: A. At start of work, the Contractor shall hP furnished one set of sepia transparencies of the drawings relative to this %gork. The responsi- bility of obtaining said sepias rests with the Contractor. B. As -built drawinqs shall be prepared once each month , before progress pavmpnts -shall he annrnvpd, on a clean set of nrints. As built drawinns shall show actual location and/or depth of burial of all equipment and materials so related to below floor or grade intallation. Final as-huilt drawings upon completion of the contractural work shall he on transparancips , which shall show location and identification of equipment, location of disconnect switches and size and location of conduits , Ptc. , as huilt drawings shall 'he completed prior to acceptance of electrical work. TEMPORARY FDWFR: A. Under this section include all labor and materials requisite to provide temporary power for lighting outlets, power outlets for hand tools and larger machine tools, and connections to temporary pumps or other motors which are necessary for the prompt completion of work by electrical and other trades involved during the period of construction. R. Arrange vilth the serving utility at an early date to provide facilities for temporary Mower. If for any reason power is not available when needed, power shall he provided by a gasoline or diesel engine generator at Contractor's expense until such time as utility company power is available. PRODUCTS AND 'tATFP,IALS - GMERAL : A. All materials shall he new, of the besd quality for the purpose intended, and where applicable, shall conform to the requirements of Undertiriters ' Laboratories, Inc. and shall bear said Label . Except as otherwise snPcified, preparation , handling and instal- lation of materials furnished under this section shall he in accnrdance with manufacturers' instructions and technical data pertinent to the product specified and/or approved. w B. Where materials, equipment; apparatus, or other nroducts are specified by manufacturer, brand name, type or cataloq number, 0023J 16A-5 such designation is to establish standards of desired quality and style and shall be the basis of the bid. Materials so specified 0 shall be furnished under the contract, unless changed by mutual agreement. 11hprp two or more designations are listed, choice shall be optional with the Contractor. PRODUCTS AND MATERIALS - SPECIFIC: A. Conduit 1 . Rigid steel , full weight, threaded, hot dipped galvanized or sherardized. Conduit bushing shall be OZ type A or T 9, B series ?00. Grounding bushings shall be T & D series 3800 or OZ type ICD. 2. Electrical metallic tubinq, hot dipped galvanized or sheradized, connectors and couplings shall he the compression type, set' screw tvpe not acceptable. Connectors shall have insulated throat. 3. Watertight flexible metallic conduit shall he "Sealtite" flexible conduit with T & B series 5331 connectors or equivalent by Appleton. 4. Minimum size conduit shall .he 3/40 C. B. Outlet Boxes 1 . Boxes for dry locations shall be one-piece, galvanized steel , minimum size 4" square or octagonal x 1 1/2" deep. 2. Boxes for exterior use or in damp or wet locations shall be Crouse-Hinds Condulets, Appleton Unilets or Killark Adlets, complete with covers, neoprene gaskets and threaded hubs. C. Pull Boxes 1 . Junction and pull boxes shall be standard outlet boxes where- ever possible, otherwise code gauge galvanize'd steel of required size with covers sealed with cadmium plated machine screws 6" on centers. Where pull boxes are installed in exposed areas, they shall be finished with one coat of dichromate primer and two coats of ASA #49 medium gray baked enamel and shall be built from approved shop drawings. 0. Wire and Cable All wire and cable for secondaryower shall be new and shall con- form to latest requirements of ff.P.C. , shall meet ASTM specifica- tions and shall bear UL label . Conductors shall be soft drawn copper with 6n0 V insulation as hereinafter specified. Wire and cable shall be as manufactured by Rome Cable Company, General Electric Company or approved equal . 16A-6 ■ 1 . Minimum conductor size shall be 7-1712 AWG. 2. Interior wiring shall be as follows; ■ a. 13 AMG and smaller shall be solid copper type TW or as noted. b. 16 AMG and larger shall be stranded copper type: 1`1141 or as noted on drawings 3. Color code P8 rind-smaller throughout. For 1#6 and larger case Brady phase color tags at boxes and other terminal points. E. thre and Cnble Connectors '{ 1 . T Qt 3 one-niece type RP12, self-insulated connector for '11 t? wire or smaller or MMM Co, Scotchloks. 2. For #8 and compression larger use T A B connectors series ' 9 54000. ■ 3. Splices 300 volts (phase: to phase) and below shall be insu- lated with tiro layers of Okonito rubber- tapo at 1/2 lap a11d two layers of ;•lanson friction tape at 1/2 lap, 4. Splices above 300 volts (phase to phase) and up to 01,10 volts shall be instilated with one layer of varnished cambric tape 1 1/2 times the thickness of the %-iiro insulation and covered with two lagers of Monite rubber tape at 1/2 lap attd Wo layers of Manson friction tape at 1/2 lap. N t r` Splices in wot or damp locations shall be covered with flee layers of 0koprene weather resistant tape at 1/2 lap, and two coat, of Glyptol paint. F. Conduit Supports and Hangers Kindorf, Unistrut, or approved equal. G. Swi tches Arroa Bart, fluhl}el 1 , Sierra, or approved equal , 20A, 125Vto 277V rated for use on fluorescent and tungsten fiIament 1amp. loans, , ivory, brown or gray finish as selected by the Architect. 1 . sps,r Ail 1991 ?_. Three wav Ali 1993 Pilot light.s for the'above swi tches shall he All T1376 wl th T.-S-6 6 ' watt Lamp. 3. Ther-mal snitches for fractional 1111 motors shall be All RL-21 (surface mounted) or RL-21-F (s=lush mounted). 4. Weatherproof switches shall have Crouse-hinds DS 185 covers or approved equal . I.I. Recentacles Arron-Hart, Hubbell , Sierra, or approved equal with ivory, broan or gray finish as selected by the Architect. 1 . Duplex,. 20A, 1255, 3 wire, groundable-Ail 5762. 'Heatherproof receptacles in exposed locations shall he in cast FS ' s or, FD boxes with Crouse-hinds DS 136 threaded cap housing. I. Device Plates 1 . Sierra (S series smooth stainless steel) P 2. Telephone and signal system device plates shall have 3/8 diameter bushed hole. 3. For surface mounted sheet steel boxes use Appleton 8300 series box covers. J. Lighting and Receptacle Paneiboarcis_ Shall b^ as manufactured by Sylvania, or approved equal . Shop i drawings are required. 1 . Branch circuit panelhoards shall be of the circuit breaker type with nui-jiber and ratings of branch ci rcui is as indica ted on drawings. 2. Panels shall be arranged for service as shorn on the drawings. . 3. Circuit breakers shall be as called for on the drawings. 4. Panel trims shall be, furnished for flush or surface mounting as noted. Surface mounted panels and trims of flush mountod panels shrill be finished with one coat of di-chromate metal printer and two coats of ANSI No. 49 medium (fray anamcl . 5. Cabinets shall be provided with stretcher-leveled steel doors of code gauge thickness with concealed butt. hinges. Panel doors shall lie single door construction with combination spring catch lock on inside edge of door trim. Lochs on all panel t hoards and sviitchboards shat1 be keyed alike J - 16A-£3 Note: Breakers not: to be used as switches. fa. All wire and cable shall be bundled with T 8. g TY-flap series TU 525 and TY 535 bundle clamps. 7. Furnish lockouts for branch circuits where required by code. 8. All panels shall have spaces indicated equipped with provision for future breakers. 9. Panelboards shall be provided with typewritten circuit directories a. r mounted under plastic in G11 r, f;ti metal frame on intorior. sur'r ace Of na.nel door. 'rach panel.board shall be labeled. 10. All panel bussing shall be Copper. Y.. blain Switchboard Shall be as manufactured by Sylvania, or approver! equal . Shop drawings are required. 1 . Switchboard shall haves provisions for power company's current transformers and meters ng in accordance tri th po.,rer coampany re- quirements. e-quicements. 2.. S,•ritchboard shall bo dead front, dead rear, free standing type complete .-lith all circuit breakers, s.ri tches and accessories shown on the drawings and coliform to standardized ll.U.E.S.S C. w design, or P.U.f.S.R. design if acceptable to power company, shall bear ISL labral and shall comply with all requirements of the serving utility. �. 3. All bus shall be copper with a current density value not in -� excess of MOO amperes per square inch cross section. P-Drizon- - tal bus for cross-bussing to adjacent sections shall be 10j:atcd at the back of the switchboard section and mounted in a vc"tical edge-to-edge configuration. It shall be preptinched to st�anddrd- i ized dimensions in ampere capacities as specified. Ali joints shall lie silver elated to assure maximum conductivity with a minimum temperature rise. Bus supports shall be of molded' Seallite having high impact strength, high ,arc resistance and e low moisture absorption. All bus structures shall be .braced as required to meet.tlEF�,'1 Standards for a minimum of 35,000 RMS amperes short circuit current. 4. Each circuit breaker shall he provided with a permanently attached engraved nameplate wi Lit screws. r. Circuit breakers shall be 40 degrees centigrade ambient temper- ature compensated. G. All hot and cold .rolled stool parts shall be pre-treated by the 0akite Cryscoat Process to provide an iron phosphate deposit of 60 to 90 mi 11igrams per square foot of surface. 039 TGA-� Following this conditioning and coating for increased resistance to corrosion, there shall he a gray, baked prime coat and two coats of ANSI #49 medium gray enamel . Outdoor enclosures, where specified, shall he galvanized steel , pre-treated with Xylol and finished with baked blue-gray enamel . 7. Switchboard channel base shall be securely bolted to floor with �. heavy anchor bolts. Align panel to true position. 8. Furnish lockouts for all distrihution panel circuit breakers. L. nisconnect Switches _ Shall be general purpose type, 600 volt, or proper size and rating, in NEMA i or NEMA 3 enclosure as required, with externally operable handle capable of being locked on or off. Switches shall he non- fused unless othen4ise specified. Where fuses are to he provided, use Economy renewable delay type. Switches shall he as manufactured by Square D Company, or approved equal . ti. Lighting Fixtures Shall be as specified on the drawings, furnished and installed com- plete and ready for service, including lamps . The finish of all fixtures and trims , not specified, shall he suhmitted to and approved ■r by the Architect. Fixtures shall he wired with an anproved type fixture wire. Ballasts for fluorescent fixtures shall be one or two lamp ddPF as manufactured by Advance, Jefferson or approved enual . Balia'sts shall incorporate a thermosettinq dry-fill and shall be protected by an automatic-resetting thermostatic type protector. Ballast thus protected shall he labeled "Class V and shall be CRM/ETL certified. Rapid start ballasts shall have an "A" sound rating. Lamps shall he as manufactured by General Electric Company, Svlvania, Westinghouse, or approved equal . Lamps selected for the project shall all be of one manufacture. N. Wireways and Gutters Wireways shall be built of not less than 16 gauge galvanized sheet steel formed to size shown on the drawings and provided with 3/4 wide return for attachment of cover plants. Cover plates shall extend to outer edges of wireways. Adjacent plates shall fit with close even joints. Cover plates shall he fastened to wireway return` edges with PvPnly spaced cadmium plated machine screws in drilled and tapped holes. The interior surfaces of wireways and covers shall Q he given one coat of primer and one coat of rust-preventing paint. All exterior surfaces shall he given one primer coat and two finish coats of ANSI 041 baked on gray ename] . 16A-lA 9i)940 EXECUTIOU: GENERAL: A. All wiring shall he installed in an accessible conduit system which shall he electrically continuous throughout. The conduit system shall he concealed unless exposed work is clearly called for on the drawings. !there field conditions require indicated conduits to he run exposed, approval of the Architect shall he secured prior to installation. The tern "Conduit" as used in this specification refers to rigid conduit and electrical metallic tubing. No more than 3 bends for my &OHoneconduit: between outlets or between outlets and telephone mein serviceGepas otherwise specified, preparation, handling, and installation of products and materials furnished under this section shall he in accordance with manufacturer's instructions and technical data perti- nent to the product specified and/or approved. INSTALLATION OF CONDUIT: A. Conduits shall he installed in a neat, workmanlike manner and in- stallation shall conform to the best of modern practice. All conduits shall be installed with code radius bends with not more than four bends per run. Where more than four bends are required in a partic- ular run, nullboxes shall be installed to facilitate the pulling of conductors. 13. All conduit runs concealed above furred ceilings shall be installed to avoid conflict with lighting, heating and ventilating ducts and plumbing systems. Conduit in main room room shall he run in insulation above ceiling. C. Paralleled conduits shall he run straight and true with offsets uniform and symmetrical . Conduits shall he secured by means of straps or clamps where single runs occur or on racks and hangers for multiple runs, D, Conduit terminations at cabinets and boxes shall he rigidly secured with locknuts and insulated bushings. All conduit ends shall be reamed after cutting and, if not secured to boxes or cabinets, shall be capped and protected during construction. E. Spare or empty conduits shall he capped at dead ends and empty conduits shall have a 14 gauge pullwire installed. F. Rigid steel conduit shall be used for ifterior feeders , sub-feeders wiring in concrete walls .and floors , underground and exposed work. Where rigid steel conduits are installed under floor slabs or under- ground, they must be enclosed in a 2" concrete envelone or covered with a protective coating of Vabco Wrap" with threads and couplings covered with Scotch Tape. F! l En- G. Electrical metallic tubing may be used in concealed locations above grade, but not in concrete walls or floors. FI. Flexible conduit shall he used for connection of recessed lighting fixtures, motors , heatinq and ventilating and plumbing equipment or locations where it is not practicable to use rigid conduit or electrical metallic tuhinq. In exterior locations or in wet or damp locations the flexible conduit shall be "Seal Tite". I. Provide all necessary sleeves and chases where conduits must pass through concrete walls or floors. The provision of sleeves and chases shall he scheduled well ahead so as to prevent unnecessary cutting of poured concrete. After conduits are in place, openings in walls and floors shall he filled, sealed and finished to match adjacent surfaces. Sleeves and chases are not required where conduits are installed through "slab on grade". J. Exposed conduit, when allowed, shall be run parallel to, or at right anqles to building lines and/or center lines of beams and columns. Exposed conduit work shall he neat, of good appearance and free from irregularities and damage. Eby INSTALLATIM OF 01iTLETS-: A. Install standard 4" octagon or square boxes at each ceiling or wall fixture and as indicated for continuous rows of fluorescent fixtures. Outlet boxes for suspended fixtures shall be provided with 3/8" fixture studs. C. Install switch receptacle and telephone outlets in separate or gang boxes as required. Outlets for switches shall he located where indicated on the drawings at a mounting height of 52." unless otherwise noted or indicated. Telephone and receptacle �1 outlets shall be mounted at 12" above finished floor or 6" above tops of counters or in counter splash, if noted, or in a manner described on the. drawings. C. Generally, outlets shall he mounted on adjustable bar hangers. 9 In wood stud walls outlets shall he mounted on 2" x 4" wood blocking. Flush in all cases in block walls. D. All outlets in furred walls or ceilings shall be provided rlith plaster rings of proper depth to match wall finish. INSTALLATION OF 141RE AND CABLES: A. No wire shall be pulled into any portion of the conduit system until all construction work that might damage the wire has been completed. Q. No mechanical means shall be used for pullinq in wire without the permission of the Architect. 00242 16A-12 s C. . All wiring shall he continuous from outlet to outlet, or from terminal to terminal . 110 splices will he permitted in conduits . ® D. Splices in wires and cables shall utilize approved type soldeeless connectors. In no case shall the insulation of the wire joint be less than the insulation value of the conductor. E. Securely tag all branch circuits , noting the purpose of each. Mark wires with Brady "Quicklahel" wraparound wire markers. Where two or more conduits enter a single outlet mark each con- ductor with it's corresponding circuit number. 4 F. Color code all conductors . CONNECTI0,14 OF MECHANICAL FOUIPMFNT: Install and connect all motor starters,connect all motors and heating units and test motors for proper rotation. Verify exact sizes , types and locations of all motors furnished under other sections and ascertain proppr routing of electrical services through walls, floors or ceilings, as the case may be. LIGHTING FIXTURES: A. Lighting fixtures shall he installed plumb level , in straight lines , without distortion, and shall he clean. as B. Pendant fixtures shall be.provided with hall aligners. C. Recessed fixtures shall hp nrovided with the proper suspension yokes and accessories and the proper type and depth of plaster frame. D. Surface mounted fluorescent fixtures shall he mounted on 1 1/?" spacers only if required by code for low density ceilings . IDENTIFICATION OF EQUIPMENT AND CIRCUITS: Nameplates shall be provided to permanently identify-all sw tchhnards , circuit breakers , panelboards, motor starters, relays , time switches and other cabinet mounted equipment or apparatus. Nameplates shall be of a laminated phenolic type consisting of three layers , black-white-black , with the uppermost laver engraved to show the white layer, not less than 1/2" x 3". All motors and operating apparatus in Mechanical Rooms or in concealed spaces shall he identified ►-pith min. 1/2" stencil lettering in black or white paint. GROi1NDING: Except as otherwise specified, the complete electrical ins511­atTon , includinq the neutral conductdr, metallic conduits and raceways , boxes, cabinets and equipment shall he permanently and effectively grounded in accordance with all code requirements , whether or not such connections are specifically shown or specified. Ground conductor shall he Type TW wire installed in rigid conduit and ex- tended to a cold water line arhich is not less than 1 1/4" iron pipe from point of ground connection to earth. Attach to cold water pipe I# with T & B conduit hub and water pipe clamp. Ground resistance at any point shall not exceed 3 ohms. r 16A-13 TESTS: Tests shall be conducted during the construction -period to determine conformity with anplicahle codes and with these specifica- tions. Tests shall be performed in the presence of the Architect or - his representative and shall include. A. Test all circuits for continuity. B. Record ampere readings at mains of all nanelboards. Any phase unbalance in excess of ln% for three phase systems shall he corrected. C. Perform megger tests on all feeders . The minimum acceptable insulation value for feeder conductors is one meq-ohm. I). Test all motors for proper operation and rotation. E. Test all Contractor furnished equipment for proper operation. F. Test Owner furnished equipment for proper operation. G. Prior to energizina the electrical system, the neutral circuit shall he checked for accidental grounds. Any accidental grounds shall be corrected. s EXCAVATION MD BACKFILL : A. Trenches for all underground conduit runs shall be excavated to depth shown on drawings . Where depths are not indicated, conduits shall be huried not less than 24" below finished qrade. Trenchps shall be graded a minimum of 3" per 100 feet away from buildings and toward exterior pull boxes , if any, for drainage. Any water encountered durinn excavation work for electrical trenches shall be removed and disposed of under this section of the work. B. Backfillinq shall be accomplished using clean earth deposited in F" layers and wetted and tamped to produce nn" compaction. Fxist ing finished areas whose surfaces must he cut for trenching purposes shall he restored to original finish and grade as directed and approved by the Architect. CONCRETE ENCLOSFO ELECTRICAL. FF.FDFRS: Concrete used for feeder envelopes 6elovi grade shaft have a 28-day compressive strength of not less than 2500 psi . Coperete shall he allowed to sufficiently set before back- filling is commenced. b TELEPHONE Cn!lnUIT SYSTEM: A. All telephone conduits shall he installed with long radius bends. B. The total numher of bends between outlets and terminals, or between two outlets, shall not exceed three. If a greater number of bends 00241 16A-1 4 I . . . . . . . . . . Lilan. I-L.free are i"cqu'ii ed, Junction I�n)ces, of pulIboxes of appi. . . . . . ' . . . . . "l.:�)MCIte . sizes shall' be -installed i n.accessi blo I OUMoil . Conduit s-r-^s uIiu:. : .... . .: . layout shall be 'as indicated on- tim, draviings and 'shall Confot•c,l to .ali . . . . . M ' reaui i�e.�,znts of file telephone company. SZ;CiIRx'TY 5�'STI?;: t`Iiring, sery Lee entry and mounting. ConLracto: to furnish and instal'L all :airing, cond�.�it, etc. in cou�ealed arcac in neat and w ;manlike. manner, to conform in general to layout• shown and 'noted an dra:aiiig Sheet L'-2... Al.l .%.*;D:inU shall extend to point of connection Duly of sensors., heads, and olhcr .equi..pn;anL' siio::.t . and made ready and prepared for convenient• future installation of. equi?nicnt.: . Equipment• IJ.I.C. (IJot .in Contract). Refer to supplier's; and manuflctuier's- re:cuire- nents and recoraendations• of equipment actually selected and proposed for .. .. :.:.. : . — . s . . >�,.i AL1 work and materials sl�.�ll conform caitli local and applicable codes including; OSHA. Coordiii-,to this work with other trades. Testing and all required..adjustrents shall be made by installer of equipment, however, ad'justnterre duo to faulty wiring- or any work and materials installed by. conL-ractor .shall be corrected; at no.expense , to the owner. .. ' A11 low voltage wiring to be in conduit. . e . . 1 . . . . . .. . . . . . ... ........ :t. . , . .. .. ... .. .. .. i`:: .............;. ..,. , , . , _ _ : . ...., ..... ., . . . .. . . .. . - . . . . -: ;;;: . is ; �t , . . ../... . .. .. . ... :.......... .. .. .. .. . ?i` 1.;:; . . . ........ : ::; ... ., .. ... ... •...., .1 ,:t .. - .. .. .a.. ....:,:,...r.:. . t �. .,:. -.. .. ...... . . . ......., _r.;., .,:. ... .: .. .. . . v.. .. .. . ..... .... : .......,1'.'.. .. ' r:.. ;i ".. 11r - _ .:.. .. ..,::_t!..: .....:. r: :'+ ::•. is J: ... 1. .:,•�... .I. :. ::..}.'i:, .,!.r .J. .. ..� �....: t — S'..�,:: ;:I :::f t.: — .... :..:x�' 1 ....:,':.:.:.'r . .:... �.. ,. .. ......, , ir:': . .. .. :'. % . .. .. .. G.. :......'.: .. :.:... • ......:..1.. .... .. ... !.. .. ... r .. r; .. ... ... .. ....:....... .. . ..:.:.. ... ..... .,,�.....,:.:•.,,,r:::. .:i.t ... ..,...- . . .... .. ., ... .a... . :. .. - ..t....: ® .. ....................... .< if .:M...:,:�,. ... - .. .,... ,. ,: :. .•... i.:r.. .w. .. a.......•.:...,.. :. . ....a ..... ,.w.-.,...;. ::. s: ,:,.. :.. .. .. .::, t...:................�.:: .:.� • ... - ..v. 4.:.t. . .,. t:..: .. .. .:, (<: .. .... ..:....•. -....::::�: ............. :...... r., --:.:... ,..,... ... .-P.1. .�,. ,... .... i. .. .. .. ..,,. ..A.-,.,a .. .. ).. .:.....t t. . ..:: - .:: ::... .... ... ..'..I :i, :.,....... is ...: ......:.. .. .. .....:..:. ..��. pis ...:....: ..i , ry , 1.. .:..: ..... .•,.....:...: ....,... ,.r,. '; %1. :i'., - ..' ,,:Gt.! .:'.:'. 1:i' T:,!, . ... .. .-. ..,:, ..... r !r ..... .. .T ... - ,.... •: .1 — .... .. .. .. 4-,e. .. .. .. .. ... .... .:........ .......:. .. r.. ........-. r.... .. :,: ....... - .. .—...... .....:..: .. . ,. .: ..;: . . .. . .... .. .. ,...... :�S�� `tiZ fy_+ _. l..... .. .................. ._...- ..:.... :. . 4..•.I. .. �.... .. ........ a tl. . .. _. .t,..,..:.... .. .. ....... ... 1.r..`:I::'. .. . ... - .:.. :.,r....: ....:........... :.,.rt... ... :, ?ji. "L.' Y, .! .3.. ..../ .:",r: 4 r.._ E_: ;;' ,:', ti. :r� ,, ... . .:., .:.- :.: ,. . elf . . t.a.. ,... ..:,.... , ... ..... . . ........ .; 3... . .. . .... 1;.,....:: I_... I-!. >.......... . .. ,........_.;, . ::. ..• :..... ............ .. .... ... . ,. ,..... K :' �;:.;' . . . . .. . . ...:,L... .... ........ .. . , ... : , :.. -, ...,..-:, . .... • .:..f.. .,...... .. . ., .. ,.,... ....... -,.. . . . ... !.•ty J. . ,..".: : . ;i ... ... a.. ... .git , � . , — .. .. a I :.1. .4 ... .. ., ft ........ , . .....1 .... .,. .. .. ,.. i ', .t.. :t�.r .. a .. ..... , .. .. .. . . .I., ... .......... . .f..r .... ., ......... . .. ....x r.. .. . .. . .. ,..I. ... ...t ...... A 3 — t . ...., ....:. .. .... ......a.. .., .1. ...t-: .': ,... .. .r`. .. . -.. . ��� ,../L ,;:;ice...v''n-:•n . a'k,x,v::'Ci✓4ti»=',:Y=+:';4.ew ..a •:.i�,f ..�, ...': r...i�rr w .`j.1�i rw.w,.r...,. ';•�,ri i�f:.'....t«..w r... :...w :, r r: .r .. .r1�:+i1:f•�.i�Y'I'/'i. � 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF DIRECTORS OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. ' 5 In the Matter of ) Future Annexations to Sanitation ) RESOLUTION N0. 77/785 District No. S .- Port Costa ) - WHEREAS, sewage treatment facilities serving Contra Costa County Sanitation District No. 5 are in violation of the provisions of the Federal - Water Pollution Control Act amendments of 1972 (PL 92-500); and WHEREAS, alternatives developed to date for upgrading the existing sewage treatment facilities to the standards required by PL 92-500 are not financially feasible for the District; and IsIB;REAS, further annexations of property to District No. 5 will only increase District violations of PL 92-500. The Board of Supervisors, as ex officio Governing Board of Contra Costa County Sanitation District No. 5 RESOLVES that future annexations to District No. 5 will be viewed unfavorably until such time as the District's sewage treat- ment facility is brought into compliance with Federal Law PL 92-500. PASSED and ADOPTED by the Board on September 27, 1977. I hereby certify that the foregoing is a true and correct copy of a resolution entered on the minutes of said Board of Supervisors on the date ' aforesaid. ORIGINATOR: Public Works Department Environmental Control cc: San Francisco Regional Water Quality Control Board (via P.W.) , Sanitation District No. 5 Citizens' Advisory Committee `(via P.W.) Local Agency Formation Commission Public Works Director Environmental Control County Administrator Director of Planning James Maguire 00.0 RESOLUTIONNO.77/785 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STATE OF CALIFORNIA In the Matter of Acquisition and Exchange ) of County Property with Property Owner ) RESOLUTION NO. 77/ 78.6 (First Baptist Church, Pacheco) for Center ) Avenue - County Road No. 3471 , Pacheco ) (S.& H. Code area - ) Section 960.4) Project No. 3471-4342-663-76 ) The Board of Supervisors of Contra Costa County RESOLVES THAT: Portions of County property described in the deed from Hans 'Imfeld,. et al .', recorded June 26, 1972, in Volume 6694, Official Records, at page 348, are no longer required for County highway purposes; and A portion of real property owned by First Baptist Church, Pacheco, adjacent ,-� to said County-owned real property, is required for the widening and improvement 0 of Center Avenue, Pacheco. r-- The County Principal Real Property Agent reports that said excess portion of County property is fair market value for said portion of adjacent property, and so this Board so finds and hereby approves this exchange of real property as part of that certain Right of I-Jay Contract with First Baptist Church, Pacheco, dated September 1, 1977, and approved concurrently by this Board pursuant to o Streets and Highways Code 960.4. U S, This Board authorizes and directs its Chairman to execute .on behalf of the CL County, a grant deed conveying zo First Baptist Church, Pacheco, the real property described in Exhibit "A" attached hereto and made a part hereof, and L directs the Clerk of the Board to deliver said deed upon, compliance and performance by the grantees of all the terms or conditions of their contract to be performed U concurrently therewith. cc The deed from First Baptist Church, Pacheco, dated September 1 , 1977, is hereby accepted; and the Clerk of this Board is directed to have said document and a certified copy of this resolution recorded in the office of the Recorder of this County. PASSED AND ADOPTED on SEP ? 7 1977 by this Board. Originator: Public Works Department (Real Property Division) cc: Recorder (via R/P) RBG:as 002V RESOLUTION NO. 77/ 786 Center Avenue Road No. 3471 EXHIBIT "All A-portion of that parcel of land described in deed to Contra Costa County, a political subdivision of the State of California, recorded July 11 , 1972 in Book 6694 of Official Records at page 348, records of Contra Costa County, California, described as follows: Beginning on the westerly line of the said Contra Costa County parcel (6694 O.R.348) at a point on a line parallel with and 40.20 feet southerly at right angles from the . centerline of Center Avenue as said centerline is shown on' a map entitled "A Precise Section of the Streets and Highways Plan, Contra Costa County, Center Avenue " recorded February 26, 1971 in Book 6326 of Official Records at page 808, records of said County, thence from said point of beginning, along said parallel line, south 89° 36' 50" east 210.51 feet; thence easterly along a tangent curve, concave to the south having a radius of 510.00 feet through a central angle of 90 45' 3211, an arc distance of 86.87 feet; thence tangent to said curve south 79° 51 ' 18" east 15.48 feet; thence southeasterly along a tangent curve concave to the southwest having a radius of 20.00 feet through a central angle of 83° 55' 45", an arch distance of - 29.30 feet; thence tangerit 'to said curve south 4° 04' 27" west 30.58 feet to the southerly line of the said County parcel (6694 O.R. 348); thence along said southerly line, north 89° 28' 03" west 327.59 feet to the southwesterly corner of the said - - County parcel (6694 O.R. 348); thence along the westerly line of the said County parcel (6694 Q.R. 348) north 10 06' 57" east 60.69 feet to the point of beginning. Containing an area of 0.448 acres or 19,494 square feet of land, more or less. RESERVING THEREFROM: An easement for roadway slope and drainage purposes over the following described parcel of land; beginning at the above described point of beginning; thence from said point of beginning south 89° 36' 50" east 210.51 feet; thence easterly along a tangent curve, concave to the south having a radius of 510.00 feet through a central angle of 9° 45' 32", an arc distance of, 86.87 feet; thence non-tangent to said curve south 890 25' 50" west 145.56 feet; thence north 88° 10' 55" west 80.02 feet; thence south 88° 21 ' 58" viest 71 .59 feet to the west line of the said County parcel (6694 O.R. 348); thence along said west line north 10 06' 57" easy 10.33 fzet to the point of beginning. Containing an area of 0.055 acres (2391 square feet) of land more or less. Bearings and distances used in the above descriptions are based on the California Coordinate System Zone III. To obtain ground distance multiply distances used by 1 .0000614. .N Y RECORDING REQUESTED BY 4 AMD WHIN RICORDID MAIL TO Nome Strew Addrws City a StateJ AUII TAX STATIiMWR TO - Name Street - - Addms Cry a ste» SPLICE ABOVE THIS LINE FOR RECORDER'S USE Individual Grant Deed THIS FORM FURNISHED BY TICOR TITLE INSURERS TO 2923 CA 1)2_74) A.P.N. The undersigned grantors) declare(s) Documentary transfer tax is S ( ) computed on full value of property conveyed, or ( ) computed on full value less value of liens and encumbrances remaining at time of sale. ( ) Unincorporated area: ( ) City of and FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, CONTRA COSTA COUNTY, a political subdivision of the State of California hereby GRANT(S) to FIRST BAPTIST CHURCH, Pacheco the following described real property in the unincorporated area of the County of -Contra Costa ,State of California: 1 FOR DESCRIPTION SEE EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF In Witness Whereof, said Public Body has caused its name and se to be affixed hereto and this instrument to be executed by i Bo jCh an and Clerk thereunto duly authorized Dated NTY to STATE OF CALIFORNIA Chairman, Board o pervisors COUNTY OF }SS' Attest: J. R. Olsson, Clerk On before me, the under- signed, a Notary Public in and for said State, personally appeared Deputy STATE OF CALIFD9YU C iTRA' CUiT• C11tlYTY 1u BY P113LIS AGE-SCT / (C 1;11. tt;L 1 3.11 known to me to be the person who,e name subscribed to the within Lv instrument and acknowledged that executed the same. who rr-rC tiis ��c,,�-: /-,a::r '.nt'.vn to me. .,.,o tin_w+ s V ITNESS my hand and official seal. r..a to a< a�_.za,itz3 o!'f.'tr ci to eP•,re ..n.-a »b:r_ __.. oarltion, ?i•`ncy or acri:!sv -�,.._.r. .'t r'r) S.J., 1' '•ti: ..aid C7 .la•5Jt me ta'S:, J^e to sE ii.31 S:i3 CL•i.ri 9.�;} !cC:.r:_S tali:Y.a�•+rr: cv:y C•iae i £e.:,c:e Crr� ut Zara o!Superris,rL Signature SEP 2��� � ttnt_c, a-�--, Title Order No. Escrow or Loan 10 MAIL TAX STATEMENTS AS DIRECTED ABOVE Microfilmed with board order l• pUl - o mc � tnz n . m D Dm�--� o � nz � CD mo v z a MN 06 0mc p CL CM > m D Ul > Q _ m -� z m m h O � m Df � m _ C n �' 0 a D, pZ M m �. Ln 0 E p mc p rx OM vC M to d te �r " Z � D � � Zm m m n zm o ©N IL mc v Cm -Zc �z n m 0014- i f Caner Avenue Road Nlo. 3471 EXHIBIT "Ate A portion of that parcel of land described in deed to Contra Costa County, a political subdivisibn of the State of California,. recorded July 11, 1972 in Book 6694 of Official Records at page 348,. records of Contra Costa County, California, described as follows: Beginning on the westerly line of the said Contra Costa County parcel (6694 0.6D.348) at a point on a line parallel with and 40.20 feet southerly at right angles from the centerline of Center Avenue as said centerline is shown on a map entitled "A Precise Section of the Streets and Highways Plan, Contra Costa County, Center Avenue" recorded February 26, 1971 in Book 6326 of Official Records at page '808, records of said County, thence from said point of beginning, along said parallel line, south 890 36' 50" east 210.51 feet; thence easterly along a tangent curve, concave to the south having a radius of 510.00 feet through a central angle of 90 45' 32", an arc distance of 86.87 feet; thence tangent to said curve south 790 51 ' 18" east 15.48 feet; thence southeasterly along a tangent curve concave to the southwest having a radius of 20.00 feet through a central angle of 83° 55' 45", an arch distance of 29.30 feet; thence tangent to said curve south 40 04' 27" west 30.58 feet to the southerly line of the said County parcel (6694 O.R. 348); thence along said southerly line, north 89° 28' 03" west 327.59 feet to the southwesterly corner of the said County parcel (6694 O.R. 348); thence along the-westerly line of the said County parcel (6694 O..R_ 348) north 1° 06' 57" east 60.69 feet to the point of beginning. Containing an area of 0.448 acres or 19,494 square feet of land, more or less. RESERVING THEREFROM: An easement for roadway slope and drainage purposes over the following described parcel of land; beginning at the above described point of beginning; thence from said point of beginning south 89° 36' 50" east 210.51 feet; thence easterly along a tangent curve, concave to the south having a radius of 510.00 feet through a central angle of 9° 45' 32", an arc distance of 86.87 feet; thence non-tangent to said curve south 891 25' 50" west 145.56 feet; thence north 88° 10' 55" west 80.02 feet; thence south 88° 21 ' 58" west 71 .59 feet to the west line of the said County parcel (6694 Q.R. 348) ; thence along said west line north 1° 06' 57" east 10.33 feat ._ the point of beginning. C-on-aining an area of 0.055 acres (2391 square feet) of land more or less. Bearings and distances used in the above descriptions are based on the . Crlifornia Coordinate System' Zone III. To obtain ground distance multiply distances used by 1 .0000614. 00451 i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Directing Publication } of Notice of Intention to Acquire Real ) Property from the Mutual Investment ) RESOLUTION NO. 77/ 787 Company Required for the Parks and ) Open Space Bond Program for County ) (Gov. Code Sect. 25350) Service Area R-8, Walnut Creek Area ) The Board of Supervisors of Contra Costa County RESOLVES THAT: In accordance with the City of Walnut Creek and County Agreement-dated September 17, 1974, providing for the acquisition and operation of local park and open space facilities for County Service Area R-8, it intends to acquire from the owners, the Mutual Investment Company for park and open space purposes the property hereinafter described, at a cost of Twenty Five Thousand Five Hundred Dollars ($25,500.00). The Board will meet Tuesday, November 1 , 1977 at 10:55 a.m. in the Board's Chamber, County Administration Building, Martinez, California to consider this proposed acquisition, and the Clerk of this Board is directed to publish the fol- lowing notice in the Contra Costa Times, pursuant to Government Code Section 6063: NOTICE OF INTENTION TO ACQUIRE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to acquire from the owners, . the Mutual Investment Company, at a cost of $25,500.00 all that real property in Contra Costa County being all of Assessor's Parcel No. 139-110-004 and 139-130-012, consisting of 3.43 acres, and will meet at 10:55 a.m. on November 1 , 1977 to consider the proposed acquisition of the hereinabove described real property. DATED: Setpember 27, 1977 J. R. OLSSON County Clerk and ex officio Clerk of the Board By Deputy PASSED on September 27, 1977 unanimously by Supervisors present. t i JDF:'bc ORIG: Public Works - S.A.C. cc: Public Works Director (2) Administrator Auditor County Counsel City of Walnut Creek RESOLUTION NO. 77/787 - i I ,- 1��f{ .!� �:��ty 113:- ti7i� 1^''i►it`t►«'i} tell ;sk:tli TO . a:�• tea- tt.. -.s `.�O CLERKI3OIM OF SUPl:C►1'ISOi7S itt o.1 clod:. 1t. Contra Costa: County Record= • J. 12. OLSSOii, Count;yr T?eCor der Pce • S 04" icial BOARD OF SUPERVISORS, Cdii^:;ft" COSTIt C OUNI TX, CALIFOh,':I n 1,-I the Iia tter of lccep tin and Gil inG 1 P,BSOWTIOI or- Yi ce of Com-DIetion of Contract- with ) 2nd NOTICE O'-F Ransome Com2any 6C. s 30So ',01 ) �. Ng. ,0961.4272-661-7� RESOLti T I y : - Pro eCt Ui: i''tU g :he Board of Supervisors of Conti: Costa County LLSOLVZ TIM: The Counter of Contra Costa on May 16, 1977 contrac-ed -with Ransome Company 4030 Hollis Street, haame and Address of Con tractor) for shoulder.widening and asph4lt Over ill Road with Insurance Company of North America Philadelphia lame of 13ondin G Co :rca.nv) :Cor work. to be performed on the .(;rounds of the Co`a:-nty; and The Public• Vorhs Direct-or reports at sa-; tworl- has beer ins-ne-%, CC" and complies ilii-2n the a „�.`:c -d plans, special PwOZriSiO2lS , .c?I C: a C -twidard specifications, and recommends its ac%cep i ance as co.7;p3 a�e aS of A gust 25, 1977 ; Wherefore , sa-id work is accept--d as completed on said date, anid the Clerk shall ;ile :•:i lh the Coua ty recorder a copy of this Resoltttwo:i and Notice as a 1,o-�ice of Completion for :said con tract.' PASSED AND 1;01-1 TP.L Oil September 27, 1977 • y VER.i.I I CIL-TI✓:i and V+w.r?ij .[Lr'- C 3 CGr3i the so:'e:-o ?S a Prue and cor=*ect. comer• 'of. i•y.�_v'i�... L!o n t w cl .-w ...+'►'1 n c e d l r �:'.s,:rs^.t � +'•�r' •'s j-n ••.4 '„� � r.O rM 1� ��-4.s C. u 41i�..4. rt.�t4 ti it � rL� 1.... �: '\.._. u .�t. on L._�.. moi,. Les C. . V. S C'Ca Lamm- on i;:)u .c}Jove, Cal:^. i 'ec3 Perjure that - s Prue Z_'1d cor'c . 1)at 4 c1 . St? tem er �? 197? J. }:_' O%r�C�::, ;Court- " er s at Marti.nc:, CaIif 02":hia ex off ici.o Clerk. of tile.:. . oars �trv All Originator: Public Works Department, Construction Division CC: �!eC01-0 :','lu r C Lu.•11 . Contractor hudi`l.clr ' Pill)) z C 1`,or 1.; 00253 �: ,w;i-;:;.�.• .�;;� ri:;^►I.?17'1 UN ;::). 77/783' IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COMITY, STATE OF CALIFORNIA RESOLUTION NO. 77/7891.. In the natter of Completion ) of .improvements. and declaring_ ) certain roads as County roads, ) Subdivision 3844, San Ramon Area ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 3844, San Ramon area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 3844 -,Anyl i 2,_1276 .Hartford Accident and' Indemnity Company 5008046 rn (Name of Performance Bond Carrier and Bond No.) BE IT FURTHER RESOLVED that the $500 cash deposit as surety f- (Auditor's Deposit Permit Detail No. 135136 dated April-14,,"19767be-'RETAINED v for one year pursuant to the requirements of Section 94-4.406 of the o Ordinance Code, BE IT FURTHER RESOLVED that the hereinafter described roads, as shown b 'o and dedicated for public use on the map of Subdivision 3844 filed July 10, 1973 in Book 159 of maps at page 1, Official Records of Contra Costa County, State of California, are accepted and declared t0 to be County Roads of Contra Costa County: Eldorado Drive 30/50 0.13 Alamos Place 30/50 0,03 El Suyo Drive 36/56 0.28 Colima Avenue 36/56 0110 Camarones Place 30/50 0.14 Santa Rosa Avenue 30/50 0:01 San Miguel Place 30/50 0,02 PASSED by the Board on September 27 193 . Originating Department: Public Works Land Development Division cc: Public Works Director - Maintenance Recorder Public Works Director - LD Imperial Savings and Loan Assoc. 1849 Willow Pass Road 006 � 3 Concord, CA 94520 (subdivider) W. W. Dean & Associates P. 0. Box 5527 San Mateo, Ca. 94403 RESOLUTION O. 77/789 IN THE BOARD OF SUPERVISORS = OF CONTRA COSTA COUNTY , STATE" O.F CALIFORKiA. In the matter of 'Supplement No . 4 ) of the County-State Master . )" RESOLUTION N0 77/799 Agreement No . 04-59Z8 , Federal ) " Aid Secondary Project, Marsh Creek) Road Bridge , Brentwood Area . Project No. 3971 -4301 -661 -76 ) WHEREAS a County-State Master Agreement No . .04-5928 for- Federal -Aid Projects has been approved by the Board ; and On the recommendation of the Public Works Director , IT IS , BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute Program Supplement No. 4 of said agreement that extends the time limit to October 1 , 1978 for the expenditure of funds for the Marsh Creek Road Bridge replacement (east of Deer Valley Road) and the accumulation of available balances from previous Federal - Aid Secondary (FAS) apportionments . PASSED by the Board on September 27 , 1977• Originator• Public Works Department Road Design Division cc: Public Works Director CALTRANS County Auditor-Controller OV J RESOLUT I Ort NO 77/790 County Contra Costa Date August 22, 1977 Supplement No. 4 To Local Agency-State Agreement No. o6.-5q2$ PROGRAM OF CouNTY Fbm& AID Sccm ARY ftaEcrs IN THE Contra Costa county Pursuant to the Federal-Aid for Secondary Highways, Act, the attached "Program" of Federal-Aid Secondary Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Program which was entered into between the above- named COUNTY and the STATE on June 21, 1977 and is subject to all of the terms and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article II of the aforementioned agreement under authority of County Resolution No. 77/790 approved by the Board of Supervisors on Seute:nber 27 , 1977 See copy attached). 9 /Anty Title W. N. Bogge7� Approved for State Attest: J, g, nssoN clerk By��p-z� J a. Pous, Deputy ClerkPous, Deputy Clerk Doraty District Director of Transportation District 4 Department o Transportation DH-OLA-256 (4-77) Microfilmed with w � h board order I � I � I 1 . � I . � . .� I - I' ll . � . .11 . . - . ­.. 1 : 1 . - : . I I I � 111 I ll� 1 . _ _: I I � . - " '' :�-:­::.� I � I . . I ,'� -1 - - , - —, 11 ,�. t I- I I . I � .-, . - � ­ I , ,:;�_ ".0. .-,-__ , I ­ . � � ,, -�,..,�-�-�-- -, �_'. ll� -- � I �I I . � I I I � I - ��.:��,�:,-.-.-.� �.­ . I � . � . �� - �,"'�,�,, ,, ,,-. �. ..:, ,,,_., : -I. I I . I � � I :� �I-. � :�,� .7, ��. --� -l.""'.-'.,i"-; _ ,� 1:..., : r_,T_. -.:, "I r � . - . - .. . y „ _ 2£ Y r r - r r a RM APPRwE�. F� r�sSG. Gaan:v Goons�� yDNli a ^ . , �'. . � , , , - : -, , '. ( 11 Q . 71. - , ... . ._____ N mi., - r. �. i P R 0 G R A M EXHIBIT B OF FEDERAL AID SECIYZNRY PROJECTS . Date: August 22, 1977 PROGRAM SUPPLEMENT NO. : 4 County: Contra Costa Hatching Funds Project No: '.ocation & Description Total Cost Est. Federal Funds State Count RS-A053 (2) On 114arsh Creek Road Preliminary Engineering about 1300 feet east $ 22, 000 $22, 000 of Deer Valley Road. Ri tit; of Way Acquisition $ 10, 000 $ 6, 666 $ 3 , 334 Construct Bridge Constructi.on $ 36o,054 $ 240,036 $ 120,o18 $ 392,o54 $ 246,702 $ 123,351 $ 22,000 CTt . Special Covenants or Puiarks: 1. This applemental t:E;rr-.L-aent ;;-4 cancels and supersedes Count;y--,�')'t;ate Holdmer AEreement Ilo. 27 executed un September 28, 1970. 2. All :maintenance, involving the physical condition and the operation of the improvements, referred to in Article VY NIAINTENAIJCE of the aforementioned ]Master A? reement brill be performed by Contra Costa County at regular intervals or as required for efficient operation of the DH-OLA-256 (4-77) completed improvements. i 1 . PROGRAf! EmIBIT B-1 SPECIAL COVENANTS 2. Holdover Clauses (a) Pursuant to the authority contained in Section 2212 of the Streets and Highways Code, it is agreed between the parties hereto that the apportionments of Federal-aid Secondary and State Highway Matching funds to Contra Costa County for the 3 successive fiscal years ending Septme er 30, 1978 , shall-Fe- combined for this project. Also to be combined in this project are any avilable balances from previous fiscal year apportionments. (b) The County will submit plans, specifications, estimates, and the right-of-way certification by October 1 , 1978 . DH-OLA-256 (4-77) 001459 f IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications for Flood Control ) Building Addition at 255 Glacier ) RESOLUTION NO. 77/791 Drive, Martinez. ) (4405-4051) ) WHEREAS Plans and Specifications for the Flood Control Building Addition at 255 Glacier Drive, Martinez have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is 5334,000, and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and A Negative Declaration pertaining to this project was posted and no protests were received; the project has been determined to confirm to the General Plan; this Board has determined that the project will not have a significant effect on the environment and Director of Planning shall file a Notice of Determination with the County Clerk; TIT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 27, 1977 at 2:00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said .work, said Notice to be published in the MORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on September 27, 1977. Originator: P. W Dept. Bldgs. & Grounds` cc: Public Works Department Agenda Clerk Building Projects County Inspector (via P/w) County Auditor-Controller County Administrator RESOLUTION �j0. 77/ 91 ' 00460 __. .:.._............ ...... .. .,.......... .. .... __ ., .:.,_., ........,., ....-,........i......_....,.....1..............�._ ..fix ..y,,..,,... r+. w...+:....,.a..a.a.wr.a._,.,.n._s_._.. v DIVISION A - NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County , that the Public Works Director will receive bids for the furnishing of all labor , materials , equipment , transportation and services for : Office Building at Flood Control Site at 255 Glacier Drive, Martinez, California. The estimated construction contract cost (Base Bid) Is $334,000. Bid proposals shall be sealed and shall be submitted to the Public Works Director , 6th Floor , County Administration Building , 651 Pine Street , Martinez , California 94553 , on or before the 27th day of October 1977 at 2:00 P.M. and will be opened in public immediately after and at the time due , in the Conference Room of the Public Works Department , 6th Floor , Administration Building , Martinez , California, and there read and recorded . Any bid prb'posals received after the time specified In this Notice will be returned unopened . Each bid shall be in accordance with the Drawings and . Specifications on file at the Office of the Clerk of the Board of Supervisors , Room 103 , County Administration Building , Martinez , California . This project is funded under a Local Public Works Capital Development and investment Program Grant . On-site labor must begin by 14 November 1977. A pre-bld conference will be held for all prospective bidders on 1Z October 1977 at 2 :00 P.M. In room 107 courthouse, Martinez. The drawings .and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Bullding Projects . Off ice , 823 Main Street , Martinez . Plans and Specifications may be obtained at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount of ten and 65/100 ($10.65) dollars ( sales tax Included) which amount shall not be refundable . Checks shall be made payable to the "County of Contra Costa , " and shall be mailed to the Public Works Department , 6th Floor , Administration Building , Martinez , California 94553 • Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone : number is (415) 372-2146 . Microfilmed with board order �r • ` DIVISION A - NOTICE TO CONTRACTOR (Cont . ) Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by 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 . " Bidders are hereby notified that any contract entered into pursuant to this notice will have a 10 percent minimum participation by Minority Business Enterprises (MBE) . Minimum dollar amount of minority participation in this contract shall be forty three thousand U 43.000) dollars. The Contractor shall have an affirmative action plan . The said Board of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . No bidder may withdraw his bid for a period of thirty days after the date set for opening . thereof. BY ORDER OF THE BOARD OF, SUPERVISORS OF CONTRA COSTA COUNTY By James R. Olsson County Clerk and Ex-Officio Clerk of the Board .of Supervisors ' Contra Costa County , California DATED : SEP By 2 7 177 N. Pous P U B I~ I C AT I OIl DATES : Deputy Clerk 4 f 00262 obi d7.,.a. ` r,?J.D,ln,..�d1,'9 til,?.lY`z t..:, 0 ! .Y"• ♦l,� Al.. t,2• . .. .. °� 4..�_ 1. ... .. ,? _1 zY�<k _ . ..ai7r 4r,,�{µ1���,�4t•`"4 I-,-, 1.11- I �r: a''G3. "f 'l { Y .H 4�f = .A` 7 '� R " 4d i�H^trT v`Fi�' S.r 6 :�'r �4... 3r i `�.iE', �+'[#3 "g-{...�'y .!i : p 7'.�K7.,''�; G `,°i. e.. r. Y '' a7'*'µ ' ';;}.} ,x." .r fiyra to:. r�. '.S ?Rt .. ?;i3,: +f .`<�t? 3 L ,r ,si .v�c4 �i ,f si', .,.t, �/ r �1�5,;F J`e. 'Ka 7 �j y� 5 5 3. °.t4 F - 'ri' M.t'-. .. :� Ye,; 1 : .:4 Y lq •�3 - 30'.�d . ,"ia+b kY v }. ,1: "P ? r...' h... :Y E ":'. f� ,f 4 ea:t.i..i e :�f, f Zk,ht -S , ! - d, ', ". Sit .k,7.-v. v.el h.,t:'+^t'. �J m ,a.A :%.. .� '?E• .i::�.�'+>rSri'.z,. Y- 'efi:� - ` ':.:Y.z r 2' `$iY I'd !'�,. ^Yfh.(r,. 'i. t k set F n1M1r` Y. +rR , ",: 't f's- 'lY"0.,.. - Y.. ,.I�i„t' 'fsti '�' ,.nY_ �lSi y .f s, FC]! S a nit' ✓ 7 3' r., «e --% '' ) z 6„..,-i 8 ,.4 >.;. .i1 # di..a' i ' ft`"' _ @ i i .Yif w .�n r iY- .i_ rf.L .�r+d:-k`r" i1� •dc._ S"i.` na•irk c:'•., h. ,3' -'s `;`?tl M .-,t:' :. z� — tY,:. ' ": � ;.. .r •-; w, 99 :. ,,, < _ '<,-:. '”:tffx :!•.�. - IrTY< .r.E.rR Z'.,` t3 :. ..,.,.�,.y ) - Il ppyy - i-i RON, 1Aw- �" ' C F . i 4. 11 '1111".:, t ' " y,.34 '1 ." t<� S.r bre 3`t'. kv �r µ r tr11 i. .y4j e` ,r 1 . SPr^.CIFICATIOIJS w { s t1. 11 1. FOR e:�;r R. St s 7 , 1, s e r OFFICE BUILDING } t � 3Y i r AT �e_ l' _ p �„i-4! f t ye'�4 L Y9' ` FLOOD CONTROL SITE �,.;W wr� i ' ' ` bIARTINE2, CALIFORNI1. : ' ' ' f F I km F, D I I - LL I...:z:. 1 '' -', I - � .11, . � - - � I ." -�/',�!l�",:�.-�",,.','",.,,:��, ' , �--�,15' . .11 -1 , 11 . .�-;,:�,;;� �� . I _�—�*,�,�,f, "' - — I I � .. '! , - �- , - 11-11", -1— I I . . . , ,i --�_-' -:" -- 11 11--��;-4— � , 7- -1 ,- . t,"/" : :: ':.' 4")4r t f ,4: "�-', �, .� .. . � I . I a .�: I . , " ...- I 1 .C51 e��� I . , i Z�w, I I I : I . I 13 J. 1550N R O r 1 CLERK BOARD:O SLJNRVISORS ' CONi�'1 COStA CO ARCEIITECT �'" a WILLIAM MINER MAGUIP .s � � ' u 11 ' �'` �l 45` Quail Court �ti ' h „�i " Walnut Creek CA 94596 4 Jh . e� 1. 1, qi5 (415) .938-2984 ;, s�Tl n qp }i J V y t "x .t i e t y ma ij • 1. 11"i �rrya y f ! ) r.Y3jfV. j r'lJ.i�`k fi-.f ,f}(`31r t�` c - $TR-:. ,; ; !+� JCTURAL ENGINEER ' y{xS, ;� "' LEOAIG/P.AZZANO & ASSOCIATES1. 11;,1 i ` rz,pa,.' 4' . ., ,t c, TS Shai tuc;c Square l �� !t -S BerKelAY CA 94704 ` IF y >r S $ t . : y tkr s b rt 1.' y 3 ,J ) -� ;415) 841-1441 A t t i t� 4 K ` j t it11 - �! r � Fa �. j ro, ,3 ,� �r .' r t Z 0:,�:- 2 �'< r A s `` 'l r 'h e i _ �r s. . ;t, "` y MEChP1�ICAL ENGINEER ,:21 , '` g r PEl"I:iY & ASS4CI ETES x t: ' 300 �1i11a�e Square z ' ,z f,�` 0rinda, CA 94563 �t �1,ri' a �4?�� 254-69J0 { ' , i'1 3 t� ST,� l - rr r t: , ; J,�111, : ti z)���) 7 it f i ,n '�' l stj. , i r j i r I ' t' z e. �? t iil;'` � ? ��r4r,1; r.LECTRICAL ENGINEER r r '4. \ iy}'1 if`isi ' t WHM, INC. 4 f ' s f{ f .. t�, �1t 304 Village Square � ��, Orinda*,. CA 94563 ` rk1., i T' �t} X41'5) 2.5 244 ' '1 'tri t snit" i - r t "• 1 `! _ - v } Y{t �r 1 ` 5r t r ` t t rr 3" >y+ 11 ✓ 1. i,� .fit Vf i t 1 I } it,!',, , 1 , 1. ) 1 lIlltcrofilmed with' 'board ori A ,: ; ' [l {rt 4� t , t: PFr';PAFtED FQR VERNGN L. .CLINE.,.. DIRECTOR t UHLSG::WOR1.?S DEPARTI * * r,;i . C".0^II'M COSTA COUNTY .�r �� '� ; u , 5I_- . `FLOOi2 RDMINISTFcATZON BLII�DTNG ti'(� `-' , r 't' Pl f< ' k, MARTINEZ, CALI ItITA l t ��.� tt it;t$jsJ:.� t r it r :� it k _, r ,s i S �`�i. r .ti�y'�"'�rtit,! ,� i. } �., '1 '�9 i '}. �`:�'a1 k F, h ✓! Y ti .[.(�. _.;�� �. td /. ':Y; ;� �kr. �Yt, ::@. {. Ik�i r 1 1 ' >;4" S Y S �!�. `3.. {rt S i.d .,Y 4 Qq R'7 .I. ,t:8, a{{ 3 , �', g •,'S i�- Ca `!,. ��II '�J�.,.� s .}::Y �, r i•:'` a'. 1. t:.'. 4s`,/,'-':}},,. MM�� f- 'Y .r. . 1.�,.. a '.'9! [#wll FFr7t�W. ;� �rJ.,'xir( .r.t k�Y.'. +i.U' .y:5 {1 f I:Y, h Y ? .r .,. (ui; ..wT .1..1 r•ir•,�T 1}.<yN, i' 1.{ Yi et> .. ,,. :.. " i1 i 4r' ' `f; { x. -4<+ cl 1.s .e V .t, t,7, r 61 s fii., K>3 7f ..�}". { J I, f'i�k.2's" ! °E �.d.I_ xakntt,', , ^' r?s c °w ,, F n,�e✓ a ;ffik Ty�,t.. £ w b r ,R ti .. 7 �' } k. J M . YY;M'::In, TABLE OF CONTENTS DIVISION A. NOTICE TO CONTRACTORS DIVISION B. INSTRUCTIONS TO BIDDERS Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans , Specifications, and Site of Work Section 4 Bidding -Documents Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9• Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract Section 13 Failure to Execute Contract DIVISION C. PROPOSAL (8-id Form) DIVISION D. ARTICLES OF AGREEMENT (Contract) DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY DIVISION F. WAGE RATES DIVISION G. GENERAL CONDITIONS DIVISION H. SUPPLEMENTAL GENERAL CONDITIONS DIVISION i . SCHEDULE OF DRAWINGS q02 October 21 , 1977 *7633 Public Works Department OCT Z5 42 AM 177 Contra Costa County Sixth Floor, Administration Building Martinez, California OFFICE BUILDING AT FLOOD CONTROL �� 1 SITE, MARTINEZ, CALIFORNIA ADDENDUM NO. 1 TO: All Prime Bidders of Record Acknowledge receipt of this Addendum by inserting its number and date .in the Bid Form. Failure to do so may subject bidder to disqualification. This Addendum forms a part of the Contract Documents, and modifies the Documents as follows: ADl-01 : Testing and Inspection (Section 1B) Special Requirements: Delete and replace with the following: i "The County shall pay for the costs of all first tests and special inspections required under this Section of Specifica- tions. The General Contractor shall pay for all retesting and/or reinspections made necessary by substandard first test results." ADI-02: Windows (Floor Plan Sheet `A2) Add five (5) Type A windows at real property area per attached drawing marked ADl-A. ADl-03: dash Blocks (Exter. Elevs. Sht. A3) Delete note requiring concrete splash block at each' R.W.L. ADI-04: Reception Counter (Interior Elevs . Sht. A5) Increase length of Reception Counter in Real Property from 7 ft. 6 inch to 11 ft. 6 inch. Provide two adjustable shelves and doors in additional. length. Delete rail and gate between counters as indicated in attached drawing .ADl-A. ADl-05: Sound Insulated Walls (Floor Plan Sheet A2) Terminate wall at ceiling, overlay ceiling with sound insulation extending 24" each side of wall line. Page l of 2'' AD1-06: Glass & Glazing (Section 8D, Materials, Paragraph 1 ) Add the following: "Use Tempered solar control glass in openings below the seven foot level from floor line; use solar control glass above the seven foot level ." ADl-07: Structural (Sheet Sl ) Add the following typical nailer schedule: Steel Beam Nailers ea. side W14 x 22 3 x 12 W14 x 26 3 x 12 W18 x 45 4 x 16 + 2" PW against web W18 x 55 4 x 16 + 2" PW against web W18 x 60 4 x 16 + 2" PW against web W18 x 77 6 x 16 Note: This schedule applies to conditions such as those at the W14 x 22 shown in Section B-S5. AD1-08: Electrical (Sheet El , Numbered Electrical Notes) Note No. 2: Add the following: "Cover shall be a traffic cover." ADl-09: Electrical Furnish and install 3/4" dia. empty conduit and duplex receptacles, for alarm surveilance system (N.I C.) , as shown on attached drawing marked ADI-B. END OF ADDENDUM Attachments: x 11 inch Drawing ADl-A, dated 10-21-77 a. 82 b. 82 x 11: inch Drawing ADI-B, dated 10-21-77 Page ;12 of 2 ,��� .NF g T i. IN-7TALL 34"4 coNOVIT FROM ALL - ELEMENT"b of SYSTEAA TO TRANSMITTER A7 MAIN L•NYRY .!2. rtoK Ib[NIND TaANevAAITTQR WILL fbll' _ :TEL. P�cAae AT t 48" OR AS nlaccTOD. 3: PNoTotL-ccTRic -ftocARM To Pvt AT-:4841, TN' \ t _pNaTo.Dlee:-_-RCcLtVb0.(Ni�) 34"fitt. comouLT t / i i =l)_OoN I rXTF R►oR DR. Mn�__ ---; ,, =--puoTe�>~Lee._�tN�ea�Hlc) '� � � X5'•0" ', RAN�sMITTDP� �NIC� t _ EI.L AZ 50;f lT AP.,oV@(Nlc) i T 0 0 R i o r Ic I ?,L 0. AT rLoon CONTROL ROL evIT D owc,, No. t T lo �ZI •'I'1 �_� .. & DDO N DU M . N.0. 1 f :COL. COL. i -- _. A/W A/W Sl' -COL. W ;+ EAL Ao ER ` i - P T Y •-_, i_i i it - , 1 A fw - 'rol. A [ cL•� TIoi1 J► i + —� +- + CL COUNTS ICA - = �- i , Mc:,P-WALL FuaAm w ''CLILCA. & HALL -- T tWG \ ,• . ASSiS;. 17 i �i Ws�Mtt► MEN ti 10 --21 � �'t 0pr Ic E bLnG, AT FLOOD CONTROL. Awa, uo. I _:. AnQt Nr3.UM No' l. ..� ADI - p TABLE OF CONTENTS (continued) TECHNICAL SPECIFICATIONS (CSI FORMAT) Page No. Division 1 General Section IA General Instructions 1-3 Section 1B Testing & Inspection 4-7 Division 2 Site Work Section 2A Earthwork 8-10 Section 2B Asphalt Paving 11-12 Section 2C Metal Fencing. 13-15 Division 3 Concrete Section 3A Reinforcing Steel 16-17 Section 3B Concrete 18-21 Division 4 Masonry None in this Specification 22 Division 5 '_Metals Section 5A Structural Steel 23-25 Section 5B Miscellaneous Metal 26-27 Division 6 Carpentry_ Section A Rough Carpentry 28-32 Section 6B Finish Carpentry and Millwork 33-36 • Division 7 Thermal and Moisture Protection Section 7A Textured Roofing 37-38 Section 7B Sheet Metal 39-40 Section 7C Building Insulation 41 Section 7D Caulking & Sealants 42-44 Division 8 Doors and Windows Section 8A Aluminum Doors and Frames 45 Section 8B Steel Doors and Frames 46-47 Section 8C Aluminum Window Sash 48-49 Section 8D Glass and Glazing 50-51 Section 8E Finish Hardware 52-56 Division 9 Finishes section 9A Gypsum Wallboard 57 Section 9B Painting 58-62 Section 9C Vinyl Wall Covering 63-64 Section 9D Ceramic Tile 65-66 Section 9E Carpet 57-69 Section 9F Suspended Acoustic Ceiling 70-71 Section 9G Lathing and Plastering 72-75 Division 10 Specialties Section 10A Miscellaneous Items 76-78 Division 11 Equipment None in this Specification 79 OU2S9 TABLE OF CONTENTS (continued) 0 Division 12 Furnishings Page No. None in t is Specification 80 Division 13 Special Contruction None in this Specification Sl Division 14 Conveying Systems None in this Specification 82 Division 15 Mechanical , Section 5A Plumbing 83-9G Section 15B Heating, Ventilating & Air ' Conditioning 91-101 Division 16 Electrical Section 6A 108'12= LIST OF DRAWINGS DRAWING NO. DESCRIPTION Al Site Plan A2 Floor Plan A3 Exterior Elevations A4 Door & Window Details A5 Interior Elevations A6 Interior Elevations S1 General Notes and Typical Details S2 Foundation Pian & Roof Framing S3 Structural Sections S4 Structural Sections S5 Structural Sections P1 Plumbing Site Plan P2 Plumbing Floor Plan M1 Heating, Ventilating & Air Conditioning ,Plan ' M2 HVAC Control Diagram E1 Electrical Site Plan E2 Lighting Power & Signal Floor Plans E3 Schedules 7 ff(( 0li� . p ! YI t 1 S • s DIVISION A - NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County , that the Public Works Director will receive bids for the furnishing of all labor , materials , equipment , transportation and services for : Office Building at Flood Control Site at 255 Glacier Drive, Martinez, California. The estimated construction contract cost (Base Bid) is $334,000. Bid proposals shall be sealed and shall be submitted to the Public Works Director , 6th Floor , County Administration Building , 651 Pine Street , Martinez , California 94553 , on or before the 27th day of October 1977 at 2:00 P.M. , and will be opened in pubiic immediately after and at the time due , in the Conference Room of the Public Works Department , 6th Floor , ' Administration Building , Martinez , California , and there read and recorded . Any bid proposals received after the time specified in this Notice will be returned unopened . Each bid shall be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors , Room 103 , County Administration Building , Martinez , California . This project is funded under a Local Public Works Capital Development and Investment Program Grant . On-site labor must begin b y 14 November 1977. A pre-bid conference will be held for all prospective bidders on iZ October 1977 at 2:00 P.M. in room 107 Courthouse, Martinez. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Building Projects Office , 823 Main Street , Martinez . Plans and Specifications may be obtained at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount of ten and 65/100 ($10.65) dollars ( sales tax included)-. which amount shall not be re undabie . Checks shall be made payable to the "County of Contra Costa , " and shall be mailed to the Public Works Department , 6th Floor , Administration Building , Martinez , California 94553 . Technical questions regarding the contract documents should, bo directed to the Building Projects 0 1 v "Jppf-. Their telephone number is (415) 372-2146. V (( AINk DIVISION A - NOTICE TO CONTRACTOR (Cont . ) Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by 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 . " Bidders are hereby notified that Any contract entered into pursuant to this notice will have a 10 percent minimum participation by Minority Business Enterprises (MBE) . Minimum dollar amount of minority participation in this contract shall be forty three thousand (S 43.000) dollars. The Contractor shall have an affirmative action plan . The said Board of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By James R . Oxon County Clerk and Ex-Officio Clerk of the Board of Supervisors ' Contra Costa County , California DATED PUBLICATION DATES : 00272 , DIVISION B - INSTRUCTION TO BIDDERS e 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 he is not properly licensed , and any such bid received may be disregarded . (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 . SECTION 2 . SECURING DOCUMENTS Drawings and Specifications may be . secured at the place and for the payment as called out in the "Notice to • Contractor . i SECTION 3 . EXAMINATION OF PLANS , SPECIFICATIONS , AND SITE OF THE WORK (a) On-Site Labor : The Local Public Works Capital Development and Investment Program legislation administered by the . U . S . Department of Commerce/Economic Development Administration requires on-site labor to begin within certain time restraints . The County may make such investigations as it deems necessary to determine the ability of the contractor to meet this requirement . (b) Contractor ' s Responsibility : The bidders shall examine carefully the site of the work , and the plans and specifi - cations 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 . 0027 (b) Contractor ' s Responsibility (Cont . ) Y Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design , and that information 1s shown in the pians , said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investiga- tion , 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 themseives through their own investigations as to the actual con- ditions to be encountered . (c) Responsibility for Utilities : As part of the responsibility stated in subdivision b above , and without ! limitation thereon , the Contractor shall be responsible at his own cost for any and all work , expense or special precuations 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 utilitiss may include communication cables or electrical cables which may be high voltage , and the ducts enclosing such cables , and when work- ing 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 . (d) Discrepancies or Errors : if omissions , dis- crepancies , or apparent errors are found in the pians and specifica- tions 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 addenda to all bidders if time permits . Otherwise , in ' figuring the work , the bidders shall consider that any discrepancies or conflict between drawings and specifications shall be governed -by Supplemental General Conditions of these specifications . 00 `�'J SECTION 4. BIDDING DOCUMENTS (a) The bid package shall consist of the following: 1 . Proposal (Bid Form) 2. List of Subcontractors 3. List of Minority Business Enterprises 4. Statement cf Compliance MBE 5. Bidders Certificate (Affirmative Action) 6. Bidders Security 7. • Certif tate a1 Nonsegregated Facilities (b) Bids shall be made upon the special Proposal (Bid Form) (Division C of this Specification) , with all items compTe--t-eT Ilea�out; numbers shall be stated both In writing and In figures, the signatures of all persons signed shall be In longhand. The completed form should be without interllneations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (c) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , telegraphic or telephonic proposals or modifications will be considered. (d) List of Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of i percent t` of his total bid, in accordance with Chapter 2, Division 5, Title 1 , of the Government Code. (e) Each proposal shall have a List of Minority BusinessEnterprises containing the name, address and percentage oTtotal bid, for each subcontractor and/or materials supplier the bidder proposes to use to meet' the 10 percent minority business enterprise utilization requirement. The bidder is encouraged to use more than the 10 percent requirement if qualified subcontractors and materials suppliers are available. See the General Conditions for further information regarding the 10 percent minority business enterprise utilization commitment. (f) Each proposal shall have a Statement of Compliance indicating the Contractors intent to comply with the EDAreguirementt of 10 percent minimum participation of Minority Business Enterprises (MBE) , (g) Each proposal shall have a Bidders Certification indicating Contractors Proposed Affirmative Action Plan. (h) Bidder' s Securit : All bids shall have enclosed cash, a cashier' s check, cer�ed check or a bidders bond, as described be ow, — executed as surety by a corporation authorized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the-bid. (i) A Certificate of Nonsegregated Facilities must` be s" rid� with laid. See (Division H) (Suppientiental General Conditions. SECTION 5. SUBMISSION OF PROPOSALS Proposals shall be submitted to the Public Works Director of Contra Costa County at the place indicated on the bid proposal . I't is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover , plainly identified as a proposal for t•he 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 . SECTION 6. WITHDRAWAL OF PROPOSALS Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder of his duly authorized representative, for the withdrawal of such bid is filed with the Public Works Director of Contra Costa County. An oral , telegraphic, or teleehonic_ request_ to withdraw a bid proposal is not acceptable. The withdrawal o d sh- aTilnot preju ce Che 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 Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors . Bidders or their authorized agents are invited to be present . SECTION 8 . IRREGULAR PROPOSALS Proposals may be rejected if they show any alter- ation of form, additions not called for , conditional bids , in- complete bids , erasures , or irregularities of any kind . if bid amount is changed after the amount is originally inserted , the change should be initialed . The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted . SECTION 9. COMPETITIVE BIDDING If more than one proposal be offered by any individual , firm, partnership , corporation , association , or any combination thereof , under the same or different names , all such proposals may be rejected . A party who has quoted prices gn 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. All bidders are put on notice that any collusive agreement tt��jj�� ,� fixing the prices to be bid so as to control or affect the awarding of thit)0 2 1 a contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT The right is reserved to .reject any and . all proposals . The award of the contract , if it be awarded , will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed . Such award , if made , will be made within 30 days after the opening of the proposals . SECTION 11 . SPECIAL REQUIREMENTS The bidder ' s attention is invited to the following special provisions of the contract , all of which are detailed In the General Conditions and Supplemental General Conditions or other documents included in these specifications . (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) ' Facilities to ba Provided at Site (g) Assignment of Contract Prohibited (h) Wages and Overtime Pursuant to Contract Work Hours Standards Act SECTION 12. EXECUTION OF CONTRACT The contract (example in Division 0 ) shall be signed by the successful bidder with duplicates and returned within five (5) days of receipt , not including Saturdays , Sundays , and legal holidays , together with : a) Contract b) Contract Bonds c) Certificates of Insurance d) Minority Business. Utilization Report (Form ED-530 Part A & Part B) No contract shall be binding upon the County until same has been executed by the Contractor and the County . Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided , any work performed fey him will be at his own risk and as a volunteer unless said -contract Is so approved . SECTION 13 . FAILURE TO EXECUTE CONTRACT • The contractual requirements of Section 12 002*71 SECTION 13 . FAILURE TO EXECUTE CONTRACT (Cont . ) must be correctly executed in strict conformance with the contract documents and delivered to the County within five (5) working days of receipt of contract . Contractor shall not send these documents by U . S . Mail but shall hand deliver them to Building Projects Division , Room 107 , Court House , Martinez , CA where they will be immediately reviewed for accuracy . Documents found deficient shall be immediately taken to their source for correction . No allowance for late submission of these documents will be made . The contract documents must be correctly executed and deliverd to the County on time to Insure that on-site work can begin before the deadline established as a condition of grant by the Economic Development Administration . Failure to meet these requirements shall be just cause for the annulment of the award and the forfeiture of the bidder ' s security . If this failure to deliver correctly executed documents and/or on-site labor has not begun as stipulated , resulting in the cancellation of Federal grant (s) , the contractor shall be held liable for the total amount of the Federal grant (s) not: received . 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 f bidder to whom 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. ti. • 00`x'78 ® DIVISION C - PROPOSAL (Bid Form) BIDDER BIDS WILL BE RECEIVED UNTIL 27th day of October. 1977 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT , th FLOOR , COUNTY ADMINISTRATION BUILDING, 651 PINE STREET , MARTINEZ , CALIFORNIA 94553 . A. TO THE PUBLIC WORKS DIRECTOR , VERNON L . CLINE , PUBLIC WORKS DEPARTMENT: Gentlemen : The undersigned hereby proposes and agrees to furnish any and all required labor material , transportation , and services f o r Office Building at Flood Control site at 255 Glacier Drive, Martinez, CA in strict conformity with the Plans , Specifications , and other contract documents on file at the Office of. the Clerk of the Board of Supervisors , First Floor , Administration Building , Martinez , California 94553 , for the following sums ; namely : BASE BID : • shall include all of the work for the construction and completion of all facilities therein , but not including any of the work in the following Alternates : For the sum of : Dollars ($ ) p . • 00279 9 DIVISION C - PROPOSAL (Bid Form) (Cont, ) B. It is understood that this bid is based upon completion of the work within two hundred fifty days (250) from and after the date of commencement . C . It is understood , with due allowances made for unavoidable delays , that if the Contractor should fail to complete the work of the contract within the stipulated time , then , he shall be liable to the Owner In the amount of nno hunefried rMllare ($100.00) per calendar day for each day said work remains uncompleted beyond the time for completion , as and for liquidated damages and not as a penalty , it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. D . The undersigned has examined the location of the proposed work and * is familiar with the Plans , Specifications and other contract documents and the local conditions at the place where the work is to be done . E . The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid . F . The undersigned hereby certifies that this bid is genuine and not sham or collusive , or made in the interest or in behalf of any person not herein named , and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid , or any other person , firm , or corporation to refrain from bidding , and that the undersigned has not in any manner , sought by collusion to secure for himself an advantage over any other bidder . G. Attached is a list of the names and locations of the place of business of the subcontractors . H . Attached is a list of the names , addresses and percentage of bid for each minority subcontractor and/or materials supplier . 1 . Attached is bid security as required in the Notice to Contractors . ❑ Cash ❑ Bidders Bond ❑ Cashiers Check ❑ Certified Check • OUZO DIVISION C - PROPOSAL_ (Bid Form) (Cont . ) J . The following addenda are hereby acknowledged as being included in the bid : Addendum # dated Addendum N dated Addendum dated Firm By Title Address Phone • Licensed in accordance with an act providing for the registration of Contractors , Classification and License No . Dated this day of ► 19 do '00681 C .3 DIVISION C. PROPOSAL DID FORM continued ' LIST OF SUBCONTRACTORS: {As required by Division 8 , Section 4, Paragraph td}} (Substitution of listed subcontractors: See Division F. , . Section 5 , Paragraph E Portion of Work Name Place of Bidders 4 ♦ • • IHi. �t48 -0s £Ctf t 00282 c-4 DIVISION C - PROPOSAL BID FORM (Cont.) LIST OF MINORITY BUSINESS ENTERPRISES 1. Name of Bidder 3. IRS Humber 4. Address: 2. EDA Project No. 5. The Bidder commits himself to the use of Minority Business Enterprises in the dollar amount or percentage of contract as required by •these documents and Title 1 , Section 106(f) (2) of the Public Works Employment Act of 1976, as amended (P.L.94-369) through the use of the following minority business enterprises as contractors or sub-contractors for services or supplies: 6. Type of Percentage Minority Firm Name (MFN) Mailing Service or of Bid IRS Number(IRS) Address Supplies Sum , Name(MFN) Street(MFA) City(MFC) � IRS Number (IRS) Slate (M FS) Zip Code (MFZ) • Name IMFN) Street(MFA) City(MFC) IRS Number (IRS) State (MFS)Zip Code(MFZ) Name(MFN) Street (MFA) I City (MFC) ) IRS Number (IRS) State (MFS) Zip Code(MFZ) Name (MFN) Street (MFA) City (MFCI State (MFS) i IRS Number (IRS) Zip Code (MFZ) Street (MFA) Name(MFNI City (MFC) State (MFS) _ IRS Number (IRS) Zip Code (tdFZ) Street (MFA) Name(MFN) City(MFC) State (MFS) IRS Number (IRS) Zip Code(MFZ) i 7. Total percentage to be Expended for Minority Business Enterprises: Total Amount of Bid (Base) $ a. I Nanta and 7'111e of Authorized Officer Phone No. Date S6414 furs I STATEMENT OF COMPLIANCE Name of Company PROVIDE ASSURANCE OF MY COMMITMENT TO PROVIDE A 10 PERCENT MINIMUM MINORITY BUSINESS ENTERPRISE PARTICIPATION IN THE CONTRACT FOR CONSTRUCTION . FIRM : BY . TITLE : _ _ ® ADDRESS : . PHONEc. . x 00281 0;VISION C - PROPOSAL 910 FORM (Cont.) L. Afiit•'3#:':? Act- -n,- Certiftca}:. 5de.-s Cert-��'�cation A bidder -412, not be aligibie for award of a contract under this Zn•ritation for 24::3 unless such bidder has sub.--itted as a cart of its bid the following certification, which will' be deezed a par',, of the resulting contract: • BIDDERS CERTIFICATION certifies that; (Bidder). 1. it irterds to employ the following listed construction trades in its work wider the contract ' . and 2. (a) as to -hose trades set forth i.z t e preceding paragraph one hereof for which it i.: eligible under Part I of these cid Conditions for participation in the Contra Costa Plan, it 411 comply with the Contra Costa Plan an this and all future cons.-uct:or. work in Contra Cos`a County within the scope of coverage of that Plan, those trades being: • aha e l or (b) as to ;dose trades far :rhieh it Is required by these ,cid Conditions to ccm;ly ;..t:. ?a:t I,I of these cid Conditions, it adopts the minimum minority manccwer utilization ,goals and the scecifice action steps contained in said ?a:-. l?, cn t:,is and all future constr:action Work i.•Z Contra Costa County subJect to these rid Cor•d:.tions 9 those trades being: i and it �o:-11 cbtain fr cn each of its subcortr actors and submit to the con- t.ac::.ng or ad.;si.^isteri::g agency prior to the award of any subcontract .:rider this contract the subcontrzctor certificaticn required by these cid Conditions. tuignatu a of authorized representative of bidder) 0028 J `�► .. �ws—f1, •-rta�'sI•:'r r. .`-!:�1�• ..y'�.��.�ii�"'+rtiZ..r:./l. - —•.�..� Nr f CERTIFICATE OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "•segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clock:, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by exp licit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will include the original in his Bid Package. Race or ethnic group designation of subcontractor. Enter race or ethnic group in the appropriate box: ( ) Negro ( ) Spanish American ( ) Oriental ( ) American Indian ( ) Eskimo ( ) Aleut ( ) White (Other than Spanish American) The construction subcontractor certifies that he is not affiliated in any manner with the Grantee/Borrower (City) of the federally-assisted construction project. REMARKS: Certification - The information above is true and complete to the best of my knowledge and belief, • Name and Title o Signee Signature Date NPTE: The penalty for making false statements in offers in pre(40 51 li3 U.S.C. 1001 . DIVISION D. ARTICLES OF AGREEMENT (Contract) CONTRACT (Construction Agrca=sent) (Contra Costa County Standard Form) 7. SPECIAL ii ns. These special terms are incorporated below by reference. . (S5213) Parties: (public Agency) (Contractor) omp ate legal nama (52) Effective Date: (See 54 for starting date.) (S3) rho York: aae (S4) Completion rias: (strike out (a) or (b) and "calendar' or "working'j (a) Ry (data} (b) Within calendar/working days free starting date. (SS) Liquidated Damages: S � per calendar day. (56) Public Agency's .spent: W) Contract Price: S (tor unit price contracts: more or less, in acceruance wit.`i finishad quantities at unit bid prices.) (Strike out parenthetical material it inapplicable.) 2. SXWA- RE? A ACX20WLEDGIIE'2'. Psi do Agency iy= {president, Chairman or other uesignated Representative) - (Secretary) Contractor, hereby also acknowledging awareness of and cosVliance with --' Labor Code 51061 concerning Workers' Compensation Lax. By= (CORPORATE osignate o iaia capacity in the busumosl SEAL) By: • EoesLgnato official capacity in ze busLA0651 los+ to Contractor (I) 6seoute aoknowiedgment form beZou, and M if a Corpora• rian, affix Corporate Soal. ~ -Stats of California ) ac itOtJLE1u-E"T (by Corporation, C==ty of ) ss' a� rtaczsnip, or Individual) The person(s) signing above for Contractor, known to crs in individual and business Capacity as stated. personally appeared before me today and acknowladged that he/they executed it and that the corporation or partnership namod aoova executed it. Oatod: IKOTA=AL SrALj Notary PublIc TORN APpsts'vm by Ccunty Counsel. (page 1 of 4) (CC-L: Rev. 11-76) 3. twipm COIITRAC. Cib1UGES. (a) By their signatures in Section 2, effective on the above data, cthazc partsaz pr=Lz and agree as act forth in this contract, incorporating by these references the manorial ("special, terms") in Sec. 1. (b) Contractor shall, at his own cost and expanse, 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 i;h 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 cast agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. •4. Tim. uCTZCL To PROCEED. Contractor shall start this work as directed in the speci- icatioms or tae Wor.&cs to rocaod; and shall complete it as specified in Sec. 1. S. LI U A1tD DA;UIGES. Sf the Contractor fair to eornpleto this contract and this work mei in He H& ixod tharafor, Allo%•anco being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and dam, a tharafroas and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fi:: the Public Agency's actual damage from any delay in performance hereof, it i.•, agreed that Contractor will pay as liquidated damages to tits Public Agency the reasonable sum specified in Sac. 1, the result of tlho parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said we&.; and if the same be not paid, Public Agency cuy, in addition to its other ramedica, deduct the sane from any money duo or to bacon-, due Contractor under this can- tra=. if tba Public Agency for any cause authorizes or contributes to a delay, suspen- sion of wort: or antension of time, its duration shall be added to the time allowed for completion, but it shall not be dcanod a waiver nor be used to defeat any rigKt of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code See. 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 thu Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. n:'LGRA-t;u UOCutX1:.S. .he plans, drawings and specifications or spacial provisions of tae Public Agonc-1a call for bids, and Contractor's ammo tad bid for this work are hereby incorporated into this contract; and they arc inters to eo-operate, so that any- thing exhibitod 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 not forth in both, to the true intent and moaninq tharoof hrhen talon all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYIM . (a) For his strict and literal fulfillment of those premises and conditions, and as :511 compensation for all this work, the Public Agency shall pay the Contractor the sue specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid.prices. (b) on cc about the first day of each calendar month the Contractor shall submit to the Public Agency a varifiad application for paynhant, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the. Public Agency shall issue to Contraror a certificate for the ae:ount.detesnined to be duo, minuslot thereof pursuant to Gavcraront Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. S. PAYt>Zit;S WITHHELD. (a) Tho Public Agoncy or its aysnt may withhold any payment, or because or later xscovored eviuence nullify all or any certificate for payment, to such extent and period of tiara only as may be necessary to protect the Public Agency from lags because of: (1) Defective work not rauadiod, or uncompleted work, or (2) Claias filed or reasonablo 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 avoil unnecassary trouble or cost to the CoHCsae_wr in making good any defective war): or parts. (o) 35 calendar days after the Public agency files its notice of completion of the antis (Page 2 of 4) (CC-1; Rev. 11-T6) 2 002 .� 4 t work., it shall issue a certificate to the Contractor and pay tno balance of the contract price after deducting all amounts withhold under this contract, provided the Contractor shows that all claims for labor and caterials have Lean paid, no claims have been presented to the Public Agency based on acts or onissions of the Contractor, and no lions or withhold notices have bean filed aaainot the work or site, and provided there are not reasonable inuications of defective or miaaing work or of lato-recorded notices of liens or clains against Contiactor. 9. I:SLPA:rC (Labor Code 55106U-til) On signing this contract, Contractor must give Public ,+gent•,• (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 ac:aitttd injurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Cods Sec. 3700 and the workers, Compensation Law. 10. uumas. On signinq this contract Contractor shall deliver .to Public Agency for approva good and sufficient bonds with sureties, in amount(s) specified in the specifi- cationz or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and matarialu itardundar. 11. PAILLM :'0 PL'RYUR11. If the Contractor at any tine refuses or neglects, without fault of t:.c Pu:,acnycncy or its agent(s), to supply sufficient materials or workmen to coupletc this agreement and work: as provided herein, for a period of 10 days or more after written notice ehoroof by the Public Agency, the Public Agency may furnish same and deduct the reasonaule axpensas thereof from tha contract price. 12. Ltd)S APPLY. Uancral. Doth parties rocognizo.the applicability of various federal, -tate and aocal laza utu ragulationz. especially Chapter 1 of Part 7 of the California Labor lode (beginning with Sec. 172u, and includiztg Secs.. 1735, 1777.5, i 1777-G forbidding diserinination) and intend that this agreutaettt cotuziies t(tarewith. The parties specifically stipulate twat the relevant penalties and Zurfaitures provided in the Labor Code, especially in Seco. 1775 c 1313, concerning prevailinq wagon and hours, shall apply to this agreet"At as though fully stipulated heroin. • 13. SUUCONTRACTURS. Government Code 554100-4113 are incorporated herein. 14. wAC,L' or PA%Z. (a) Pursuant to LabCoda Sec. 1773, the Director of the Department of n ustr aRelations has ascertained the general pre'railing rates of wages cer'diem, ar.3 for holiday and overtime work, in the locality in which this work is to be performed, for each craft classification, or type of workman needed to oxecutu this contract, and aaia rates are as specified in t)to call for bids for t:tis work and are on file with the Public Agency, and are hercuy incorporated 'heroin. (b) Zhiz schadulo of wages is basad on a working day of 8 hours unless otherwise specified: and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. Whan losa titan that number of hours are worked, tna daily Drage rate is proportionately reduced, but the hourly rate remains as stated. (c) Vho Contractor, and all his subcontractors, must pay at least titess rates to all persons on this work, including all traval, subsistenca, and fringe benefit payments ' provided for by applicable collective bargaining agreements. All skilled labor not listed above oust uu paid at Least the wage scale establisaud by collective bargaining agreement for such labor in the locality where such work is baing performed. If it becomes ascus- sary for the Contractor or any subcontractor to ataploy any person in a craft, classifi- cation or type of work (except executive, supervisory, ad:ainistrative, clerical or other non-manual worhurs as such) for waica no minianu wane rata is specified, the Contractor shall immediatuly notify t:te Public Agency witich shall promptly determine the prevaiii.g wage rate Gierefor and furnish the Contractor with tze miniurua rate basad thereon, whica shall apply from the time of the initial esployuant of the person affected and during the continuance of such employment. 15. ilocrs or Lnon. Eight hours of labor in ane calendar day constitutes a legal day's wor ,, a.:: 110 wor,;t:.an employed at any time on this war): by the Contractor or by any sub- contractor shall ho required or permitted to work lonyor thureon except as provided in Labor Code Sacs. 1910-1315. 16. APPP.U"MCM. Properly indentured apprentices may be employed on this work in accordance witit Labor Coda Sega. 1777.5 and 1777.6, forbidding discrimination. (Page 3, of 4) . (CC-1: Rev. 11-76) 0-3 002.89 't4 Z, .x:. '. . .. . �.. 17. Pk1:PL1U*::CE FOR HATEMIAIX. The Public Agency desires to promote the industries and econouy of Contra Costa County, and tita Contractor therefore promises to use the products, workmen, lai,orars and mechanics of this County in every case where the price, fitness and quality are equal. 19. AZSZC:.-=:T. This agreement binds the hairs, successors, assigns, and representatives o tae Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of tho Public agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. :M Y.AIVEtt BY PUBLIC AGL'::CY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work, or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of raid work and/or matorials, or paymontz therefor, or any combination of thuso acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed# nor shall the Public Agency be thereby estoppad from bringing any action for damages or onforcament arising from the failure to ==ply with any of the torus and conditions hutC0Z, 20. 11oL0 fU r=LCSS c I::CCI"-:ITY. (a) Contractor promises to and shall hold harmless and indemnify from t(to a L i tics as defined in thin section. (b) The indamniteas benefited and protected by this promise are the Public Agency and its elective an hoards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly 13113107 incurred incurred or threatened because of actions defined below, including personal injury, death, property damacu, inverse condamnation, or any combination of these, regardless of whether or not such lia.iility, claim or damage was unforeseeable at any time before the Public Agency approved tits improvement plan or accepted the improvements as completed, and including the defense of arty 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 conaaction w—T tie matters covereu by this contract and attributable to the contractor, subcontractor(a), or any officar(a), agent(s) or employae(s) of one or more a! them. (a) ion-Conditions: The promise and agreement in this section is not eoaditioneu or dependent on whether or not any Indcrnitae has prepareu, supplied, or approved any plan(s) , drawing(s), specifications) or special provision(s) in connection with this work, has insurance or other indemnification covering any of tauso matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnites. 21. �'„AVAT1OG. Contractor shall comply with the provisions of Labor Code Sec. 6105, if app serine, ay su:;mitting to Public Agency a dotailad plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. '. (Page (Cc-1# Rev. 11-76) • fD 4 OU 90 is fi;M 1 )} 1 � -.. » DIVISION E - EQUAL EMPLOYMENT' OPPORTUN I TY BID .00MITIONS AFFIRIATIVE ACTION RECUIRE-ENTS E LX E-FLMI-EIT OPPORTMITY GGIET01-1I PLNO For all :Jon-Exempt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California. Nom.' EACH BIDDER, CO.' RACTOR OR SUBCONTRACTOR (HERE I NAFTE-R THE CONTRACTOR) ' FUST FULLY COMPLY WITH EITHER PART I OR PART II, AS APPLICABLE, OF THESE BID COINDITIONS AS TO EACH CONSTRICTION TRADE IT INTENDS-10 USE ON THIS CQISTRUCTION COirjRACT kZ ALL OTHER COIJSTRLJCTION WORK (BOTH FEDERAL AND. NON- FEDERAL) IN 1-HE CaTM COSTA COU4TY AREA DURING THE PER FORPIANCE OF TH I S COifM4CT OR SLECONT ACT, THE CONTRACTOR COPT-LITS ITSELF TO THE GOALS FOR MINORITY MANPUN R UTILIZATION IN EITHER PART I OR PART I.I, AS APPLICABLE, AIND ALL OTHER REQUIREI-eIt'S, TER-IS AND CONDITIONS OF THESE BID 0011MITIQNS BY SlIBMITT'ING A PROPERLY SIGNED BID, THE CONTRACTOR SHALL APPOINT A COMPAW EXECUTIVE TO ASSU-E THE RESP(XJSIBILITY FOR THE I14PLE-OrrATION OF THE REEQUIRE&ITS, TERI-IS AND CONDITIONS OF THESE-BID CONDITIONS4 PT The provisions of this Part I apply to contractors which are party to collective barr;aining agreements with labor organizations which together have agreed to the Contra Costa County Area Construction Program (hereinafter the Contra Costa Plan) for equal opportcaYity and have jointly made a commitment to specific goals of minority and, where applicable, female utilization. The Contra Costa Plan is a tripartite voluntary agreement between management, labor, and the minority community. The Contra Costa Plan, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, are incorporated heroin by reference. E- ' 00291 Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. A contrac- tor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organization which represents its employees in the Contra Costa Plan as to one trade provided there is set forth in the Contra Costa Plan a specific commitment by both the contractor and the labor organization to a goal of minority utilization for that trade. Contractors using trades which are not covered by Part I (see Part It, Section A) must comply with the commitments contained in Part Ii including goals for minorities and female utilization set •� forth in Part II. If a contractor does not comply with the requirements of these Bid Condition:, it shall be subject to the provisions of Part II. x.....11. A. Cov_ erase. The provisions of this Part It shall be applicable to those con- tractors who: 1. Are not or hereafter cease to be signatories to the Contra Costa Plan incorporated by reference in Part I hereof; 2. Are signatories to the Contra Costa Plan ,but are not parties to collec- tive bargaining agreements; 3. Are signatories to the Contra Costa Plau but are parties to collective • bargaining agreements with labor organizations which are not or hereafter cease to be signatories to the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan -md are parties to collective bargaining agreements with labor organizations but the two have not Jointly executed a specific commitment to goals for minority utilization and incorporated the commitment in the Contra Costa Plan; or 5. Are participating in an affirmative action plan which is no longer accept- able to the,Director, OFCCP, including the Contra Costa Plan; 6. Are sig:+atories to the Contra Costa Plan but are parties to collective bargaining agreec:ents with labor organizations which together have failed to cake a good faith effort to comply with their obligations under the Contra Costa Plan and, as a result, have been placed under Part It of ' the Bid Conditions by the Office of Federal Contract Compliance Programs . B, Reauirecent--An Affirmative Action Plan. Contractors described in paragraphs l through 6 above shall be subject to the provisions and requirements of Part Il of these Bid Conditions including the goals and timetables for minor- ityl utilization, and specific affirmative action steps set forth in Sections B.1 and 2 of this Part II. The contractor's con=itment to the goals for minority utilization as required by this Part II constitutes a commitment that it will make every good faith effort to meet such goals. 1 �L'nority is defined as including Blacks, Spanish Surnamed Americans, Asians, and American Indians, and includes both minority .men and minority women. 00291-1 E-2 I. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the;. Contra Costa Plan area and which is not otherwise bound by the pro- visions of Part I. For all such trades the following goals and timetables shall be applicable: .A:t GOALS FOR MINORITY UTILIZATION From 10/01/74 To 9/30/76* 17.0% - 19.5% * In the event that any work which is subject to these Bid Conditions is perfor-.ed in a year later than the latest year for which goals of minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such'work. The goals of minority and female utilization above arc expressed in terms of hourz of training and employment as a proportion of the total number ' of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Contra Costa Plan area during the perfor- nancc of its contract (i.e., the period beginning with the first day of work on the Federal or fcderally assisted construction contract and ending with the last day of work.) The hours of minority employment and training dust be substantially uniform throughout the length of the contract in each trade and minori- ties must be employed evenly on each of a contractor's projects . There- fore, the transfer of minority employees or trainees from contractor to contractor or from, project tc project for the purpose of meeting the contractor's goals shall be a violation of Part II of these Bid Condi.tionA. If the contractor counts the nonworking hours of trainees and apprentices in meeting the contractor's goals, such trainees and apprentices must be employed by the contractor during thee training period; the contractor • must have made a commitment to employ the trainees and apprentices at , the cor..pletion of their training subject to the availability of employ-• ment opportunities; and the trainees must be. trained pursuant to training programs approved by the Bureau of Apprenticeship and Training, for - "Federal Purposes" or approved as supplementing the Contra Costa Plan. 2. fFccific Affir-mative Action Steps. No contractor shall be found to be in noncompliance with Executive Order 11246 , as amended, solely on account of its failure to meet its goals , but shall tee given an opportunity to` deo«onstrate that the contractor has instituted all the specific affir- mative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within the timetables, all to the purpose of expanding minority utili- zation in its aggregate work force in the Contra Costa Plan area. A OW E- � ) a r contractor subject to Part I which. fails to comply with its obligations under the Equal Opportunity clause of its contract (including failure to meet its fair share obligation if provided in the Contra Costa Plan) or subject to Part II which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following; a. The contractor should have notified minority organizations when employment opportunities were available and should have maintained records of the organizations ' response. b. The contractor should have maintained a file of the nacres and addresses of each minority referred to it by any individual or organization and What action was taken with respect to each such referred individual, and if the individual was not employed by the contractor., the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred back by the union or if referred, not employed by. the contractor, the file should have documented this and the reasons therefor. C. The contractor should have promptly notified the contracting or : . administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. The contractor should have disseminated its EEO policy within. its organization by including it in any employee handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disseminated by conducting staff meetings to explain and discuss the policy; by . na-.tin� of the policy; and by review of the policy with minority ; employees. e. she contractor should have disseminated its EEO policy externally by informing and discussing it with all recruitment sources; 'by . ., advertising in news media, specifically including minority news ' media; and by notifying and discussing it with all subcontractors . f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substantial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area. E-4 f g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not violate the OFCCP Testing Guidelines in 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-the-job training opportunities and participated and assisted in all Depart- ment of Labor funded and/or approved training programs relevant• ta! the contractor's employee needs consistent with its obligations under this Part II. i. The contractor should have trade sure that seniority practices--and job classifications do not have a discriminatory effect. J . The contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out including the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such, employees to seek those opportunities. 1 . The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority coni., .. tractor associations. NOTE--The Assistant Regional Administrator of the Office of FederaZ Contract Compliance Programs and the compliance agency staff wiZt pro- vide technicaZ assistance on questions pertaining to -minority recruitment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. Subsequent Signatory to the Contra Costa Plan. Contractors that are.' subject to the requirements of Part II at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either individually or through an association, will be deemed bound to their commitments to the Contra Costa Plan from that time until and unless they once again become subject to the requirements of Part 11 pursuant to Section A. 1-6. 4. '.on-di scrizination. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner" as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. PART 111 Compliance and Enforcement. In- all cases, the compliance of a contractor will lie determined in accordance with its obligations under the terms of these Bid Con- ditions. Therefore, contractors who,are governed by the provisions of either Part I or Part II shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or lower tier sub cq, rsctors . All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors in writing of their .respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. A. Contractors Subject to Part I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246 , as amended, the implementing regulations and its obligations under Part I, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement Beet the goals for minority utilization to which they cormitted themselves in the Contra Costa Plan, or can demonstrate that every good faith -effort•has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Program determines that the contractor has violated a substantial requirermnt in the Contra Costa Plan or Ex.ecutive. Ordcr 11246, as amended, . and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Contra Costa Plan or has engaged in unlawful discrimi- nation. Such violations shall be deemed to be noncompliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. 2.• The OFCC? shall review Part I -contractors ' employment practices during the perfor-ance of the contract. Further, OMC? shall be solely responsible for any final daternination that the Contra Costa Plan is no longer an acceptable affirmative action program and the conse- quences thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Centra Costa Plan no longer represents effective affiiative action. In the event it shall be solely respdnsible for any final d- -termination of that question and the consequences thereof. 3. Unere OFC.C? finds that a contractor has failed to comply with the require-.cnts of the Contra Costa Plan cnd its obligation under Part I of these Bid Conditions, it shall take such action and/or impose such sanctions as may be' appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not n`t the requirements . of the`.e Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements o•f thdse Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps toward the attainment of its trade 's goals within the timetables set forth in the Contra Costa Plan. The pendency of such formal proceedings shall be • taken into consideration by Federal agencies in determining whether E_6 004 �C� J +�k ' t ,1. a,,, .+. • such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible, prospective contractor" within the meaning of basic principles of Federal pro- curement law. B. Contractors Subject to Part II. In regard to Part II of these Bid Conditions, if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be presuzed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part II of these Bid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering, _ agency otherwise determines that the contractor is violating the Equal . ." Opportunity clause. L Where the agency finds that the contractor failed to comply with the require- ments of Executive Order 11246, as amended, the implementing regulations and the obligations under Part 11 of these Bid Conditions, the agency sha11 take such action and impose such sanctions, which include suspension, termi- nation, cancellation, and debarment, as may be appropriate under the Executive Order and Its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the goals contained in Part 11 of these Bid Conditions. The contractor's failure to meet its goals shall shift to it' the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the spacific affirmative action steps listed in Part ii , Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order iiZ46, as amended, 'and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. C. Obligations Applicable to Contractors Subject to Either Part i or Part il . It shalt be no excuse that the union with which the contractor has a col- lective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining; agreement, is prohibited by the :' tional Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as`'amended. It is the policy of the Office of Federal Contract Cc=pliarce Programs that contractors have a responsibility to provide equal enplo)ment opportunity if they wish to participate in federally involved contracts. To the extent they have delegated the responsibility for some of their employment practices to a labor organization and, as a result*, are prevented from meeting their obligations pursuant to Executive Order 11246, as amenddd, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended,' its implementing rules ` and regulations. M2 E-]. PART L General Requirements. 2. Contractors are responsible for informing their subcontractors in writing regardless of tier, as to their respective obligations under -=- Parts I and II hereof, as applicable. k'henever a contractor sub- contracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcontractor shall be bound by these Bial Conditions to -the full extent as if it were the prime contractor. The contractor shall not, hvaever, be held accountable for the failure of its subcontractors to fulfill their *obligations W.der..these Bid Conditions. however, the prime contractor shall give notice to. the Assistant Regional Admini- strator of the Office of Federal Contract Compliance rrograms of the Departr..ent of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor's failure to comply will be treated in the same manner as such failure by a prime .contractor. 2. Contractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "responsible" bidder for Government contracts and federally assisted construction contracts pursuant to the Executive Order. 1 3. The Contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause incSudin,^, suspension, ternii::.-i a and cancellation of existing sub- contracts and dcbz vrant frur., iu4ure contracts as may be imposed or ordered pursuant to Executive Order 11246 , as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Contract Compliance Progr=s . Any contractor who fails to carry out such sanctions and penalties shall also be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. Nothing herein is intended to relieve any contractor during the ter;., of its contract from corpliar-cc with E:ecut ive Order 1121.6 , as and the Equal OppvrL=ity clause of .its contract with respect to matters not cohered in the Contra Costa Plan or in Part II of these Bid, Conditions. E=$ Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under fedassisted contracts. In executing this assurance, the County, cities , ande on- profit sponsors agree to do, among other things, the following.: n°r� a. Include the following equal opportunity clause in all federally- .. assisted contracts. This clause applies to administrative, ,. supervisory, professional , and clerical struction workers. This clause also appliesotoethesemplo wellaenton- practices of the Activity Sponsor: A- "No person in the United States shall on the ground of race,- national origin or , color 9 sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any pro ram: . , 1 or activity funded in whole or in part with funds available under this title." 00299 E 9 tk t t DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY (Cont.) OMB Ao roval No .- 44-R1396 STANDARD cOP.:4 - 257MONT,., deporcL^^� rsricd HLY EMPLOY.-IENT (;donut, Year). (Aug. 1976) UTILIZATION REPORT AM As prescribed by the .e;t. a' Laber (0 CC?J (Sze reverse for irst:uctions) e This report is. required by Executive Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. To: (Itame and location c' Caapllance Agent;) From: (Name and lccation at contractor) Asst. Reg. Aloin. fc. =qua1 Opportunity U.S. Dept. of Housia; b Urban Development ' AM Golden Cata ?vane, Box 36003 San Francisco, CaliFo=ia 94102 3• u. '5. otal 'lark Hours at ?^ployaent (See tootr.ote) Mina- number .umber o. of Class' a. a. • c. s. • a. '�/'� a: mincri r Employ. " i iiia- er. ;.Sian/ otal total Cazpanyo s 'lane (:.?.) '•'rade :ens iota' 3lacic pante 'radian ftW'c 9e- v/h ffsloy- **s Ira.ard le C Tr E r Tr A Tr I I Tr C Tr r I Ao Tr C A Tr 4 r Tr r � I T- I I I An Tr Coapa.:! Ct:i::0ia ��:at::re 1n c.e d. Dat* sl;ned ^elepncne Zivacer . (tnolide Area Code) 0 ) 3UU (�► gates & Femaies " ' ** Mincri cles b non-minorities) F- I n Page of INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (SF-257) The Employment Utilization Report is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the te-m of the cc-itract, and they shall include the total work-hours worked for -" each employee level in each designated trade for the entire reporting period. The prime contractor shall. submit a report for its aggregate work force and shall collect and submit reports for each subcontractor's aggregate work force to the Federal Compliance Agency that is funding their construction project. Reporting Period Self-explanatory. Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- tering agency responsible for equal employ- ment opportunity on the project. Contractor . . . . . . . . . . . . . Any contractor who has a construction con- tract with the U . S. Government or aoolicant (See OFCCP Regs . 6Q-1.3) . 1. Company's Name . . . . . . . . Any contractor or subcontractor who has a federally involved contract. Z. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable . Federal EEO bid conditions. 3. work-hours of Employment The total number' of hours worked by all employees in each classification; the total number of hours worked by each *-:inority group in each classification and the total work-hours for all women. Classification . . The level of accamolishment or status of the worker in the trade. (C s Craf t-:orker - Qualified, Ap -. Apprentice, Tr - Trainee) y. Percent of minority work- hours of total work-hours The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) 5. Total :lumber of minority employees . . . . . . . . . . . . Number of ,minority employees working in contractor's aggregate work force during reporting period . con-6 . Total Number of 7-m9loyees Number of all employees wonting in tractor' s aggregate work force during reporting period. • * Minority is defined as including Blacks, Hispanics, A-merican Indians and Asian and Paci!ic Islanders - both ran and wommen. ((�� ' 00301 E- 11 } LIS =UU MENT PR!3T;3G OFFICF: 1977- l3•J:J/»63 DIVISION E. - EQUAL EMPLOYMENT OPPORTUNITY I . Affirmative Action. Certification. A. Contractors' Certification. A contractor will not be eligible for award of a contract under this Invitation for Bids unless such contractor has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: CONTRACTORS CERTIFICATION certifies that. Contractor 1. it intends to employ the following listed construction trades in its .. work under the contract and....: 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation - in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and . all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being; and air (b) as to those trades for which it is required b'y these Hid Conditions to comply with Part iI of these Hid Conditions, it adopts the minimum minority' manpcwer utilization goals and the specifice af.4tirmative action steps contained in said Part H, on this and all future construction work in Contra Costa County subject to. these Bid Conditions, those trades being; and it will obtain from each of its subcontractors and submit to the con— tractino or administering agency prior to the award of any subcontract under this contract the subcontrzctor certification required by these Hid Conditions. Signature of authorized representative of contra or) 00302 E-12 DIVAN E. EQUAL EMPLOYMENT OPPORTUNITY B. Subcontractors' Certifications.. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1 . it intends to employ the following listed construction. trades in its work. under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for, which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those ! trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work, in Contra Costa County, subject to these Bid Conditions , those trades being: and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder QU 03 E-13 0___ ... . _it .. . . 11 � . 0I SION F - WAGE RATES GiVi _ - Minimum wage rates fOintset forthct if there tismanea by the Secretary of Labor are here redetermined by the difference between the minimum wage raWa9eprates determined by the Secretary of Labor and the prevailingr . . State or the County for similar classificano�nlesslthan� theehigher tractor and his sub-contractors shall paY wage rates . . See General Conditions for reporting requirements . - . • I i' , '., '. , ,: „_ 0 : 1. ,,,.,,��;�,. ,"�..'r....'�,�";(;-�,,��,.�-��;�,�,, -.',��,; 10' 6, , %��" . 11 � � �r i�� tt t n i 1,���z� *�� �.'�1 �. r 1�1e j - t r"` t t' ' i g ' `x r"i `1.est, ' ;�VOI, J,. r,_1_.; {. ... ', .�,.td�., . -"7 . �, ,.6. Surnstaw Owli14M WIND" NO. C471-5039 re" 3 STATS: California mfmcff►ir Alameda, Alpine, Amadoa, mutts, Calaveras, Coluse. Contra Sells flap S.a.N1•pq...n Ooste, Del matte, 91 Dorado, ftesno, ' aa.4y Glenn, Sumboldt. Rings. Lake, Lessen, mEJ•svNM Mader&, Magill, Mac iposa, Mendocino. Soda M i• pwd••• Y•sgl•a. w4/« . Ar,..Tr. Merced. modoc. Monterey. Napa. Nevada, placer. !tunas, Sacramento, San Senito. NICK TENDEIIS1 - Mn Preset sea: San Joaquin. San Mateo, Alpine. Amador. 91 Dorado. { Santa Chaco, Santa Crus. Shasta. Sierra Nevada, !lacer. Sacramento. Sisklysa, Solarw. Sonoma. Stanlaiaue, sieges and veto counties S 9.30 0 1.4141 S 1.70 fetter, Tohaoa. Trinity. Tulare. San YramClsco and San Mateo Thwlumaa. Yoko and Tu" Counties 10.N .65 .10 DWIS10N lssooll CA77-5039 DATS1 Rate of Publication rrasno, Rings. Madera and Supersedes Decision too. CA76-5101 dated bvesber 19, 1976, In 41 A HISS Tulare Countira 9.04 .40 1.40 DLSCRIprION Or 11005, sullding Construction (does not Include single family CA"1:HrEAS$ hones and garden type spot tments up to and Including 4 @tort•,), heavy and Carpenters 11,23 1.22 1.71 .7s ./f highway constructlod and dradgln9• _ moedrowl tions Laystal rover S•do Saw Operstucsl.saw ►lieral roixos 00■0016/•M.0o1• 11hin01eral steel Scaffold Mo■dr - EA.6611•• meoctors and/or steel Shorin! S•a. It•W pool••• vote"" ••N•. Reactors 11.45 1.22 1.71 'JS .06 R AMo.To. Millwright@ 11.76 1.22 1.71 ,.7s .06 rlledrivarmen, bridge, wharf sod dock builders I2.S1 .04 1.26 .7s .04 AS1101% towns 0 12.41 .90 1 1.17 01.50 .66 COIOIT MASONS! 0011.0"" ns 13.175 .775 1.00 .S/ .02 Cement Masons SO.N 1.13 1.43 1.5/ .05 Mast1cM 01111,61 All PutRPorte, umboldt, La/ Cbspositlon Masons 10.23 1.13 1.43 1.35 .0s Del Porte,Mendocino,t, Oke, ego work/ Igoe swinging or MYtln. doelrogape. San sp M M fr&acleco, San Mateo, Siskiyou, slip foam scaffolds 10.23, 1.13 1.43 1.30'• Solan, Sonoma and Trinity NYIrALL [MSTALLW ll.i2 1.22 1.71 .73 Counties 11.02 1.40 .93 1.00 .03 S1J1LTmIC1AMgr ' / Alameda and Contra Costs * Alameda County Counties 11.95 1.65 1.05 .20 mjeeulelass 11.41 .60 114.90 .63 /cerin. Rings. Molars. Cable Splicers 12.04 .80 1116.9/ .03 Mariposs and tbtced Counties 10.96 ,!s l.io Amador, Colas*. Sacramento. , butte, Colas&. SL Dorado, - setter, Volo, Yana and Glenn, Losses, Medoc, Nevada, those portion of Alpine, it Dorado. Nevada, placer Shasta, S Shasta, Slaa u, gutter. er,Sacramento, aM Slerea Countism Nest TaDagof the Stores Mountaine, Yolo end Tube Cos. 11.10 ./0 1.OS .2S lugnMd Monterey and Santa Crus Counties 11.60 1.13 1.20 Slectrlelsne 12.49 .03 ICAs .045 can menito and Santa Clete Cable SPlice!ti 14.10 .03 lg6•!3 .045 Countles 11.95 1.05 1.65 ,q Tumeles Alpine, Amador. Calaveras. mleetrlelama 12.03 .05 196:05 .Ns San Joaquin, Stanislaus and Cable Splicers 14.32 .95 N.03 .SIS 'Column Counties 10.05 1.041 1.00 1.90 ` T1llaee County 11.60 1.04 1.00 .07 ' FEDERAL REGISTER. VOL 43, NO. 70--FRIOAY, AfSil 33, 1977 Pod �1 call-50ll • page 3 $pct#taM M0. u77-5430 hyo t t•a } x rriap$esell•a rar.esu Reels irtrye Sera4ta r*r�ee## $sale - Nwrlr l�.rsstlea M*«li E6aMes petal M M resales$ Yac*lles rel/u Rewe M A• resales* Yeseller rod/of • + apr.Tr. t1tL`f$ICtAMsa }CoAt'd} , St1LT14ICtAMia (Cont'0!. No4terey County isle lab" Ace& ileccrictans 0 12.54 .#a ls*.73 .06 Rleatc1ctaA4 0 13.22 .67 10.77 .06 Cable splicers 13.41 .90 11*.7S .06 Cable splicers 14.36 .67 31*.77 .06 Wpa and Salam Counties Butte, Glean, Lesson. Modoo, ttectctclans 11.41 .66 11*.05 .04 Phis&*. SMas&, Sta&lyou, Cable 3plicere 13.34 .4e 11#.45 .04 Teles" $-A Welty Counties San $*Alto. Santa Clata and electttclens ' ll.#! .47 lt*.701 .44 Santa Ctue taunt/ea Cast* Spttc•ce• 13.14 .47 te*.703 .04 aleatciclona 11.40 .77 11.1.36 ,0! l mnell , Coble splicers 14.44 .71 II#1.50 .41 Rlectttotan*t Cable Spiicere' San fcanateco County ' •eelpets i 13.#0 .61 1%*.14% .04 elsctrlclans 13.635 1.04 11*.!0 .06 Cable Spllc*ts 13.64 .47 lIs.70S .04 Cable splicers 15.5! 1.44 16*.94 .06 cslaveras sad 8" J"quln San M&too County, Oou4ti44 RisetriciaAa 11.77 .12 I0#.30 .03 eRl*ctrtcisbat 'Technicians 12.15 .92 101.25 .01 RMATOA COMSTRUCTONS 13.49 .143 .31 311#4 ..02 Cable Splicers 13.67 .52 101.35 .it 81"A70$ CQ&ISTRUCTiRS, Ms1PtRs 704JR .545 .1S 311*4 .02 Contra Costa Ornmty U VATO$OONSTRUCTORS• XEUPRS i electricians 13,45 .74 101.40 tPaas.l 3NJR Cable splicers 14.41 .70 10*1.00 GLAITI 113# Del Mocte and SMrebolOt Oounit*s Als"da, Contra Costa, Late. tisctrtclaas 10.2! .SS IMJS .04 Marta, Mfndootno. isoutheca Cable SLicata 1" 11.47 .SS tt*1.75 .04 14419 at County from North of presno, drys, M&deta end rt. $r Z !yl&rs Counties 60 Montorey. lisp&, see bonito. San rrancleco, a elactticians 12.26 .75 16#.!5 .0S • San Matta, Sent& Clat4, Santa r A Cable Splicers 11.26 .7S 111*.#S eas �us. Solana, IS.N. tram east Solas, Marin. Moradocibo and oR r&tcfietd} and Sonoere Sonoma County Malntles 11,13 .93 1.35 .02 Rlectcict&ns 13.66 .62 10.30 .42 Cable Splicers 12:#1 .412 it#.30 .02 N Macipose, Merced. Stanislaus a a"Tuolumne Coumties elects/class 1.63 .62 111 111 Cable Splicers 10.41 .62 to it l `rye, :1••11 }" i •, vii•t . • ` FEURU REGISTER, VOL 42, 140. ?"Al0AY. "Ill. 22, 1977 y • 1 # ,. /:J.:!tY' ,','aur•1� 1� - r I gab= 0St;lSNitm 1116, lA77-3373 tsps 3 Aw blCNSI(II no. CA774033 lSes i . _..� lasts map so"Ats Peyseels sedc Friop s mouts►eroseess Nearly EArce►Ms ileEJvcsiiea sales p 4 t Presirss Yarelise eater wiy 116606 N A t/ Peastees Veto"** "Ver Aler•'Tr. A"r.U. iaTftAtSt ICrnnt'dr) • . GIAZI£s9s ICant'd) Mostereyand Santa Crux Alpin, Aosdor, butte, Cbuattes 0 11.10 .60 .SS .01 Colavetas. £i Dorado, San rtancisco and A of i Itirlposa, Merced. (Mocth Sas Mateo Cooney 13.07 .46 3.00 of City of Livingaton), baa Danxto and Santa Clara Ntakoc, Mev44a. rlscoc. Counties 10.x♦ .71 Sacrsanto, San Joaquin. reason, Singe, Made(& and ` Shasta, Sier(&. Sleklyau, Tulare Conatus 12.53 .33 as ! , Stanislaus. Sutter, !•baso, mariposa. Merced. Stanielaus Tuolumne, Tolo and Tuba 60 Tuolumne Countlaa MIS Counties 0 ta.**5 .43 S 1.36 hoaaoe, it Dorado. Sacramento reesna, sings. Ibdecs and i WA Iola C"Aties 1.40 •40 1.N Tulace Counties and the southern halt of San Mateo ' rssaining portions of County 10.41 .33 1.44 /eeced County 2.09 .4t 1.09 .00s .MS L109 CUSTOXVIOMt tSCta10*S£RSt Contra Costa County f Pence ecaetoce 10.41 1.14 1.06 1.30 .04 Gcowwass 10.0073 , .70 Hs1.00 Nelnforcing 11.10 1.14 1.46 1.20 .04 Liss Tquipment Ops(&tots 13.1054 .14 left." Ocsamentalr Structural 11.30 1.14 1.46 1.20 .04 Liaemes 13.45 .70 IStl.IO lA2A£Sst - _ Cable 10 1141.44 Alameda end Contra Costa t*, Iwe* 14.!11 counties 11.16 1.49 1.26 .425 smx tincts, titndoe and itsklyou i Cawtles i� Mutt*. Coluse. Glenn. Teas tclammr be;pert �•t bumboxdt. Lake, Ithat Grounds&" 4.10 .4S to 1/31 portion at County team MaS ed Geoundmast Meaeorsd- a10 y'1 Lakeport up to County Line) Mn ICAippe[0 t PowdarmeAt Nevada, Placer. Plumes, Jacktummermen 4.00 045 15 .16 1/3% pasta, Sierra. Tehsma, Lime iquipmont has 11311 .4s to .10 V2% end Trinity Counties 11.04 .66 .SQ .41 Linemen Polosp(&yetN seavy Calaveras and San Joaquin r Use rgmlpmeat peat counties 16.55 .66 .SS .01 Certified Linsmant Welder 11.54 .45 t6 .10 Lake (new City of Lakeport Tru Trimmer 16.41 .43 tt .14 1/2% down to County Line), Matin. Cable 4plleert Leadmant pendoCIAa and Sonoma Counties 9.41 .07. .45 2.00 1/40 sale sprayer 13.76 AS 16 .10 1/3% t i FEDERAL 11EOISTER, VOL 43, No. 70 AIDAY, AVIIL 22, 1677 , 'S Pale KCutON 10. CATI-1011 8 r Be61e p61446 Hee8t6 por.ear6 RaU poison Bement&perma416 Mewir [d►asAw l f Maw [I4aN64 sales 11 R O p6461646 Voters" 064/01 bM6 M l r !6461645 varalba 64U61 Apr.Tr. Ms,.Is. LIDS CONST04=1011a (Can t`41 LIMO COrgTRUCT10111 (CM&ldl Fresno, Rings. Madera and Bumboldt County Tulare Counties Groundsan 1 5.20 off 11+1.79 Grounvasn , 9 11.11 .73 11•.93 ,01 Linemen 1 •23 .ii 11.1.71 Unmeant Lina Rqulp6ent Cable splicers 11.07 ,3f 11101.73 Operators 12.29 .73 let.N .43 sail Francisco Cousty Cable'plicete 11.24 .11 lse.93 .83 . Oroundean 11.70 1.04 116.10 Maclposs .8d • wroedl Rtsnsalaus Linanenl Technicians 11.013 1.04 1st.90 .99 , • end Tuolwns Countie4 Cable Splicers ' 15.54 1.04 1t+.90 .44 Linemen 9.83 .42 le It Ran Banito, sant& Clara, Cable splicers 30.81 .03 to It and,Saari Crux Countlea losteny County Oroundeen 10.80 .tl 11+11.90 .83 6 _ Ocoendmen 9.42 .99 1101.411 .01 Llnamene Lina Squlpsent Liseaent Technicians 11.90 .93 1161.45 .01 operators 11.70 .47 111.1,90 .01 Cable Splicers 19.49 .91 10.1.41 .01 Cable Splsoece 14.21 .67 111.1.10 .O/ Mop and Solana Counties , MAM1.6 farrras 10.41 1.48 .9I 1.01 Limep. 11.83 .A 116.02 .04 FA1NTar1 Cable splleera 11.10 .84 11..011 .04 Alpine, Amador. Caleveces Outte. Glenn, Lesson. plume•, and San Joaquin Counties Shasta, Tabs" and Tcinity Brush 0.92 .74 2.34 1.11 Counties Spreyl SAastroct Tapers Gcouudaea 9.19 .07 11+.701 .02 Suing stager Scaffolds Lina•.# Equipment Operatcre 11.99 .47 10.703 .03 Sandblaster Structural Cable splicers 13.10 .87 11+.703 •02 steel 9.32 .70 2.11 1.11 Alameda County Freano, Rings. Madeca and Gcoundmen , 0.50 .70 10.50 .83 Tulare Counties Linemen 11.41 .70 11+.30 .03 hush# Tapers 11.12 .41 .20 Line Fquipsent Operators 10.27 .70 1%+.30 .83 spray# structural steel 11.37 .41 .20 Amadoc. Colusa, Raocasento. Mariposa, Necced, stanialous Rutter, VOIo, Yuba and those and Tuolumne Counties ` lactic"of Alglea, n Oocado, BcusA . ' 9.00 .78 .43 ,73 .02 lievada. !lacer and Slott& swing StagIsMes FSpteeam Claris # eces Counties most of the Main M Surra Mountain Watershed 6 Mater Blasting 9.93 .78 .43 .73 .02 Gcou dean 4.97 .73 ls+.73 .843 Sprays sandblasting 10.18 .70 .43 .75 .0? Unsama 31.21 .73 11..75 .043 , Cable Splicers 12.31 .73 116.75 .045 r to 1 :.. ,1' •. - '. e FEDERAL REGISTER, VOL. 41, NO. 70-FRIDAY, APRIL 22, 1177 • Sage to e I I oLC19tON ImO. Ch77-3039 • gage 9 � � I. y OCCISION Mal. CA 17-5039 s I^ c 11SC1S10N 010017-5015 rage g TSIOP No. C177-5113/ P•g0 10 r "sit fdgv 11•..N{s Fe reeess 1 Priege/ssests role" Me.'Ir EderelrN r Ed.plrM ►sadus Vesn{ee ead/n teres .N Pwsleas Vese"s eedhr N . A ,.To. MH.To. 1' VA11tTE0S: (Cont'dI iAIxTm1 (Cont'dl .� { Monterey, fan Benito. San kissed&, Contra (bats, 191 Mateo, Santa Clara and oocadc, Papa. Pwada, ,ants Crus Counties Placer, Sacramento. Starts. - (aacluding portions of j Solana and Talc Counties Counties In the Lake Tahoe (secluding portion• of Areal Counties to the Lake Tahoe gresA 111.22 .50 1 1.30 .00 .01 Area) Spear 11.47 .59 1.10 .80 .01 acuate / 11.11 .SI 11 1.10 .110 .111 Tapers 11.77 .55 1.30 .10 .01 Spray 11.31 .5S 1.36 .110 .03 t Lake Telae Area Upera 11.11 .55 1.30 .90 .03 Sceeh LOSS .711 ,75 s Pel lax to and nuebgldt Counties sprays Structural Steell Upers 11.20 .10 .75 DruM 7.55 .50 .26 .1111 Lake. macin. Ik idoclno, San spcayr sandblastecas Structural Francisco and Soncea Cos. Stroll Sufng Stager taperer •. 4 "a 1 Scush 10.77 ./5 1.10 .011 .03, hperbasgera 7.00 .511 .111 .011 Spray 11.02 AS 1.10 .80 •63 Parking Lot Striping (tock and/or T&pers 11.72 .55 1.10 .te .111 glghway Plackets& , } gutta. West. Glean. tansn. Ptesao. S) , teeelMlM the •strove Os Sings and Pylar. Count)• r,•, Tcaettc Delineating Device ' a• r� . i70tMfl. w"tat• PluYa. Applicator /./7 1 •511 .35 ` ' Mre shoots. Slotie, Better. Wheat Stop.lnatellocs Tcatfic tegasa, Trinity Dew/ lube surface sandbiasters.Otelper /.Ig .50 .33 0 •�` IboswNas t Wolper (ebael •top Installer, j &Z Ilosebt tet TerAessP Boilers 0.75 ./0 .10 traffic surface aandblaatec, OPaNI fawdbleeteff gttvctur•l striper) 6.03 .5/ .35 It 1 /calf avis4 stager Ts{vfs 5.11 •66 .16 0lurfr goal operations sasaew cnuntr labor Faction that Nloac operator 9.44 .50 .3f also testescd et g'7. 1155. 0gwgsa Naw 7.41 .50 .35 Is, . Pvftlsweld to sod including Applicator operator' 6.03 .50 .15 ► ' Stvsq Latsl shettlessw 6.63 .5S .35 It Ofeab 10.15 .70 .75 ( Top Nass 5.03 .16 .35 le Sprsrs structural steal# Msalnley COrgtise topers 11.10 .70 .75 traffic Delineating Device Appl:eatoce Mssel stop Installer# ?tactic surface sandblast•t 0.67 .50 .3S r griper (traffic delineating , device applicator, wheal stop Installer, traffic surface sandblaster) 7.71 .5411 '35 b • Striper 0.51 .50 .35 b belpec (stelpsc) 0.12 .50 .3S 1 FEDERAL REGISTER, VOL 42. NO. 70--121DAY. APRIL 22. 1077 . , • ANIL } OSC2�. CA77-1019 pass 194 9sCi4IOM Ip. G77-5029 Sags 12 I s ' , to - , � /.bP saaalip farrnb • Bade /dye 4ua0p/quasi 1 ssdt NewM7 lJautlu N"Ar [bsaAae Rata• N[M /anitsa vocalla& aaJla. Rapt NAR /att6tss vocarloo 644/er Art,.To. Art,.Tr. PAlIRW1 (cont-dl IPLUTtAMI TOMDEASr (Cont'd)• . Oluccy seal 0per4tloal Alpine, A4a4oc. 91 Dorado, M/get Operator 0 0.47 .50 .15 b Nevada, Placer. Sacc 0eato, squeegee "a ' 4.11 .114 .1S b Slott& and Tolo Counties 1 7.455 ,ISS 1 1.40 .40 Applicator Operator 7.72 .50 .15 b ' Calaveras and San Joaquin shuttlenan 0.05 .50 .11 b Counties 9.13 .80 1.40 .90 top Man 0.12 .f0 .15 b NaMn County 0.12 .40 1.40 .90 Pwtsxr2isr I Monterey County 9.15 1.00 1.70 .90 Alameda and Confit OosN ) San &ealta, Santa Clara and r Counties 10.10 .745 1.05 ~ '03 sant• Crest Count ler 11.90 ,70 1.10 butte. Colusa, Glenn, Leaven PLt41&t&s. (southeastern halt of Lassen Alaea.la county 11.19 1.25 2.25 .12 county), Home, $forte, Contra Costa County 11.07 1.25 2.29 .20 setter, and Yuba Counties 9.79 .110 1.00 tel motto and Mueholdt counties 11.13 .71 1.12 .OS ' Monterey County 10.00 .71 .35 .01 PLUMBERS$ Stea4littetel fc0&no, [Ings, Nader& and Amador iMorthecn hale of f lulace Counties 9.24 .90 1.50 1.11 County), lactamento, Yolo, Alpine. AOadac, Wtte.•Gla'tecas sl Dorado. Nevada, Placer caluss. 191 Dorado, Glenn. and Slarce Counties (excluding 940804 (5041. Nevada. Placer. [aka Taboo Acs&) - 1).1) 1.14 1.00 .14 HOW, factasrnto, ben Joaquin Lake Wme Area 10.19 .50 .40 1.95 .10 r sierra, buccec, Yo1a and Yuba Motto, Mendocino, !an Ptancisco Counties 11.5! .71 1.S0 .Ol and forao4a Counties 11.75 1.905 1.50 1.1T JS Z i sea hanclaco county 11.74 .90 1.90 ,03 San senito and Santa Clara ♦ata Mateo County 7.72 .44 .90 1.50 .025 Counties 14.20 .90 1.05 .14 191 Dal rode, su4boldt, Lassen San Matto County 11.74 1.05 1.45 1.20 .25 rn N (Mocthvestesp halt), Marin. .1 Alpine, Anador I5outhecn Mkadoc, Napa, Sba9ta, portion of Countyi. Butte, Slahlyou, Solaro. Sa ens, Glavecas, Colusa, /rano, TOM" and Trinity Counties 9.95 .91 .50 &.25 .01 Ols14%, 19ingst Lassen. MAdec&, NaripoOa, Macced, Stanisl&us Marlpa 0 Merced, MD40c, OW aalurae Counties 9.05 .90 1.SS 1.20 Monterey, (tutus. San Joaquin, OLASTCRLIS' TEND1'ASt Santa Crum, Shasta, Slaves, Alameda and Contra Costa Siskiyou, stant&laus. Sutter, Coantiss 4.47 ,f0 1.10 Tahoe&, Trinity, Tut&te, fre uw, 191094 and Madera Tuolumne and Yuba Counties 17.68 1.19 2.40 .10 Counties • 9.40 .00 1.40 Lake, Maps and Solana Counties 11.31 x.11 2,25 .10 FEDERAL REGISTER, VOL 42, NO. 72-FRIDAY, ARIL 22, 1977 r•. a R ( wr e •f Zoocrsrar�CA77•s029 ►+9e /l oT+cxisDP ip, G77.5031 � t►Mt 20• 'p, •,;# -. flap M.mdib►p...ep Is iselt UP"a.m.aa Paynemta ll E4ereNea n Rater N R a P.a.faam vrtotira "4Ar M.aiP [drsrNee Ary,.1r. asset M R R ►e*deaa Tetetk.s @*aloe APP..7r. AWFOtSt 000weltsr lCbot'd) Alameda and Contra Costs Countill A0*40c. Sacramento and Yolo Mooteca 9 10,14 { 1.17 { 1.10 .40 .04 CWrwtMA1es S mast lc tbrkstst tettlewn Mtere malate, tits and 1 12 kettle* W/o puepal 11.11 1.11 1.10 .40 .04 cwroaitionN 0 10.11 0 1.04 1 1.10 01.00 .07 aituoastict,[na+elscot Pips- 9nanelet and Pitch 11.11 1.04 1.10 1.00 .07 wcaigecst Coal tar built up 11.14 1.17 1.10 .40 .04 San aeaito and Santa Clam Alpine, Calaysras, Maclposa, Counties itoccwd. San Joaquin, Stanisiaus Mooleral tattle it battle 10.10 .4S 1.14 land Tuatunn* Counties 0acxr Nr?AI.ttOttt.it Montage islets, time Alameda. Contra Costs, Maps composition and built up) 11.21 .90 .47 and Solan Counties 11.25 .H 1.11S 111, +0l fait each Nos operator • 11.44 .90 .47 ` Alpine. Calaveras and 0utte, Colu*a, tl Oxado, tan Joaquin Counties 11.77 .f4 1.40 .02 Glenn# Lamson, #odor. Placer, + Ando#, Suits, Colu•a, a Plus%". Shasta, Sierra, at Dorado, Glann. Lessen, n aiekiyou. Sutter. Tehama. Nevada. Placer. Pluws. .•1. Trinity and Yuba Counties f t Sacramento, ahesta, Sierra. + troopers 11.09 .9S .40 /utter, Take". Toto and ` I[aenn. Rings, Madera and Tuba Counties 11.09 .00 1.40 Wise* Counties maclpoaa, Merced. Stanteleus 0nmbrs 11.Is .40 .10 and Tbolu ns Counties 11:14 .40 hli 4 ai ,.'i = • t Lau. Mule, 1110040CIM. Map*. Nontocoy, sea asnita, Seats t• atls"a and aanrtaa C1Marti*s Clara ass tants Crus Counties 11.11 24#.94 1.04 1.11! tooter• 10.15 .02 1.10 1.41 .04 Dal Porta• ausboldt. tate, s "� Nestle r.rkoget Settionen Matin. Dendoeino. San I1 kettle* wJa rvap,al 10.10 .OS 1.20 1.41 .04 Tranelaco, Oawss and oflamastier O,*melega# Pipe- "laity emoting _ 12.50 .ii 1.74 .12 N omfol opal tat Pitch 11.13 .85 1.20 1.41 .04 Matt noUo Cbuaty 12.02 . .00 1.01 " .12 Dal ikota and tumboldt , Nloioc ani alatiyat Couwttes .10.205 .il .21 .Cls Mantaes 10.12 .N .7S .13 ►cissa, tinge. Nader/ and i Monterey ass Santa Crus t Were Counties .40 1.92 .O9 11,70 Counties t ! Rootage, 10.75 .10 l.lS son Francisca and San natio Counties Mbottro 10.91 .69 1.11 l.lo .44 mastic barkers and Settlesen 12 kettles) Without pumps 11.10 .00 1.1% 1.10 .04 aitunastics fa+aaelecsl Plpewrapperal Coal tar 11.91 .p 1.15 1.10 •� 'ie* �.- t. t J I<EWMAL REGISTER, VOL. 42. NO. 7"110AY. APRIL 32, 19YY ` rti � •.>• �e moi• `: .• 01CIS19, CA77-5019 , fags 15 DeCISION No. call-5079 raga 16 lV � p • to 4;•, . flop 164664 Parsee" Beela fdap Bese6rs ralr.a/s Bads 11&-ofR Elrsaaa& aadr 140g.1164Rads M A r rea6leas Vain~ ow" AN.. Mar rnda4s Vocalic. 044/41 t AM,.T,. V AN..Ts. ' T01AA220 tiDAAfA3s ' 1 SOFT fC.O• s - Alameda, Conte& Costa, Del Alpisa..Asadoc,adoc, Butte. - Calaveras, Colusa. sl Dorado, 1 Nocts, Humboldt, Lata, Wean, tassea Iescluding Matin, Mendocino. Napa. Roaoy tats Acesl. laareed San Francisco, San Sacco, pand clast 02 fan Joaquin bIver). a d Tclu, Saloon, Sonoma nity Counties i ti.b2 6 1,C0 ,fl 11.00 flumes, fan Joaquin, Shasta, Saccaaen o. ataaislaus,• Gleabutten. Coluso Ml doc. Glean. La asoma N0.1.1C, 1 Suttee. .)Vol*, trinity.twiNevada. Placer, tlu.as. ! counties a those ase Yuba fact+mento, Shasta, Sierra. Counties and ve portions Suttee, Tehama. Yolo and o! BL Dorado, Maysda, Placer Yuba Counties 1146 .06 i end Sierra Counties (secluding TILL SI? USs lake t&has Area) 1 10.21 .19 i 1.23 61.00 .10 Alameds, butte. Colusa. i Money Late Area and tate Contra Costa. Del Nolte,' ! taboo Area Was .70 620 91 Dorado, Claw, Humboldt, Alameda. Contra Costa, Lata, take, Lassen, "Srin, s Maria. Me doelao, Merced. Mostaray. Maps. San Benito, eadalno, Modoc, Napa. Nevvad Sas Francisco, San "Stec, i Na, toter, plumes. Sacramento, San Nnita, Santa Clara, Santa Crus, San Francisco, San Mateo, Salaam and Sonoma Counties 11.70 .60 1.00 a .10 Santa Clara, Shasta, Sierra, SMIMLM fliTMI Slsklyou, Solana. Sonoma. Z s Alameda. Cauca Costa, Marls, Sutter, Tabama, Trinity, 0 Map&, San Francisco, San Iota a.a Yuba Counties 12.00 .90 1.20 1.40 .095 A t "Stoo, Santa Clara; Solaro Alpine, Amador, Calaveras, and Sonoma Counties 15.61 .6/ .90 .09 San Joaquin, Stanlslaus and llyet Nmelatag Counties 14.12 .60 .90 .69 Tuolumne Counties 11.27 .SS 30 1.00 SWITTiASr Fresno, SiNs. "Sdeca, ' T Alasmda and Conti&Costa "Sciposa, Merced and Tulare i Counties 17.70 1.25 2,29 .165 1 Counties 9.10 4.00 +.SO Del Moots aryl Humboldt • montece and Santa Crus ' Counties 11.64 • .61 1.12 .05 Counties 11.99 1.11 .91 s • FEDERAL REGISTER, VOL 92, NO. 7"RIDAY. APRIL 22, 1977 all OiCIir041 ku. CA71-5839 rate 17 !!c/flats MD. G77-5431 :.jam lq PAID NOLIDAYS: - PAS"Umeat$IP Is ! . gat#a A-Mev Years Day# 4-Memorial Day# C-Independence Days Moody RAO""" D-Labor Day, C-thanksgiving Days f-Cbristmas Day. 118800 N a■ twJ•.t vas.tlaa a.1/at imOOMs�9 . Afff6 Ta fD07TSDTCSI �• y�,r. a. employer conteibutos 46 of basic hourly rata loo over S yeaca' s Group 1 f 4.295 i 1.00 S 1.70 -s�..li 1 -.1! ` t service. and 1t of basic hourly cat* for 4 months to S years Group 1(s) 0.S2 1.90 1.74 .00 �.1i am Vacation Pay Cr*dtt. six Paid Holidays A through Y. croup l(b) 4.795 3.00 1.70 .90 .10 Gtoup lial 4.345 1.40 1.10 '.90 ' ,li �• b. employer conttibut*e 4.12 pot hour tosbltaay Pun.i plus 4.13 croup ltd! $.2as 1.40 3.74 .94 :,.10 Pet bout to Vacation fund tot the first Yost of employment, .Gcoup 1(0 4.iit 1.00 1.70 .00 1 Year but less than S Yeats f.13 par hour to vacation Funds Group 111) 4.tlS 1.00 1.74 .90 ZI.10 S Yost* but Soso than 10 Years f.43 pet hour to Vacation Yunds Group 2 4.145 1.00 1.70 .49 fas over 10 feats 1.51 pet bout to Vacation nod. Group 3 0.145 1.00 1.70 •.40 .1s a. lhployoc contributes 6.90 Pot hour for the fleet live years of employments After five years i1.0S pec hour to Vacation and Mortday feme[its. CADOMW IGMutlte! Group is 0.7111 1.04 1.79 .941 .19 ' Croup 21 0.141 1.40 1.70 .1W .10 . croup 31 0.041 ,1.40 1.70 .9. .10 IJ000W {Tunnel and 0kaft 4bck1 ' Croup 1 9.443 1.94 1.70 :f0 croup 2 9.355 1.00 1.70 .00 .16. Group 3 9.175 1:04 1.70 .94 R` croup t 0.2551,40 ,.!! (Wraccklq World t •. s occur 1 0.39S 1.44 1.70 .!0 .1! r Group 2 0.145 1.04 1.74 .40 :1! a+P 1'• 0.445 1.00 1.76 .Jo- Amok L14 I a. FEDERAL REGISTER, VOL. 12, NO. 7"21DAY, APRIL 22, 1977 ► �� + 08C1f�. Ca22-Sblf Page 19 - tlBClsION!!D, CA)2-SOS! Page 20 o 11ibORCRs LAsoRISS (Cont'dl C Roup 1: Asphalt Itanen and 14keray smote, Wacker and similar Croup 1(4)3 Rspate Trackman and V044 bs4s (cut and cover work type tarpscst "gymobiles Chainsaw, g*llec, logloadec and og subway agree the temporary covet has been placed) bucksry Compactors of all types$ Cooccets and magnesite mixer 1/2 yard and undoes Concrete pan works Concrete saws Cancers' Group 1(sts 4bocecs on general construction work on cc in manderl CciWmc an4/9c shoeing! Cut granite curb totters Facet bell bole tooeimp and chart taisecat Slip formal Green cutters, Doa4agboardmin, subsettecs, ' Mileages Jackhammer "[&local Jacking of pipe owes 12 inches$ Group Iltlr cants. eoaca Count Del c Pi ala Y Y P sere. Caulkers. Jackson mad e/10tiac typo tampaetatsl fettismea, f+atmsa aa4 mea Sanders, Pipavrappass. Conduit Layers and PlAstie plpetayetat s"IVing asphalt, lay-gold, creosote. lime, caustic mad sisilat Pceosuce rip* Tsatec. no joint pipe and stripping of tame. type sutscisiss tagging, sheeting, whaling, ttactla3, trench- including repair of voids. Pcsesat Manhole Sottaes. Cast in jacking, bamd-gul4e4 lagglaghawerc uWmealtr, epoxyressn, place. Nanhola Lots arttacs fiberglass, ami orstisc workers (wet as 4414 Pavement bctakets No epadacs. Including toot grindect Pipelayers, caulkece, bandage. Croup 24 Asphalt Shoveler*s Comsat dumpsta and handling dry cement Pipewcippec*, crxndutt layers, plastic pipalayecsy PoSK dux}• 0t gypsum$ Choler-setcat and Rigger iefaoring muck)! Concrete di"are - alt, gas and *iactcic$ Pout bloom sweepers) Power bucket Dumper and Cbutemanl ConcceN Chipping and ceindin9l taspeee of all types (exempt as shown yrs Group 2)1 Ram met gun Concrete Labos•cs (wet oe 4tylx Dciller's aMlpacy nd Chuck Tsndsry WA stud guts Sipeap-stonspaysr and cock-slin9se, )ectuding ploolog Muulsman, a4Juetorsy Mydcaull0 Monitor (over 100 lbs pr ::1111 estssely 10f sacked can sets anp/oc sand (wet airdcy11 Rotary scatitisg, Loading and unloading, carrying se4 handling al all rah and *ultipim Mad onnepte ehippesy Davis stancher - )00 or &imilae r material* for use In raintotaing cororere conetguottcaPiesaburgh type (and all oil trenMars)y Wto mad Ditch witcAs Roto- Chipper, and similar type !rush Shgsddecsl Slopety Sing(stcot, tillers San4bl4atecs. Parsec. Gunman, 110aslemans Signalling and hand Mid, pasumatic tampers All poewmattc, air, gas, and almctclo 8199109/ Tank Cleansrss Tree climbeus Vibra-screa4 - sail gloat $' , tools$ Jacking of pipe undst 12 inches , la connection with laborers' worse Vibcatocas Dci-pak-it machinal milk pressures blow pipe (1%* or over, 100 lbs. pressure as overls Cramp It All cleanup work of debris, grounds and buildings including 8yd90 Seeder and 01101141' typal Uses basis W connection with 4 but not liltitbd•W *treat eieaneral Cleaning mad washing wln40wal laboeess' watt Construction laborer& Including bridge and gsaaral labocersy• + Dunpaan. load spotteel tire Watchet$ Street Cleaners$ Gacdenarst GrOup list$ Joy Dcill Model TFat-2A8 Gogdsyr-Danwer Model INU43 iotticultucal and landscape lsb*cecsl Jottings Lisbecal Otusb ( *0d similar type drill*• Track drillecal .lack ley drillecal 14446961 Pilots, maintenance Iandscape laborers on naw constructical 2 • Diamond drlltersy Magoa drittages Mechanical drillers -all Maintenance. Repair Tcackmea and Soad bodes Streetcar and Railroad types cegar4less of type at method of powers Multiple unit construction Track L4bovors$ Tsmporacy air and water lines, Vlctsullo Q dti11s1 Slastess and Powdecmens A11 wort of loading, placing,: or stellate Wet room attendants fence [rectors$ Guardrail =c*etors$ t1 and his'sting of all.powdec and explosives of whatever type em- • Pavement $Urkocs (button settecal / N• *tads*sa at metbad"used toe such 10&4102 mad placing$ Nigh "&Ing& (including drilling of aam*)I Trea topper$ sit 9cindat $ r •Gtwnp 3(b}a'�*ewec Cleaners TAsl1Mt11t lCunniits! Gccasp lcc)x 'slwcalx2 mad Welding Croup 1s MOtt/esun linclu4ing Gown, fttaanlI sodmsn$•Gcoundman n, 0 1- Croup 21 Raboand"n ` Gawp 3y Cental Labor*r1' ,• •.a t'.:+ � -,•�$Jit•-� •, � _ '! 1 •• n ,R ` • is . -r•ir $ FEDERAL REGISTER. VOL 42, HO. 78-4210AY, APRIL 22, 1977 , t a. 4:R OBCISION &77-5019 Inge 21 O8091011 No. 01177-11019 Page 22 (Tunnel and Shaft Work) ' Group 1, Diamond Drilled Groundmans Gunits oe Shotcrete Mosals- Basle Fiq.6..Bls Pas Is awns Rodmens Shaft Mork and Raise (below actual or excavated 110AM EQUIFNW OPf21A71Nt9n N..rly ElseeNw ground level) DOtDGING labs NLW P-saes r.ceM« .dhr 801MOL9 I AW.to. Group 1. Bit Gcirwlern &letters Drillers, fowdetsen-headings Chocty CtAK"I:LL AND DIFptR D"WING Plckeemen - whet• car Is liftedl Concrete Ilnlaher In Tunnels Can- (New Construction) erste Scceed sant Grout Pumpsan and fbtmanl Gualte and fhotcreLe ' Cunsen and Potmens Meadetsenl Nigh 9cessute Ibsalemanl Miners to 7Lanel, Including top and bottom man on shaft and raise work/ 114rgasans Deckhandl Plcesans Nipper Nossleman ad slick lines Sandblaster-potman Iwock assign- 0116c sant Into tchangeab10) Steel form Rains and Settsta/ Tletratmans Area 1 30.29 E 1.07• i 1.78 .00 .14 Astlmbetman - wood or steel or substltuts astaclala thslalorss area 2 9.11 1.010 1.70 .00 .la '%Otte Arse 1 8.0 1.07• 1,78 .00 .11 ' Area 4 .10 Osoop lr Cabletendets Chucktenders powdscman-pcimar houses Vibrator- man, Pavement •resters Group 71 1 Dock It"Inaece; Deck Nets Croup t, Bull Garp - M,ckees; Tcoctmens Con rate Craw - includes Agee l 9.91 1.070 1.78 . ;80 •.ld rodding and spreadlr4s Duspeen (any mathod)s Grout Craws As- Ares 2 18.78 1.070 1.78 .80 .10 boundmenl Sweeper Use 1 11.87 1.079 1.70 .88 .14 Ares a 11.31 1.070 1.70 .80 .14 LABOURS G,1�11 ! ' (Wrecking Nock) Nsldect Mechanic 1lslderf Natcb 1 lInginese Ofoup Is 0klllod Wrecker Icemoving and salvaging of sash, windows, Ate• 1 10.11 1.879 1.78 .80 .11 ' doors, plumbing and slectslc fistulas Ace• 2 11.19 1.074 1.j0 1 •.80 .1, '%zArea 1 11.13 1.070 1.40 .80 .11 i Croup 21 Mal-skilled Wcecket (selvaging of other building materials) Aces 0 1 11.71 1.819 1.70 .10 .11 Croup Is Gonerol Laborer (includes all cleanup wart, loading, wp41 ', �• 1 rfnt lumbar, loading and burning of debrlel Clsmahell Operator (up to and Including 7 cu. yds. ■.r.o.)(Was Boon rayl Aces i 11.01 1.872 1.78 .88• .11 ' Aces 2 11.80 1.87• 1.78 .110 .14 ; Ansa 7 12.119 1.074 1.70 .81 .14 Aces 4 17.11 1.079 1.78 .80 '.10 1 _. 4rpt10 4-As Clansholl Cpecatoc (over 7 '. go. ids. ■.c.a.ILoly . Boom Pay) Q Atsa 1 11.81 1.07• 1.78 .19 .11 Aces 2 12.91 1.876 1.78 .81 .lI Ares 1 11.21 1.810 1.78 .88 .0 VJ Area t 1 11.09 . 1.816 1.71 ./0 .11 .. - •1 r�-'�t,:s.. .:7.. ill' . ! • • '•� _ - • . -- � , )' - ^,' 1 -i 1. 1, FEDERAL REGISTER, VOL 17, NO. 71-FRIDAY, APRIL 22. 1077. 1 � . Nook 1 i owls. CA77-5039 rage 23 1111C11I011 MO. CA71-3019 rage 24 • o ' N F•iq.bpGn P.Luu 11e.lt Met*11..6414 • bdt TDM WAT9 (Dred 1 Mwlg EJruw.a N.rdg Earcnw. 9 MI t 11.1.. M l r r..ti..t Vu.Ibm .nUe• ,CUM NOUIPMM(PERAT00.5 (Cont' )k.•.. H A f• work on self-propelled vessels App..Tr. DAEDGl11C Appe.Tr. (except skiffs powered by out- 6CMMU1IC 11 board motorsl engagdd In towing MVOMAULIC SUCTION MEWING AND I and shifting of barges, vessels AI.L GnILM CIANSHELL AND DIPPCA amt water borne craft or In the tcansportatlon by water of personnel• materials. equipment 6f oYp &-11 and supplies 11argema113 Yackh&nd) laver ►ands rigeeunl 011st heckhand/Nechanlcs Area 1 1 6.21 6 1.07. 8 1.76 .110 .14 Area 1 8 9.Sf .09 1 1.61 81.111 Area 2 9.11 1.071 1.711 .60 .14 Ara& 1 911.05 ,09 1.61 1.16 Ace& 1 9.10 1.07• 1.70 .00 .14 Age& 1 111.30 .89 LAI 1.111 i Ate& 4 9.41 1.07' 1.70 .60 .14 Area 4 10.55 .09 1.61 1.10 Gc0•tp A-2t Operator Nschanlc/Watch Wir4hma^ later^winch on Glglneec dredgell 0ackm4tel Qeck Age& 1 40.75 .96 1.36 1.15 "i"Sc Ate& 2 11.25 .96 1.36 1.1S Area 1 j 9.20 1.07• 1.76 .00 .14 Area 3 11.50 .96 1.26 1.15 Area 2 ` , 10,05 1.07• 1.74 .00 .14 Area 4 11.711 .96 1.36 1.15 US&-3 10.10 1.076 1.76 .00 \14 Atex 4 10.60 1.07• 1.70 .60 .14 building arms Meavy Construction TOW Boats r Group &-3t f Iwock am self-propelled Z Match Engineari WeldstE vessels) 0 Welder HtrA&Aic twat Operators 10.71 .96 1.36 1.15 :n Ace& 1 9.41 1.070 1.76 .110 .14 Area 2 10.70 1.07• 1.70 .60 .14 r001110MI I�g1 Area 3 10.96 1.07- 1.76 .110 .14 rout Cantata designated) City Me IS of Oa land, Sai rtanclac , Area 4 f 1L.25 1.07• 1.70 .60 .14 Sacg&^unto and Stockton, Callfot la I Group A-4t Area 1 - LIP to 20 goad miles lcom said Comings. lavermanj cla"hell Operator Aces 2 - NOce than 20 9044 silos 0 &ad 14m lading 61 coed milo s Atka 1 10.69 1.07 tcom Said Centers.1.76 .60 y .l4 Age& 2 - Onside of 30 goad miles from sal Centers Area 2 11.54 1.07• 1.7 .00 .14 Onside 4 - An &tea *%tendin Area 7 11.02 1.07 1.706 .00 .14 9 25 ca miles CILM Shote lne of Asea 4 12.09 1.07- 1.76 .00 .14 Lake Tahoe. -Includes 5.20 pat bout to rensic ed Mealtj and Well to rued. leissh FEDER*1 11E61STER, VOL 42, NO. 78-FRIDAY, APRIL 23. 1977 • � .rias. tt • f i '�� ,..._ ,wrN, ;Mara• ., DECISION NO. C477-5019 rasa 3S DWISION NO. CA77-5039 Pape 2E •. r rOW[>t EgY1/NOtt OfOIATOA/ .,��l• • �, (Pi ledr iv lag) Fd.p�«dib►epur/ � . Basic EI•teu« Group 11 Assistant to 97gingot (ricemwr 011etr Oeek Eedt kald)Newlr Group 1-111 Compteaeoc Operator /. POM MgUIrMDft OPLRATOIW • Group 1-m1 !tuck Crane Oiler (flledrivins) Group 31 TTgget moist (hoisting a.etecial only) Group 1 9.7E 1 1.15 9 3.00 .90 .31 Group 3-A3 Coapreaeor Operator (3-711 pwaater ties 0.16. or averll Group 1(s) 9.11 >f 3S 3.00 .90 .31 fuap 13-711 Welding Machine (2-711FwerN otkkr than by slepttloltyl Group 110) r 9.35 1.11• 1.00 .90 .34 Group 2 9.89 1.73 3.00 .90 .31 ' Gcoup 2(a) 10.10 1.35 2.00 .90 .21 Group 31 Deck aeve nsrl fbrk Lt[t1 A-/Foul N �1[-prop-lied ioo - Group ] 10.10 1.73 2.00 .90 .31 two lilting device Group 3(s) 10.7E 1.33 3.00 390 .2/ Group 4 11.11 1.35 3.00 .99 ,3E Group 3-A1 Mavy Duty Mpatcman and/or welder Group S 11.1E 1.35 3.00 .90 .21 Group t1 Operating Liner In lieu of Asaletaa9b t to slneer alecludes 3.i3 per kouc to ftnstc iod Healt k and Wel tore Fund. Tending mallet or Compresoor attacked to Crane Plledrivacl operator of ftledrlving Alga, Skid or Floating seri Derrick /ac9ear Operator • of Diesel cc Gasoline povacN Crane PI1Nrlvar (w/o boiler) up • �. to and Including I cu. yd.l Truck Ccane• up to and fr4luding 2S tons bolatilg material only Group S1 Operator of Diesel or Gaaallso pevecN Crass Plledrlvec •�'" (w/o boiler) over I cu. yd.1 Operator of Crane (v/stew• [lank re �• boiler. pp ac Compressor attacbNll Operator o[ •team pavanes Crawler at tlnlvsceal type driver lRay/ond as similar typell Truck 1 a Z Crass. over 23 tons bolsting matarlel at performing plledrlving "•� 1 Q . Work . � ..`tl• . • , ) , r• .• '•.rte . • .r ;• r 00 1 /E0E9AL 9EGISTf9, VOL. 42, NO. 79-PNIDAY, AFRIL 22, 1977 11 -r l6c2ilOr Ca77-5139 .' lags 37 WSCg1oN NO. G77-5039 � lags 2! �7 • . POw121 fiQUIndur an""" � 1. . MICAS I and II) Gcoaep 11 UaI&C&nta to'Cnginatta tRrakeManr firemwns Heavy Duty Repairman (t Basic lexis hi:s-l+a+lis.P.r.-ss telpeta 011erl Dcckhan4i Signalmanl Switchsans Tar Pat Fireman)l Pactsman Nswl N.«! (!Navy Duty Repair shop parts room) r Y E4+utiu ; ' lse+a Sets* •M a Mr !'+saesas• YscHiaa iw1l+, ' KUM PIIUIpmm OPLVAZ*S Apr.7r. Group 21' Coepraissor Operators Concrete Mixer tap to and including 1 yard)r M Conveyor Solt Operator Itunnel)s fireman Nat Plant) Hydraulic) Kanstorp ) • , am 1 ARCA I Mechanical Conveyor (handling building saterlals)s "last Box Operator (Concrete }land s Pump OgrtatOcs Spreader loxman Iwlth scroods)l Tar Pot ritoman (powr ayitateJ) iyif Group it8. )10.30 3 1,35' i 2.00 ,90 .24 Group 38 9.05as 10.46 1.35- 2.00 ,90 .34 Group 3s !ox Operator (bunkecls Helicopter Radiomsh imignalmanic Notot- I mares tocamatival otletl Bou maa (Carrier conatrctljob sitals hotomist f Group 31 9.2i 20.)4 3.75, 2.00 ,i0 .ti Operators Scrood■an (except asphaltic concrete pavingil Solt-props lied, Group 44 9.4!1 11.71 1.3s. 2.00 ,90 .34 autowativally applied concrete racing Machine ton street.. highways. Group 9i 10,07 It 42 1.I5- 2.00 90 .it slrp.atts and canalsll Tronchiny K•chine (Iumi digging capaa(ty 3 scamp 4a 10,11 11,17 1.35: 7.40 .f0 .24 It. dapth)s Twyyer Imiat,, single 4curts Truck Creno Oilvr Group Is 10.32 11.12 1.356 7.00 .90 .24 Group 1s 14.72 32.12 1.35• 2.04 .90 .24 4s Ballast Jack Teapots leiiaet Regulators Ballast Tapes Mlti- ' Group 96 10.94 12.34 1.35- 2.00 .90 .24 putpoNa 110%044 (asphalt PIent!! {!waiot Operator l/naide)r Fort Lift lir 11.14 12.54 1,35• L40 .10 .24 ) or (.umber Stacker (construction job sits)I tine Kasterl l++bricotion and Gcoup 11-111 ' 14.25 12.)9 1.35: 2.00 .f0 ,24 g grease Rackls Material Holst (I dcuall a leer/u Cn {neer (mobile and Group lit 11.42 12.12 1.35: 2.40 .94 .2{ Group 11-Al 12.49 13.95 1.356 2.00 .90 .24 SHwttlacars T1s spacers Towcmnblle Group 11-11 12.77 14.29 1.350 2.0044 .I4 pe Group Ss Compressor Orator (2 to 71s Concrete Mixers lover t ar4)1 Group 11-Ca 13.01 14.55 1.356 2.00 .90 .24 Concrete Pumps cc fuawcate Gunsl Oea&ratore 1100 Y.N. or oval s Grouting Machines Press-veld laic-opsrated)1 Pumps 12 to 71, Holding lMnstonsd lsaltA'an0 Welfare tuna. Imeludee 9.23 per hour Machina& 1powaced Other than by electricity) 12 to 71 z Gcoup is SIJ! tis& Road factor cc similar} Room Tcuck or Wil Purpose 0 A-Ptame Truck) Concrete Batch Plants (wet at dry►) ConctetM Saws (self- a pcopelied unit) On streets. highways, airports and canals= Drilling and acting rn Machinery, vertical and horizontal (ant to apply to wtesllners, wagon 4as drills or jacthsMmors)) Ctadusettor. Grads Checker (mechanic+l or other- ( Mleei! Mlghlins Cabltway Slgnalsaans tocosotlYes tstaam cc over )0 tons) Maginats Internal full Slab Vibrator (on airports. highways, canals and WarehoosealI Mechanical Flaishecs (concretcl (Clary, Johnson, Bidwell Bridge Deck cr'sim(lar typosll techanical Ruts, Curb and/or Cucb and -'s a Castor Machine, concrete or asphalts Portable Crushers post Drives ,i'• • IN-ISOO and slmilarls Power Jusveo Operator (setting slip torMs, etc, e in tunnels)) Rollers Scteedman (Barber-Gtsona Ona sisliar) (asphaltic concrete paving)s Self-propelled Compactor Isinyle engines Sell-propelled ..•s - Pipeline Wrapping Machina. Perault, CRC. cc similar typusll Slip Focus - "-+a.<.••;'e, ,- Pumps (lilting device Hoz concrete 1099411 "all Rubber Tical Tractors${ Surface Weatar �t,''.ti : -FEDERAL-REGISTER. VOL 42. NO. 71••-0IDAY. APRIL 32, 1171 In Am R I-4• l 06cv?_5031 1P„ William bags 20 OSCtStoM It]. CAII-Self l '• - ,' _ Pegs ]s PWEG EpUIr"ENT OPERATORS (Cont-til (AREAS 1 and 11) Pam [QUIP"M ormweBS (Cesst'dl (ARIAS i an! II) !. Grow 71 Concrete conveyor or Concrete P Y Pump, tract o[ fqutpment snuntxM� � (boom length to apply►; Concrete Conveyor, building site; Deck Englnages, Gcoup t0-A) Backhoe $hydraulic) (up to sed Including 1 cu. yds, e.e.c.l; Dual Drum N►xer; l`uiter kenyon hump and stellar types; Gantry Rider Rockhot (cable) (up to and including 1 cu. yd, ); Combination sack- (at similar); Nydca-tlawner for similar)) wtkcial moist 11 or mace dcuests Ewa and toadac over 1/2 cu. yd, w.r.t.lc Continuous Plight Tls sack Mechanical rinlsheca of Spreader tuchtna taaphalt. Garber-Croona amu( A"Itt (op to and including I cu. yds.) (Stant attached); Crania (not aver R slmilac); Mine ac Shaft 1101st; Niaesmublis; Pavement Rfeak*c sr*stet with or 25 tans. Raaeechead and Cantryl; Gradc-aIle tap to and Including 1 Ste i' without Compressor Combinations Pavement breaker, truck mounted . yd-is Powac Shovels, Clamahelle. tltagilwem. Sup to and including 1 cu. yds. with Compcessar Combinations Pipe Sending Machin* (pipelines oglylt r.t•c.lI Paver *ladc•tsingle enytnvl0 Stair-propellcJ xoom-typs Lifting Pipe cleaning Machine (tractor propelled and supported►; Pipe Mcopping *svlcv (cunt” vaunt( (ov*r 10 tons); 2019-prop41144 Room-type Lifting feefihtn* (tractor Propelled and suppoctod)s Rotr(gerat(on Plants Roller Device (cent*c mount) (over ii tons) Operator [finish ospholtl; Self,pcopellsd boom type listing device (colorer , aoune) (10 tons or teas N.R.C.); Self-propell*d titivating Rrado Planes Group lit Automatic Concrete Blip rots ►aver[ Automatic Police" Car i Slumber Opocatocs Small Tractor (wlth boos) Soil Tastecl Truck typo loader Dumpact Canal finger Ocain eackflllecs Cama!'Tclosec; final Teiower ! Ij w/ditebing attaehmnnts) Cranes (over IS tans up to and includtnl! Group 0; Arson-Coatsr lot alallarl; Asphalt Plant Enjinm*s; Cast-in-Place tonal Continuous R fight Tim Back Auger ores I cu. yd. (lneludinq Ccan )I Pipe Laying Machines Combination Slushet and Motor Operators Conceal* Blatt Tcavetift 450-4-1 cc Stellar (4s tons cc aver); sighiine Cableway Gatch Plant Iwultipis unitmll Dorvc; Nmadlnq ah/old Opecatoil Ncavy Duty lover S tons); Iaad*R (over 4 yds., up to and including 12 cu. yds.)I Poor Bepalrman and/or welder; ken epos! Machine fog six(latl; Solman tadsc; Diads (aunt-eag(nalI twat Shovels, CIawxhel}e. 0cagtinesc Gackhoes, yr tosdcr (up to 2 yds)* Mechanical Trench Shield; Portable Crumbing and Grad*-efts (over 1 yd. and up to and Including 7 cu. yds. e.R.ctf Bobber- f ti Screening Plantst Push Cat;`Rubb*c Tired Eacth-moving Cqulpxent (up tiled earth moving machines (amiitipfa Propulsion pow4c.units and two tf to and Including 4S cu. yds, 'struck' a.c.o.) Vocllds, T-Pulp, ow-10, 20, Of 0090 sccspare) Pup to and inclwfing 7S cu. yds. •etruek! w.r.D.Y; felt- 2t. and similars Rubber TIr*4 Dotecl Selt-peopal(*d Compactor with Doter; Propelled Compactor (with multiple - Oheepfoot; Timber Skidder (rubber tiled of $letter equipment); Tractor Rubber-thad Eartheov! Machines with eads *over un[tals slip fis rugine , ng octet , to" aCRngs }1 slip tore Braun Sccapeie ![actor Trenching Machinmt Til-batch Paves; Tunnel !k)1G Paver fcnncrete or asphalt); Tsndew Cat$; Tbwst C[anex Mabile/ Trencher • Goring Nachinet W ld*cF woods erect (and atter similar Pu9mi1l tquipmentl 1pulitng sttscbed shield s Universal Llebb c sed T',;vc Create* (mad osiwllar types); wool Excavator (up to and fneludlny 7S0 cu. yd.psc boxes}h;NhlRlsy ; • ) Occup is Canal ftnq*r Drain Bigger; Chicago Oooaf eombinetion Miser Crane {aver 2s tonal ••1 Yl and Compressof (gunite)f Combination Slurry Move And/or Cleanoct Nighline Cahtewmy 15 tons and unklvfl; fail NI-Litt of *imtist 00 ft. or overs Rucking tlraup 11-1tf sand Nagona•l)n conjunctlal with Wheel Sacavatorl; Croetser Machine Icubboc tics, tali of track typell Tractor (with boom( (D-0 of lover 125 was)1 14440R favor 12 cu. }MIs.; ap to and Inelud/ng Is cls. � oar[t� Larger and similar) r honer "Owe's and D"911nes lover 7 ce. yr}$., 811.1.$.11 !tubber rite&Multl- i' "i i!l .••• l040e4 sett Roving Machines {2 Unita over 71 ca. yds. •sttucke N.r.a'11 i (ieaUP 108 snow-typo Backfilling hachine; Geidgs Cean*l Cary-119t for Memel fteavatoe favor 750 cu. yds, per kraal 1 ,•'• .' stm(larfs Chemical Grouting Machines Combination Sackfw* and load#$ (up t0 and Including 1/1 cu. yd. w.c.c.ls Wrllck (2 operators required Croup 11-11; ioadaR levee is Cu. Ida.}. � f •' �',li'{, �,#5 Mcen Going engine remote from holatl; Derrick Bargee lssctpt excavation vock)s Do-1or loaders Adams Eleggader, Elevating Grsdett Ncavy Duty Group 11-Ce Op*[atof of Salloopter lubes used In syooti0w Mo[k)11 somot*' Rotary Drill Rig (including Caisson foundation fork and Robbins type Controlled facthmovIng fluipmaht drills); Roehting Skoopec _(cc elallac)► Lift Stab Machine; Ivagtborg and sietlmr types$# Loader (2 yds. up to and including 4 yds.); Locoewtive laver 1410 tonal 141019141 cc multiple coital( Multiple Engine Earthmoving Machine (Euclide, Doters, etc.) (no tandem scraper); Pce-stress wits I 1 [[capping Machines Reservoir-Debris tug {xtlf-propelYtd floating); Rubber- ` tired Scraper, self-loading (Paddle wheels, $to.{1 Shuttle Car ofeclafe `t •• , ststoalif Single Engine Scraper aver 45 yds.; Soft Stabiliser I/ i M or squalls Su"rsdet IGurries at other automatic t ) YPeI; Tractor. Can- Pc*is0c Drill Combinations Track Laying type earth moving machine (aingls . . swglne with tandem scrapers); Train loading Stations Vacuum Cooling Pleny , Ghlcley Crane Pup to and Including 25 tons) FEQEit111 REGf37Efi, VOL. dx. 1i(S. Yil--iitipAY, Apttt 21,•1177 • •e, .;'" t � 1 1 r Room ORCIs[ CA7T-soli P&ge li DWISIOM NO. CA77-3019 Page .32 • • al Pot • Reit Ftip•Raufits Paysr•rs R•.It Ftiq.E•r•iitr P•Sm+wu "Sooty E4r4011•e Ns•,IP EI•cati•w Rarer N A W Fr•da•t vrrliee 640.1 i • R•Irt N{.N Fr•ri••n Yrr•li•e •a4:•. TRUCK ORtVCRSt (Cont`4i AMS.To. � .. #lUCt Dalyens Aw.7t. t WtL C MIMIT SPREADER {wlw0 ItwgtC. Under 4 yds. valer LIAR JITNEYS. Polk Litt 1 f 10.013 = 1.115 .76 $1.00 1see111 0w me Manbaul delver$ t'onctate pump machines VWtSIT MIx. AGITATOR Concrete pump truck (when i:.n.ttt 6 yda.) Moss 1.115 .70 1.00 ' 914t tack truck is wed appgaeflate flat rack tate TRUCK RLPAIRlMM HELPER 18.075 1.1115 .70 1.00 ehail applylt Ousp (under 4 yds, water levellt QUmperete VACUUM TKUCK unJet (1.500 t truck {wl44C t yds, water gallons) 10.003 1.113 .70 1.00 ltvellt ttuepatat funder 4 yde. I wets[ levelli Rscott of pilot N SCISSOR TRUCKS Stngla unit car dtivact Nipper truck (when list tack (l We unit)1 t tlat tack truck la used Industrial Litt Truck ' appropriate flat tack cats (mechanical t41lgAt011 shall apply): Pickups$ skids Small rubber {iced reactor ; ldmbeia baa, under 4 yds. water (when used within teamsters, lewellt Twam drivarsl Trucks jurisdiction) 10.10 1.196 .70 1.00 (dry per-batch concrete six. $ undac 4 yds, water levtlll .SETTING TRUCK t MATER TNUCK Nelpecst warehousemen f 1.105 4 1.195 .70 41.00 12,500 gals. under 4,000 gala.) 10.110 1.115 .70 1.00 } MILS Ca"M SpR£AM (w/woZ ` COMBINATION MINCq TRUCK i 0 & es. 4 yds. aid under 6 WITH ROISTt Transit. ag yda, water level)$ amp 14 His Agitatot (4 yds. and yds. and Under 4 yds. water under 0 yds.) 10.1SS 1.195 .70 1.00 � level!, Gumperete 44 yds. and i undet 4 yds. water level)$ VACIRM TRUCK 13.000 gals. t Ampstat 14 yds, and under 6 and under s,SC0 gals.) 10.165 1.115 .70 1.00 yds. water level)$ Skids (debet box 4 yds. and under 6 yds. RUMMER-TiRM MUCK CAR (not water ltvtl)$ single unit flat . atlf-loaded) 10.175 1.195 .70 1.00 tack (2 axis unit)$ Industrial Lilt Truck (mechanical tailgate) Trucks (dry pre-batcb concrete six/ 4 yds. and under i yds. water level) 19.60 1.19 .76 1.00 . .7RTtt11G TRUCK tad,itUTQ TRUCK - '1 (Udec 2,s00 gallons) 10.011 1.195• .70 1.00 1 FEDERAL REGISTER, VOL 42. NO. 70--FRIDAY, APRIL 33, 1177 Page }1 Ilr r. •A, i-V. :tit• i D[Ci5ltltr 77-Sol! page 33 DWIS1001 110, CA77-S02O • j as.ir ftloar Soo•lits Pefwrnfa p.4its/•6oRfs pecwoat} Seals If - r Etlrroi:oS M caMoody ELctlior ; N•t.a l W Poaaloaa Yarlsa a.ti.er TRUCK nal lIVRS: ICant'dI AM.•T,• Nates 11 i! foaaloas vocation 0•4100 + r TRUCIf DRIVERS (Cont'd) Ae►.,Tn • �� Dula: claniNn SPREADER (wJwo auger, 4 yds, and under s yds. *Ater level)I Dump Is TRAMIT nix AGITaTOa (over Yds, and under a yds, water 10 Yds. through 12 Ydt.) 110.15S $ 1.195 .70 $1.00 • y level)! Dunperate 14 yds. 1 { and under 9 yds. water level)r ' WAA Ce"r $►RZAADO (w/wo Duspster 14 yds. and under 0 Suter. a Yds. and Includlas ' yds. water levelli Skids (debris 12 Yds, watac levelil Dues+ boa, i yds. and un.loc a yds. (a Yda. and including 12 s water love;)! Trucks (dry pre- Yda. water level)$ DU*Kfote ► i batch roncrtte win. • Yin. is Yda. Yds. end tnctuding 12 A. 1 and unlet s yds. watt[ level) 1 10.20 i L.IfS .70 $1.00 yde. rate[ kevtllf Sale-pto- Felled street ewseper witb ' A-PRAtIC, WINCH T'NUCKtf "It-contalnad ceruse blot •i j� ,- • - i . Ouggyaobilet Hydro-lift. Skids (debris box. i yda. 1 .• Swedish crane type (jectinglf and Including 12 yda, water Jetting and water truck lavel)s Snow to*"/or snow " 14.000 gals. and under- plows Truck (dry pre-batch �'s 5.000 9618.11 Rubber tired conccate aix, 4 Yds. and Jumbo 14.215 1.195 .70 1.00 including ll yda. water t lwel)1 Duepater (a Yds. WfJlYy mmTA1WtP00T • •I and including 12 yds. Witter , (bigh bed) 10,22 1.195 .70 X1.00 levall 10.44 1.195 .70 1.00 Q ROSS WTSTrII and /INII.AA NAVY OHI'Y TRANSPORT STRADDLE CARRIER 14.243 1.195 .70 1.04 tgmaenech lowbed) ,. 10.41 1.1911 .70 1.00 TRANSIT Ntt Ac2TATtNt TRANtIT Nit ACIlATOS t I 18 yds, through 10 yda.) 10.2SS 1.195 .70 1.40 l'►rc 12 Yds. through 14 144.1 164439 1.195 .70 1.00, i VACUV" TRUCK 15.500 gals. .• and under 7,500 gala.) 10.243 1.195 .70 1.00 - at"1103 ?PUCK 4 WATER TRUCK , 111,000 gals. And under 7.000 gsls.l 10.115 1.1115 .70 1.00 ( •. : w , r t) � •a r+. a it r ice/ SERE/A1 /Et31S7E/, VG1. It, Nd.'7M-f1AIDAY, A/RIS, 22, 1177. ' �r + *7n Ree IIP. 01177-S019pN• 39 02CISION NO. CA71-5019 page if t c • Feiss.@"slits payor"es Basic Feiss soothes Pgea.ats 2a►id Nasely Elv.aliw • Newly ELcoel.e fares N LV 11"01046 Vocalism ..Vico T4Uf.T IWtVFRS •IC1ont'dl 201.0 N L V 11"s►•s. V.calb. @.Aloe M= Dn'Vim9n icont'dl. Arses Tr. Aare.T.. Out& cuumr spa"DCm lw/wo 0ULJ1 CDWrr BPxPADM (w/wo . auger, avec 12 yda. and - sugar, over 24 yds. and including 1s yds. water Including ]S yds, water Ismaili levellt Dump (Deng 12 yde. _ Dump lover 24 yds. and and Including l0 yds. water ]S yda. ester lwallt Ievsl)$ Ou,e(ecret• (Duet 12 Dupccate lover 24 yds, and ! yd►. and Including U yde. •Inclining )S yds, eater lees))$ water lavalla Dumpatsc (ower Ouy+stat (over 21 yda. and 12 Ids. and Including 10 yds. - Inclining l! yds. wtec lavellI j water lavelll Saida Idebels W 10's. 20% 21'4 and other troy, over 12 yda. and lnclud/ng similar cat type, terra Cob@.. 10 yds. Water levelly Trucks LaTournaapulls, lburnacocker, (dry pre-batch concrete aim, ' muelid and similar type equip- ovec 12 yds. and Including sant when pulling Aqua/Pak or U water level) { 10.10 { 1.195 .70 {1.00 watec tank trailers and fuel and/or grease tank tcs[lece 1P.0. 00 SIMILAR TYPE oe other aloe. traliscal Skids SLID-LOADING MOM 10.51 1.195 .70 1.00 (dabrla box, over 24 yda. and including 35 yds. water level)t )90001$ 0lPAi011AM' 10.57$ 1.195 .70 1.00 Truck (dry pea-batch concrete six, over24 yds. and including j a" can=SPREAM (W/Wo - ]S yde. water )enol) { 10.01 { I.IfS .70 11.00 auger, over 10 yds. and . Z Including lI yds. water BULK CDOXT SPRUM A (w/wo Q len lit Combination dump sad auger. ovsc ]S yds. and dump trailers Dump (over 1s Including 50 yds, watec lavelll A yda. and Including 24 yda. D W (over 15 yds. and Including M water Ismail$ Duepccete (ovar SO yda. water level)$ Dumpccate 10 yda. and Including 24 yds. lover 15 yda. and Including SO ' watec level)$ Dumpstar lacer yds, water level)$ Dempster (ova 10 yds. and Including 21 yds. - 35 yds, and including SO yds. water level)( Skid (debtls box, water level)$ Skids (ddbrls bot, over 16 yds. and Including over 1S yds. and including 50 24 yds. water level)& Transit Yds. weeter'levell& Trucks (dry six agitator (over 12 yda pea-batcls concrete sir, over j througb 16 yds.)& Trucks (dry 25 yda, and Including 50 pee-baud$ concrete six, over yds, watsc level) 10.7{ 1.195 .70 1.00 17 yds. and including 24 yds. water level) 10.505 1.195 .70 1.00 • I e � 1 ' FEDERAL 2112111162, VOL. 42, NO. 70—FRIDAY, APRIL 22. 1977 , 9 i OCC11tON NO -SOIf Ilia page 17 19CtOtQN 110. G77-SOIf page 1a. • attrowu � � ' AREA OLrixivoMi for TRUCK DRIVCAs (Conti se01c Fd.se s*.etitw Per•+e.ts Kota twirwMr OPERATORS Needy EdlwNoo - � •• DU4'_CVJI"T SPRFADF,R v/wn toles M o V 1`102141.. ver.rtea e0d/ar GURU Zt All areae not Included within Ares l as augcr,ovrr So yds. and under Argo.To. t dmttned below. 65 yds. water level)$ Dump (over 50 yds. and under 65 •ARG It All areas included to tt.a description' , yds. water levell$ Dumperete defined below winch is based upon township fovcr 50 yds. and under 65 yda. and range lines of Area. 1 an! 2. water levell$ Dwq,ster (over SO yds. and under 65 yda. water toewreeeiwg is the facitic Ocean an the ertomalen of the Southerly L level); Helicupter pilot (when time of Township 195. S transporting men or material xII Thence tastarly starts the Southerly line of Tewms►Ip 195. ctesatme I1 Skids (debris box, over 50 yda. the Ht, Ota►le ueridian to the S.W. cerear of tevnbhlp 195& and under 65 yds. rater levall$ sense 69, Mt. Dalblo bass tine and meridian. Trucks (dry Pw•haten concrete Thence Southerly to the S.v, corner of township 205. range 69, t. •; .•, , Ola, over 50 yao, and under 65 Thence Easterly to the S.U. corner of township 201. range 1119. Via, rater level( 6 10.94 f 1.195 .10 11.00 Thence Southerly to the L.Y. cornet of township 215. range lit. :1 , Thence [aetlrly to the S.Y. corner at township 213, range 179. buts CIir"r SPACAMA Iw/coo thence Southerly to the S.Y. corner of township 2250 range 17t, ' auger, over 65 yda. and Thence tastarly to ihs S.E. corner of township 223, range 179. ' locluding to yds. water thence Southerly to the S.W. corner of township 214. range U9. _ levcllt thump 165 yam, and Thence tastarly to the S.L. corner of township M. range lot. itv-;uding 0o yda. rater level)$ Thence Southerly to the S.W. corner of township 245, range 19t, "-costs lover 65 yda. and falling ori tits Southerly line of Kinss County* thence Easterly loclwling 00 yda, water levell$ along the Southally boundary at Kings ' Itu.pater I6S yam, and Inrludlng County and the Southerly boundary of Tulari County. to.ths 5.9. a1 149. waist level)$ Skids Korner of township 243. range 29E. ftabrle 1ne. 6S yda, and Thence Northerly to the N.L. corner of township ZIS. range 29t. O inrtudin7 AS yam, water lawallt Tone Westerly to the N.W. corner of township 215. range 299, 11 ho friar pre-balep cnnccete Thence Nartbarly to the N.L. corner of township 175. range 209. !4 ago. 611 Film. and Ineivathe Thence Wastetly to the M.W. corner of township 115. range M. , 06 tole, water level) 11.40 1.195 .70 1.00 Thence Northerly to the M.L. cornet of township 115, range 271. N Thence Westerly to the N.Y. corner of towmehir IIS. tames 2796 PM Ctw ff OrerADra w/w t Thence Northerly to the M.L. corner of township 149. range 201. ,•, ones. over 40 yds. and Thence Westerly to the M.Y. cornu of township 105. range Its. including 93 Vote. water Thence Northerly to the N.C. corner of teunsbip 9s, range Zit. 'r lave)), Duep (over so Vag. Thence Westerly to the M.Y. corner of township 9S, canto 31L. $ r and including 75 yds. water Thsnpa Noithmrly to the M.t:'eorner of township MS. range 269, lovei)J Duwpereto (over o0 Thence Westerly to she N.Y, corner of township No canto 2490 yds. and Including 95 yds. $ Thence Northerly to the N.E. corner of towneblp 6S, rause 219, water level)$ Dumpoter (over I Thence Westerly to the S.L. corner of townabip uo range Mo $ ` r, 80 yda. end Including 95 yds. Thence Northerly to the 0.9. corner of township14. range 1960• ' wlter level), Skids (debris $Thence Westerly to the N.Y. corner of township 1S. range 19t0 j;. boa, over 00 yds. and Including Thence Northerly to tits N.E. corner of townabip 12, sante logo 95 yds. water levell$ Trucks Thence Westerly to the M.W. corner of township 138 range 1/E, t I;:� '•'_• • fdry pre-batch concrete nix, Thence Northerly to the M.t, corner of township 210trangd 1710. over 80 yds. and Including - t , Thence Westerly to the M.M. cornet of township K. range 1710 + tit' r •t ` ,` ; , 95 Vote. water level) 11.24 1.195 .70 1.00 TMaco Northerly crosing the )it. Diablo beleltma to the N.C. ;•'�• o $ corner of township 29. range 169. 0 ' Thence Westerly to the N,W, corner of township No range 1690 !';.r Thence Northerly to the N.E. cornu of tow ship 1111 range 119, ' .t• •", Thence Westerly to the N.Y, corner of township 1110 range 159, Thence Northerly to the N.C. corner of township 40, ranee Mo t � W FEDERAL REGISTER, VOL 42, NO. T/--FRIDAY,'APRIL 22.'1977 t t1` 1 1 to WASIOM MO. CA77-5439 pale 39 SWISION NO. CA77-S039 Page 40 G ,CALIrOMMIh AREA LOEFIN(TlOMS for ' AREA DLPI11ITIONS for POWER EQUIPMENT OPERATORS (coned) POWER EQUIPMENT OPERATORS (cont,d) •Area 1 (cont'd)t •Area f (coned) c' i Thence Westerly to the N.Y. corner of township 4N, range 14E, Thence Wescecly to the S.C. corner of township 16M, ran&* 1211, The"* Northerly to the N.C. corner of township S9, range 13E, Thence Murcharly to the N.E. corner of township 160, range 12W. Tince WastPcly co the M.N. corner o[ township SM, rant& UE. Thence Westerly to the M.W. corner of cowsM p 1614, tante 1211. T4oce Mortbacly to the V.I. corner of towuship IOM, range l:E. Thence Northerly to the N.E. cornet of township ION, range 1711. Thence EAstarly to the S.E. career at towawhip 119, range 14C. Thence Westerly co'th• M.Y. Cerner of township log, range lint, Thence Mo a herly to the M.L. corner of township JIM. can[* 141. Thence Southerly to tAe S.W. strict of township INN. range 1411. Thence Weatecly co the N.L. cornet of township 119, range JOE. Thence CaaCArly to the S.C. cognac of township IMM. ranuu IW. 14ac• Merthatly to the M.C. cornet of township ISM. range IOC, Thence Southerly co the S.W. corner of township ION, range IN. � ,.w T4nc4 Lasterly to the S.C. corner o[ township IIM, range IIE, Thence Wastecly to the N.Y, cognac of township 1514. range 141. Thence Northerly co the N.C. corner of township I6N,range 119. Thence Southerly to the S.W. corner of township 14M, range I4W. Thence Easterly co the S.C. corner of township 17M, range 14E, Thence Easterly to ,the S.L. corner of township 1411, ran&* 141. thence Southerly to the S.W. career of township 141. cange ISE. Thence Southerly to the S.W. corner of cowshlp 13M. range IN. Theaca Easterly to the S.E. cornet o[ township 1414, range ISE. Thence Latterly to the S.L. corner of township 130, range IN. Thence Sautherly to the S.W. corner el township lig, ran&* 16C. Thence Southerly to the S.W. corner of township JIM. range 1211. T4oce Lasterly to the S.L. corner of township IIM, range 16E. Thence tuterly to the S.L. corner of township JIM, range M. Thence Southerly to the S.W. co-nar of township 12N. range 171. Thence Southerly along the Lastera line of range IN to the Thence Lasterly along the Southern line of township 12N.to the PaC MC Ocean eacludlnt that poctlon of Northern California gastogn boundary-of the stata of CAliforala. Within Sante Clara County lecludad within the following lines Thaoca MortbweAtarly. Chance Northerly along the Lantern baundacy Commencing at the N.W. corner of township 6S. range IE, HE, of the scats of California to the M.C. corner of township JIM. Diablo baseline and Meridians gangs lit. Thence in a Southerly direction to the S.W. corner of township r Thence Westerly to the N.W. coviler of township 17M, range 119. 7S. range 31. Thence Nacthtcly to the N.E. corner at township 20M, range 10t. Thence In a Lasteely direction to the S.C. corner at township 73. . Thaaca Yiscerly co this M.W. corner of township 200, range JOE, range U. Thence Morcherly to the N.E. corner of township UJI, range 99. ` Thence In s Northerly direction to the N.C. corner of township 65. Z Thence Westerly to the M.Y. corner o1 township 4E, shlp 21M, range 9E, O Thence Morthecly to the N.R. corner of township 220. gangs If.. Thence in a Wsatarly direction to the N.Y. corner of-township 6S. 1 T4uca Ilesterly to the N.Y, corner of township 22M, rants 4E. \ range 3E, towtho polar of beginning which portion to a part of 1•t • Thence Northerly to the S.W. corner of township 279, rant• at, Area 2. N theoto Lasterly to the S.L. corner *(,township 21N. cants 4E. Area I also includes chat portion of Northern California Within thence Northerly co the M.E. corner of township 249. range het. the tollaAint liaaat TMgce Westerly to the M.W. corner of towsbip•28.M, range 79. Commencing In fhs Pacific Ocean on an extension of the Southerly Thence Norcharly to the M.E. corner oc township 30N. range 69. line of township 214. Humboldt baseline and necidiant . glens Yeatacly ro cha M.Y, corner of township IOM, rants lL. . Thence tastarly along the Southerly line of township 2M to the s S.V. corner of township 2M, range two Thence Norcharly along the HE. Diablo M+sld/an to the M.L. Thence Southerly to the S.W. cognac of township IN. tango IW. Thence Yeacsrly to the N.Y, corner of township 740, range 611, cornea o[ township ]414, tante Y, Thence townshipeaterly slop[ the Humboldt baseline to the S.W. corner Thence Southerly to the N.E. corner of township 320, range 711, of township 10, range 29. Thence Westerly to the M.W. corner of township 12118 range 711. Thence Southerly to the S.W. coraec of township 2S. range 2E. Thence Southerly to the S.W.corner of township 30M. range IW. Thence Lasterly to Clio S.0 corner of township 2S, range 2t, 14oce Easterly to the S.C. Cotner of township IOM. range 711. Thence Southerly to the S.W. corner of township 43, range )E. Tinge Southerly to the S.W. corner of township ION. gauge 611, ,Thence Lasterly to the S.E. corner of township 43. range 31. Thence tAstarly to the S.E. corner of township 164. range 611. Thence Northerly to the N.C. corner of township 2S. range 39. Thence Southerly to the S.W. corner of township 14N, gangs 511. Thence Vesterly to the N.Y. corner of township 2S, range 39. tbe*ca Waste911 co the S.L. Cotner of township 14M, range 711. Thence Northerly crossing the Momboldc baseline to the S.Y. Thence Northerly to the N.L. corner of township 149, range 711. corner of towship'IM, range 3E, 114oce Westerly to tba M.W. corner of township 149. range IV. theaca Easterly along the Humboldt bassllna,to the S.C. corner Thence Northerly CO.cha N.C. corner of township 159, range W. .01 township IN. tante 39. Thence Northerly to the N.L. corner of township 9H. range 3E, l Thence Westerly to the N.Y. Cogaar at township 90. tango 29. Thence Northerly to the N.L. corner of township WHO It. tai�/'] 1.6j w IE0E2AL BEGIST91, VOL. 42, NO. 78--FRIDAY, APRIL 27, MY t 1 • ' 1 ' ' �it�aa.ar...� IOCtflat b. CM77-5039 , Page IL CALIFORNIA ARFA DEFINITIONS FOR •r• ' POWER F111JIMENT OPERATORS (Cont'd) *Area 1: (Coned) •..�: r ".s, thencelfYesic Oceatownshiptorly along the Northerly floe to township ION, Into the I ` ►ac t t a Area 1 also includes that portion Of Northern California Included with- In the following !Ines - Commencln` at the Northerly bounds at the N• Y- corner of township4tlN o[ the State of California 1 I line and meridians , range 7V. Nt.-Diablo base- 't 'i •+� ' t thence Southerly to the S.W, corner of township i4N, tan a 7W • ' Thence Easterly to the S.E, corner o[ towsnhlp 44N, rtong 7M,, m theSoutherly to Thence Easterly to tithe S.W. corner of township 43N, range 61Y u S.E. corner o! township 430. rant 5V J Thtncp Northerly to the N.E. corner o[ towoshlp igN, ran SM, , , r,•� +.'� ; on the Northerly bokusdary of the Stets o[ California. Thence Yosterly along the Northerly boundary o[ the State aP Calffornla.to.the point of tithe ly bo �w `" - .• I .r• '1. .a R N ' 1 -� t , 1. t. •1. .i .�`�. :t r Y . . • oft all T •'q. FEDERAL REGISTER, VOL 47, NO. >'"AIDAY, ARIL 23, 1971 - : I 1 WFIRSEDUtS DCIEION DRCISIOM NO. C4774010 page 2 ETATEI Call[ocala , COIMTILSI Ataaeda, Alpla*, A1sa40t, Calaveras. Contra Costa, Del auto, E1 Dorado, Frees", 6umool4t, Frig*06.416 Ppstr81% 7� •� Karin, mariposa, Merced. b6antafey. 6wis ' Maps, Nevada, Placer, Sacramento, Newly E4c6664 Rare N A r Prw.laa6 Vetrtiaa - _ San Danko, San Fcanclsco, San Appr.Tr. Joaquin, San Matto. Santa Clara, Flll]tT MASOMSt Santa Cru:, Solana, Sonoma. Sucaec, Cement masons $10.00 81.15 $ 1.13 6 1.50 .05 Tehama. Tuolumne. Yolo and VuW Masticl Naynts/tel All DMCISIOH WIM ENs C477-5010 DATEt Data at Pubilcation Composition masons 10.35 1.15 1.1] 1.30 . Sepec*ed&s Decision U3- CA76-5102 dated IWamber 19, 1971, is 11 Fa aaOS $117) working 06SCUPTIOM OF 11N M0t Residential Construction oomMen pog f as swinging ac istlng of singIs Slip rbesrkin Scaffolds 10.35 1.15 1.11 1.50 .OS gamily bare and garden type ai.artments up to and including 1 stories. RTWALL INSTALLCKS 11.52 1.11 1.71 .73 .07 Plop 6-hta Ferma•r, BLLCi1tIC1 Att5t . • 6•d• Alameda county Need, g/aaruaa 1:tectriclans 11.11 .60 1\6.10 .01 R•Ns M L 11 ►arrlaat V•c.1Ns r.1/rt Cable Splicers 11.94 .40 1►r.90 .01 • u►s►r•h• Amadar, Ssoramento, Sutter, Yalo, Yuba and those portions &SUS=WMIRS $12.11 .96 9 1.17 i %.So .61 of Alpine, E1 Dorado, Nevada ROILOYIA60s 17.175 .775 1.00 .50 .02 and Places Counties West of tAe 6a1CStAMSI Stonemanonsl Nal• $lots& Mountain Watershed Del Most*, Humboldt, Marin, clsctriciaas 13.19 IS I\6.es ,01S Dopa, San Ftsaciam. San Mateo. Cable Splicers 11.16 .!S 194.65 ,01s Solana and Sonoma Counties 11.61 1.10 .93 1.00 as Lata Tahoe Ace& Alameda and Contra Costa Cos. 11.95 1.05 1. cl*ccciclans 17.11 .67 116.71 ,06 .10 Cable Splicers 11.51 .67 1\6.77 ,01 lcesno. Narlpoes and Merced Cos. 10.95 ,!S 1.0606 U Dorado. Me vada, placer. Tehama County Electriclane Malty residences, Sacramento, Sutter, Tehau, - • Colo and Yuba Counties 11.90 .60 1.Os .35 Ilmlte4 to 3 stories) 7.11 .75 116.15 ,01 = n lkni u U.0and Santa Crus ramose 11.111 1.13 1.30 Eleccciclams (1 stories)$ Ba6enlc!*ctelciane il.l6 .67 116.705 .01 i Ban to and SanClara Cas. 1.OS l.OS JO ' Alpine. Amad4c, Calaveras, San Cable Splicers 11.16 .67 1t6.7os .01 Joaquin and Tuolumne Counties10.1; 1.00 1.00 1.00 Calaveras and San Joaquin Cos. !1 elacecicians 17.15 .92 IS61.2s .01 tenet OaiC6 TENDI:RS& Cable Splicers 11:17 .93 1\61.15 .O1 San Fcanciaca'and San Mater Cos. 10.00 .65 JO Alpine, Amador, E1 Dorado, Contra Costa County Nevada, Placac, Sacramento and 1tlectriei4n4 13.15 .70 1161.00 Cable Splicers 11.95 .70 1161.00 Talo Counties 9.30 1.00 1.70 Del Motto and Humboldt counties pre&ao County 9.06 .60 1.18 Electricians 16.35 .SS 1161.75 .01 Cdarpencpentteerts 11.25 1.22 1,71 .75 .Of CACable Splicers 11.07 .SS 2\s1.7S .01 Hardwood Floor Layeral Power saw Opecator&l Saw rilarsl Shlaglacsl Steel Scaffold I Erectors and/ot Steel Shoving Erectors 11.10 1.22 1.11 .15 .66 Mlllvrlght■ 11.75 1.21 1.71 .15 .0$ Filedrlverman, %ridge, Ihact ' and Duet guilders 13.21 .01 1.26 .76 .01 it/e FEDERAL 21GISTER. VOL. 42, NO. 7E-49IDAY, jAPAIL 22. 1177 '1 . DECt51(ma 00. CA71-5010 Paye 3 DWISION 110. CA77-5041 wage 4 _ tests $.Nara RaonRq Pe7wes �. ' Newly ELceNaa. _. s. Feiep 0...his Pq�eeb NaO.e N A r Perste.. Vacation ee4/" tic EArcatNeeAtr0.Tc. 4 ' t 1. . N l M P...N... V..ni.e .,A,., Al , GIAanoRSt 1 CLrcTa1cl A1>'a (Cont'd) AMP.Ir. aatda, Contra Costa, Marla. - Monterey, Nap., Lan Renito, Fresoo County San Francisco, San Mateo. Electcictons Itaxily residences N Santa Clara, Santa Ccuc, not to exceed 2 stories) f 1.75 .60 11..95 .OS Solana (SM icor S of Electciclans (3-4 stories)N Feirlieldl.'Sotwma counties $31.21 .92 6 1.35 .62 Electricians 12.24 .73 11+.95 As Alpine, Amadoc, Calaveras, Cable splicers 13.26 .7S 1/41.95 As !a Dorado. Kcrlpoea, Merced. Nalln and Sww..a Counties (Worth of City of Livingston!. ' electricians 12.65 ./2 1141.30 .02 Nevada, placer. Sacramento. Cable splicers 13.91 .02 1141.30 .02 Sam Joaqulo. Sutter, Tuolumne. lurlpisa, Merced and Tuolumne Tolo and Tuba Counties 10.HS .43 1.20 Counties Fcesno and Paxatnlnq portions of Electrician■ 9.01 .62 11 11 Marcel County 9.09 .91 1.04 .SOS as Cable Splicers 10.01 .62 11 11 10MAtDR ERSI "Lacey County Fence Erectors 10.41 1.14 1.06 1.20 .04 • Electrician■ 12.50 .90 16+.75 .04 Reinforcing 11.30• 1.14 1.16 1.29 .04 , Cibie Splicers 13.01 .90 111.75 .06 Ornamentall Structural 11.30 1.14 1.16. 1.20 .04 Napa and Solana Counties IATNESSt l Electricians 12.07 .60 11+.15 .04 'Alameda and C6ntca Costa Cos. 11.36 1.09 3.26 Cable Splicers 13.51 .66 11+.05 .44 Nua4+oldt; moved&, Placer and San oenito. Santa Clara and Tabau Counties It." ' .46 %so .O1 Santa Ccus Counties Amadoc, el Dorado. Sacramento Slectrlclane 12.00 .77 1101.30 .95 and Tolo Counties 0.40 .40 .95 1.00 Cable Spllcate 14.40 .71 11+1.50 .OS Calaveras and San Joaquin :i - . -. . 4 ton Fcsnclero County Counties 10.511 .01 .55 '� O1 elertricisns 11.033 4.64 11+.90 .tf Mario and /*dams Counties 9.01 .01 .g5 1.00 1/04 i' "•!• •n Cable rplicere 11,36 1.04 11+.50 .06 Monterey and Santi Crus Countle0 11.30 .66 .SS .O1 ;t 'N San Milan County San $canclsco and 1111 of San Electricians 11.77 .11 16+.50 .01 Nsteo County 13.07 egg' 2.00 EUVA7c•R CONSTRUCTORS 13.49 .545 .35 3108 .92 Son tenito-and Santa Clare 4 • 0 E1xvAIOR CousTsOMRS' ' Comtism 11.14 .73 .75 , r NELPKRS 701JR .SLS .35 31+a .02 Presno County 11.43 .35 .45 I SLEVA WS CO"S7RUC70AS' paciposa. Neceed and TWlu"s NEUPLAS (PROS.) SOUR Counties • 11.75 .01 ' southern half of gin Mateo County 10.03 .]] 1.00• FEDERAL REGISTER, VOL. 42, NO. 7R--FRIDAY, A/NIL 22, 1977 ,.54 N I i 06C1f10M ID. C►77-SNs Paye S DRCISIOM No. CA77-5040 Paye 6 CD Fries.6...s.0 P.ru.0 sense i Haeslr ELnsi•e Fdsge 9•ediss Pry.uU ' R.t.s H L v F...M... V...ll.• u41.s Ieilt i PAIMrFASs 4n.Tr. N..sl[ E4.celiea Calaveras and ■.a• H L V P+e.l.a. v.s.Nae eal/as alpine. amador, aqs.To. ' sea Joaquin Counties Rcumh 1 1.91 .70 i 2.11 i 1.11 PAItITi71S, iCont'dl Sprays Sheetcock Upersl Swinj N.+riposa. Merced and Tulumne Styes Scattolds Sandblaster Couptles structural Stool 9.31 .10 2.11 1.11 scush i 9.i/ .70 .45 .75 .02 R t Fraena Cuunty swing Stage, rapechangeca. srushs Tabors 11.12 .41 .20 wsun Chair, Sham Cleaning . sprays Structural stool 11.31 .41 .20 and water •lasting 1.15 .70 .4S .79 .02 Dal wits and Numtwi4t Cuuntlos sl'say, Sandbasting 10.10 .70 .45 .75 .02 i sruah 7.55 .90 .20 .90 PLASTUILAS, Splays Sandblastecas Structure Alameda and Contra Costa Cos. 10.10 .745 1.05 .O1 am fteelr Swing Stahel lapses• Sutter and Yuba Counties 9.79 .S4 . 1.00 fapscMasMys[a 7.60 .50 .20 .10 Fresno County 9.24 .90 1.25 1.00 montecoy, fu Sealto, fan Mateo Monte[oy County 10.50 .71 .35 .O1 Santa Clara and Santa Qua alpine, Amador. Calaveras, counties (aecludloy portions al Cldocado, wvada, Placet, the Lake Tahoe Aryl Saccasento' San Joaquin, , Rush 11.23 .99 1.30 .60 .03 Sutter, Yolo and Yuba Spray 11.47 .99 1.70 .60 .03 Counties 11.59 .71 .Ol !:pets 11.77 .99 1.30 .90 .01 San Francisco County 11.71 .90 1.90 .01 Matter. Tehama end Yube Countle San wteo County 7.71 .46 .90 1.50 .025 _ 6[ushl fat Tenders Rollers s.75 .60 .40 al Mort@. Nussbolde, we/n. sprays Sandblastaiss Steuctura Napa, Solana, Soncsa and Z stools Suing stages Tape[• 9.25 .40 .40 Tshama Counties 9.60' .91 .50 1.00 .01 O Lake Tahoe Area Mariposa, Merced and Tuolumne 6cush 10.95 .70 .75 Countlos Ms .90 1.55 1.20 m Sprays Structural Steels Taper 11.20 .70 .75 FLJSTIMER5 TDiDCRSs t/t Karin, San Francisco and Sonoma Alameda and Contra Costa Cos. 8.117 .40 1.10 Counties Fresno County 9.60 .40 1.40 Rush 10.77 .99 1.10 .60 .03 Kacln County 9.12 .80 1.10 .90 Spray 11.02 .99 1.10 .10 .01 Tapers 11.71 .99 1.10 .s0 .01 Alameda, Contra Costk, fl , ' Dorado. Map&, Mevada, Placer, Sacramento, Solana and Tolo Counties (secluding portions o Counties In the Lake Taboo Acoa) R[wh 11.12 .99 1.10 .90 .01 ` 'Spray 11.17 .99 1.30 .60 .01 ' Taped 11.92 .f! 1.90 .10 .01 !! FEDERAL REGISTER, VOL. 42, NO. 76-FRIDAY. APRIL 22, 1977 s'a WICISIOtt�77-solo page 7 DDCISIDM M0. CA77-3010 .t page 0 , bda F,iryr 9.arlirr Pq.ralr • Mwdr EAc.6" , n Howdy Fda/+6..aSrs pgmrMa R.In M a r pea.L.r Vu.l6. .a1/ar Basic bB [J.carl.a Apt.Tr. notes M A If p.ariear voc.N.a 0a4/66 1PIA9TOICRS TINDERS: (Cont•d1 Apr.To. 1 Alpine, Amador, El Dorado, ""VAJA, Placer, Sacramento IN7W'O19r ' r . & and Counties = 7.455 .455 S 1.40 .90 Alameda and Contca Coats Cos. Rootage X10.94 , 91,17 i 1.10 :i9 .66 Calaverasergs and San Joaquin Cos. 2.11 .00 1.10 ,90 castle Nocketal Sattlemen (2 Monta10y County 9.15 1.00 1.70 ,90 San Benito, Santa Clara and kettles w/o pups) 11.19 loll 1.10 .40 .p Santa Crux Countlei 11.20 .70 1.40 bitumaetict Enamelara: Pipe- , lLUtmERS: wapptrat Coal tat built up 11.94 1.17 1.16 .00 ..01 1 alamuds County 13.10 .03 1.53 .12 Alpine. Calavetal. MaclPuaa. r Contra Costa County 12.72 .90 1.72 .20 Pecced. San Joaquin and Bel Wrto and llutoldt Countles 11.4! .ii 1.12 .OS Tuolumne Counties V., I � / �. ! PLIOWERSt Stcamlltterst lwohrl joists, the and '-� - Aaadnr (Northern halt of Composition and built up) 11.29 .96 .97 County), El Dorado, Sacramento, Felt Mackin• Operator 11.44 .94 .97• { •rI "Toto. W.vada, Placer (excluding Sl Dorado, placer, Sutter and Lake Tahoe Arta) 1).)) 1.11 1.60 ,11 Tubs Counties lake Tahoe Area 10.99 .30 ,40 1.95 .10 Soota[a 11.99 .!3 .40 1 Marin, San Francisco and Sonoma lFceamo County Counties 11.75 1.205 1.50 1.17 .15 Roofers 11.35 .60 .60 San Benito and Santa Clara cos. 14.20 .20 1.65 ,11 Morin. Napa. Solana and Sonoma Counties San Mateo County 11.74 1.03 1.05 1.20 .25 Alpine. Amador.(Southern portion hooters 10.11 .bS - 1.20 l.il z01 Mastic Morkscar Settlemen (2 of County). Calaveras, Fresno, IarlP'sa, Merced, Monterey, kettle w/o Pumpa) 10.19 ,Os 1.20 1.97 ,04 O bltumsetle/ Snaselee q rips- San San Joaquln. Santa Cru&, Sutter t�•1 vrappecap Coal tat pitch 11.11 .63 1.10 ,1.67 .04 Tehama, Tuolumne and Yuba Del Norte and baaboldt Counties .� I Counties 12.60 1.19 2.00 .16 Soofeca 10,12 .40 .JS .IS Napa srul Solana Counties 11.11 1.17 2.29 .16 Monterey and Santa Crus Counties Sooten 10.73 .90 1.13 _A t 1 ion Francisco sad San Mateo Cos. { Sootece 10.97 .69 1.19 1.10 .04 1 Nastie Mockece and Aettlemen (2 kettles W/o PLOPS) 11,10 .00 1.13 1.10 904 bitumastiel inamelecal pipe- 'v snappers! Coal tat 11.97 .66 1.13 1:10 .04 if - ." - � � •. + Porr FEDERAL REGISTER, VOL 42, NO. 76--FRIDAY. AML 221 1177 f Dt1C2iiar•77-5010 ' pass 1 DECISION No. CA77-5010 Pap If • N • o 1n 6dc Fdy.fwfq hrm..M M•.dr Eiarlo lasts F41016 9..05116 P.pub Eu.• N A M P•a.l•.. Vagaries ..Lu , - N.«Ir Eitsdu 1 Aesr. Ts. ■Mo N 6 Y P•.st•.s DOOPMER ICant,•dl ffD/MfL01 P1TTt71ft Wnd.. ulhr Amaioc, facc.menco and Yolo Alameda. Contra Coat&, Marin. Tr. Maps, Son rtanclsco, San Macao, Count/as !ants Clata. Solana and Sonoma Dooface 110,11 0.44 f 1.10 1 1.00 .07 Caunttas IIS.{1 ,{0 fRumelere end Pitch 11.11 1.01 1.10 1.00 .07 Deoaining Counties 11.{2 .{0 Son Benito &md Santa Clara Cos. AWI*ffl fattleman (1 kettle) 10.10 .{S 1.11 fAaT , SHUT MCrAL Wn =Sr Alameda and nd Contra Coate Cas., 13.11 1.25 2.29 ,165 Uand do. Contra Costs, "Spa Dal Notts and Humboldt Cos. 11.51 .61 1.12 .05 ladSolanaCal Ala"Ja, Cantca Costa. Del Counties .11 T17ttu1110 MORSCRSI as ll.2S .{6 1 1] .01 Upins, Glavac&& end San NOCte. Nlb*WIJt. Malls. Maps. �oaqula COun[la■ 11.77 .66 1.00 •f] !an Francisco. San Wtw. APlacer tl Dorado, . Suttevada, Solan and Sonoma Counties 11.02 1.10 .91 1.00 Placer, faccameato, Suctac, . E1 Dorado, Msv&da. Placac. Isbamar Iola and Yuba Cos. 11.61 .66 1.01 .N Saccar.ento, Sucur, TehMa# Mariposa. Merced and Tuolumne ITato and Yuba Counties 11.40 .60 .90 .25 counties 11.14 .60 1.10 .06 TILS SLTt171St Monterey, &&a RamiLd. Santa ' Alameda. Contra Costa, Del Clots end Santa Ccuz Cos. 11.15 21e.66 1.845 1.115 Norte, at Dorado. Humboldt, fan lutea County 12.62 .66 1.41 .12 M&cln, Napa, Nevada, Placer, Del Norte. Runboldt, Nacin, ac San hancisco and Sonona Cos. 12.50 .66 1.71 .11 Sramento, fan Danita, See, /teeCounty 11.75 .66 1.22 • .DI Ptancl,co, San Ma[so, Sante m !OPT /[AOD IJYPRSt ♦ -Clara, Solaro, !0000%. Sutter. lebama, Yolo and Yuba Cos. 12.N .ft 1.26 1.40 .095 0 Alpine, Amadotr Cal&ver &a, Alpine, Medoc. Calavee&s, !an Marcad (pet at the San Joaquin Divot), Sian Joaquin, Joaquin and.lLoluene Counties 14.27 .55 .30 1.00 Raceamantal Sutter. Tehu&, Ptasno, Maclposs and Necced m Tuolusv,e. Volo and Yuba Counties 9.4E 1.00 .SO to Counties, and tbose portions of Monterey and Santa Cruz Counties 11.99 i at Dorado. Nevada and Placer PAID MOLIDAYSc Counties (escluding Lake Tahoe A-New Yeac'a Day, D-MesoCISI Day, C-Indepe dance Do t D-Labor Bay, Area) 10.23 .7f 1.25 1.00 .10 f-Tbanksgiving Day, P-Chtlatmas D y. Lake Taboo Use 10.05 .70 .20 t At do, Conte& Costa, Marin,_ Cita, llontetay, Map,, ban a. Employee contelbutes 49 of bas o boutly Cate for over S ye Co. sac ice Matto, fan PClots, Santa San and 21 of basic hourly tate to- 6 month to S ye cs as Vac tion Pay Solana Sano C1aca, Sante Ccu:, Credit. fix paid Holidays& A tbtoug4 . Solana and loauna Counties 11.70 .6f 1.00 4 .1f b. "player contributes 6.90 per foe be first five year 'oe ompl3ymntj • After five years 11.05 per hou to Vaca ion and olldaye a melte. t F9011AL REGISTER, VOL. 43. NO. 78 -FRIDAY, APRIL 77, 1977 P. W t oerist.' 77-5040 rage 1tCISIGm No. CA77-5010 !Bags 12 fJ�soRavta . F.is•M.+.ria P+tm..sr Group 1t Asphalt [toners and Nattecel Narlo, wack11t and,iimilar l+,pr type tamPerss buggymobils# Chainsaw, (altar, logloader and ++ If++dr i Ebnsisa buckers Compactors of all typeos Concrete and sagnssite *last s �, '`•' ' , Rss+r M l M P•srlss• V-016. a.1/ar 1/2 yac4 and undecs Concrete pan worst concrete saw( comcste :1 App.It. sander# Cclbbet and/or $haring# Cut granite curb setters [rocs _Il� taltetet Slip former Green cutters, Readetboardmsn. ltubsettece.' LADOREpS Aligns( Jackhammer o eratocar Jacking at pipe over 13 inches Jackson and similar typo Compactoras wittiemen. lutrn ana ern ccoup 1 i 4.295 i 1.00 f 1.70 .90 .10 applying 411p4alt. lay-told. creosote. lir. caustic and elegiac g croup s(al 4.52 1,00 1,)0 .94 .10 typo matotlals# tagging. sheeting. whaling, beacking. trench- Group 11b) 4.795 1.00 1.70 .90 .10 jacking, hand-guided laggingham.ect Megawatts. eposyresln, r' Group l(c) 0.345 1.00 1.70 .90 .10 fiberglass, end mastic workers (wet or dryll raotsrnt breakers (•• s Croup 1(dI 0.215 1.00 1.10 .90 .10 and spades. including tool, grinders lip4layscs. caulkscs. bandets. Croup 1(a) 4.445 1.00 1.70 .50 .10 pipewcappecal conduit layers, plastic plpalayerst cost hole I , ,1 Group 1(fI 8.415 1.00 1.70 .90 .10 diggms - air. gas and stectcicl rowet Dcoas sweepesl power Group 2 4.145 1.00 1.70 .90 .10 tw"c• of all types (srcept as shorn in Group 211 lam set gun Group 1 4.045 1.00 1.70 .10 .14 and stud guns Alptap-ston"ver and cock-altngst. Including placing Q9 Backed concrete and/or $and (wet of acyls botaty scarifier. , t ' multiple head concrete Chippect Davis trencher - 300 cc g1.11ac' type (and all small ttenchecslt Roto and Ditch wltcht iota- LAWRSRS• tlilert Sandblasters, Putman, Curwn. Rosslssan# Signalling and ` (Gunnitel Riggings Tank Cleaners Tree climbers# Vlbce-acceed - bull float ,• In connection with laborers' worts Vibrators( Ort-pat-it machines, Croup Is 4,755 1.80 1.70 .90 .10 Nigh pressures blow Pipe (lye cc over, 100 lbs, pressure cc ovsrll" • s Group.21 Citi 1.40 1.70 .90 .10 ■ydce S4444r and similar types tis11t hems is cctutectlon with U. Group 31 4.04S 1.00 1.70 .90 .10 lsborecs• work Group I(a)$ Joy oclll Ilo4e1 7701-20k1 6a14ewec-Deaver Model 06143 . , '• and similar type drills Track drillers# Jack lag doillscss �,� •' :t ` '1'. Z • Diamond itellUrat wagon titillates Mach4elca2 drillers - all •� �-,i, s Q i • types regardless of type cc method of powsrl Multlpls unit 4 �y i.• 1j• ,• •i dcliiat 01211ters and Powdecassns All work of loading, placing *;,' "`'` r ;1 9 .,...s , l (11 and blasting of atl`Povdsc and explosives of wbatsvar type go-; ".�+j.�;`# •} ,`•f' Y'��"_ gacdiess of method wood for such loading old placings Nigh ti! ;` ,` •! • ecslscs (including dtilling of 0401111 Ttse tapPect bit grinder ' ":•""" (coup i 1bl/ Sewer Clun11ce • !t•ry 1.,� 1 "i; .{ . " Group licit burning and welding ! 1 .. • , r ti. �'_ ` .: � , ", .I� r •' •��'r)��•.'•t• Vit. •' N .i, 4••V. , C FEDERAL REGISIER, VOL 42, NO. 70-FRIDAY, AP21l 22, 1177 '#lit ' ,,'•�}t,`�.. a. DWISION MO. CA77-5040 page 11 DECISION Mo. C477-5010 a page 14 MN+ O • ' LAaORMS (Cont'y O~o Group 1(d)a Mp&it_Tsackmen and road beds (cut and cover work at suway atter the temporary cover has been placed► Serle @able Frl•s•R.aalllb P•ye.ub Group liel$ Labocera on general conatcuction Work an or its Mawlr Nawlr E1rr•N•a hell bole footings and shaft Baro ase% N l of Pe4sleas. V.ra$lea •a1/.- Appe.Tr. FON[R [QUIPMEW OPERA10" Group!([Is Contra cab to County Only$ Hpeleyere. Caul►eta. ARF!$ l AREA 2 Ut$dera, pipwlappece, Conduit caval• and Plastic pip•layeca$ Reasure Pipe testes, no joint pipe aro stripping of •ams. � =10.10 I 1.)3• f 2.00 .f0 .2t .71 Including repair of voids, Precast Manhole Setters, Cast in Group 2$Group is i 14.16 10.15 1.15• 2.00 .90 .2t P)ace.11Unho►a !ur• estter• Group la 1.21 10.16 1.15• 2.00 .90 .2e Group 11 asphalt ovelera$ Cement dumpers and handling dry cement 1$ f.@1 11.41 1.15• 2.00 .90 .21 Sl me gypsum# Cbmile-setter and aiggee (clearing workll Concrete Croup 31 10.02 ll.e2 1.15• 2.00 .90 .21 4 Cco.$p 11 10.17 bucket Dumper and Chutemans Conerets Chipping and Gclnding$ 11.57 1.)S• 2.00 .f0 .11 0oncrete lahocere Iwt cc dcyll tklllac•a Nelpec$ Chuck Tenders Gcoup is 10.)2 11. 1.15. 2.00 .90 .2 Croup RM 10.73 12.1123 I.)5 2.00 .90 .214 roselosan, adductors( aydraulle monitor (over 400 Its pceeauc■ll Group 9$ 10.91 ,12.31 1.15• 2.00 .90 .21 Wading and unloading, carrying and handling of all coda and Gcoup lot 11.14 12.51 1.15• 2.00 .20 .11 aratOtiala Loc use la ceintoccing concrete constructions Plattsburgh Group 16-A/ 11.25 12.15 1.15• 2.00 .90 .24 Chipper, and similar type Brush Shreddeca# doper# ainglaloot. Gfoup 111 11.42 12.62 1.15• 2.00 .90 .21 band held, pneumatic tamper# All pneumatic, air, gas, and electric Group 11-Aa 12.49 11.15 1.3S• 2.00 .90 .24 toolal Jacking of pipe under 12 inches Group it-as 11.77 11.25 1.13• 2.00 .10 .24 Croup 3t sit cleanup work of debcla, grounds end buildings Including Group 11-CM 11,07 111.55 1.15• 2.00 .90 .24 but not limited to sweet cleaners! Cleaning and washing windaras Comateuctlon laborers Including bcidga and general labors[•! •locludee 1.23 per hour to p$mpean, load sputters firm Matchers Street Cleanses$ Gardeners. , r pensioned Bealth and Wallace fund. Moeticultucal and landscape 14boceres iettiagl Llnbecas acueb eZ Loader•# Pilots, maintenance landscape laborace on new construction! 0 Maintenance, Repair Trackmen and Road beds! Streetcar and Railroad .y construction Track Labocecas Temporary air and water lines, vlctaullc A at slallacl Tool room attendant# Pence Bcectotsl Guardrail Rreetoral ' m /avement Nackera (button settees) to WORMS (Gwu$ltal ' Group Is hhossleman (including Gunman, lotaan)I Rodmenh Gcoundman Gcoup.11 taboundman 1 Group 16Ganaral Iaboceca , . a •! •- • - •: �. ,r z"; u A + FEDERAL 91611TH, VOL. dl, NO. 74-FRIDAT. APRIL 22, 1977 i �• p - E�, c '0oECISION t CA77-5010 Page 15 0SCISION W. CA77-5040 rage It �• foam EQUIrmarr Ormlats PONOS EWJIPMD#T OrEPA7003 (Could) AREAS I and 11) (ARrAs I and TI) , Group It Assistants to rnglneers 1893kenanl Flteman, Hssvy Duty Repairman Group 78 Concrete Conveyor or Concrete Hip, Truck or equipment mounted 1101per; Oiler; Deekhamll Signalman; Switchman; Tar Pot Fireman)! rartawan (boa length to appiyll Concrete Conveyor, building sltel Deck rnglneeret i - pleavy Duty Repair •bop pacts room) Dual Drum Mimecr Fullec tenyon hump and stellar types! Gantry Alder . . ', . for slmtlar), Hydra-Hammer for stellar)# Material Point 12 cc mote dcumsil Group 2s Compressor Operators Concrete Mixer top to and Including 1 yardl# Mechanical rinlshere or Spreader Machine (asphalt, Barber-Gteene and Conveyor Belt Operator (tunnells Fireman Not Plants Nydraulle; #lonttorl slmllarl, Mine or Shaft Hoist, Mlxernobile, Pavement Bceakec with or, Mechanical Conveyor (handling building materials)$ Miser Box Operator without Compressor Combinations Pavement Breaket, truck mounted • (concrete plant)! Pump Operators Spreader Bosman (with acreeds)I Tar with Compressor Combinations Pipe Reding Machine Iplpellnee only)! Pot Fireman !power agitated) Pipe Cleanly Machine Itractoc propelled and supported!! Pipe Wrapping Machine Itract0[ propelled and supported)s Refrigeration Plants Roller Group It box operator (bunkeill Helicopter na4loman Islgnaloanlr Motor- Operator ttlnish asphalt)# Self-propelled boom type lifting device (center man; tot; rJtive, oilers Ross Casrlar (construction Job •!te)l Rotomist mount) 110 tons or 1020 M.A.C.1$ Self-pcopolled tlevating Grade Planes Opecaturl Screedman (exrepj asphaltic concrete pavingli Self-propelled. Slumber Operator! Small Tractoc (with boom) Solt Temters Truck type Loader autoostically applied concrete curing machine (on streets, highways, airports and canals)• Trenching Machine tMasioxm digging capacity 7 Group Bs Ar00t-CDatet for simllacl$ Asphalt Plant anglneerp Cast-in-Place , ft. depthll Tugger Isolst, single druel Truck Crane Oiler Pipe Laying Machine# Combination Blusher and motor operators Concrete Batch Plant Imultlple unitall Domer, Pending Shield Operators Meavy Duty Group Is Ballast Jack Taeperu Ballast Regulators Ballast Tamper Multi- sepalcson and/or Walder, son Seal Machine for similar)$ Batman Loader$ purposes Boxman (asphalt planus Elevator Operator 1{naldell Fork Litt loader sup to 2 yds)! Mechanical Trench Shl@ldl Fortabls Crushing and cc L.umtxr Stacker (construction Job site!$ Line Mamterr Lubrication and screening rlantal Push Cats Rubber Ticed tactli-moving tqulpment (up Service Engineer leoblle and grease tack)! Material Moist (1 drum)# to and Including IS cu. yds. *struck* m.e.c.l rucllds. T-Pula., uN-10, 20, shuttlecacr Tit Spacerl Toweemobile s 21. and stellar$ Rubber Tired Dosses isli-propelled Compactor With Dofaci iheeptootl Tlmbet Skldder (rubber tired or similar equlpmentll Tractor Group Sr Comprea"r Operator 12 to 711 Concrete Mixers (over 1 yard)$ drawn Scraper# Tractor Trenching Machines Til-batch Favors Tunnel Moll ' Concrete Pumps or Pumpccete Gun2r Generators (100 U.N. or overt$ bring Machine( Melded Nooda-mixer (4114 *that sl&Ilae Pugelll equipment) ' Grouting Machines Press-weld fair-operats418 Pumps 12 to 7l, Welding Machines (powered other than by electricity! 12 to 71 , Group es Canal Pingsc Drain Digger, Chicago Boats Combination Mixer and Z Compreeaar Igunital# Combination slurry Kluge and/*[ Cleaners Rlghllne 0 r Group it REN Liss Road Factor or stellar, soon Tcuck or Dust Purpose Cablewsy 13 tons and under)$ Lull NI-Lift or al&Ilar (20 ft. or overi# '• i�i' n. A-Fdo+e Trucks Concrete Retch Planta (vet of dcyll Concrete Save 18011- Mucking Machine Itubbee tire, call or tesek type)! Tractoc (with boom) , 1 1`401-911-d unit) on street0, highways, sirpnste and canals$ Drilling and ID-S or larger and similar) R•ring Mu6lnefy, vertical and horl[ontal (not to apply to waurllneu. •'• we" dr1110 or Jmckha•n+ersll Credesettee. GroU.Checker mechanical or Group 101 Boom-type Peekfllling Maehlnal Srldgs Gun@$ Cary-lltt (cc •',:I '% •l•#�ae.• ' othet-wisels Nighllne Cableway Signalman, Locomohlves jetsam at over l0 slellar)m Chemical Grouting Machine# Combination Backhoe and Wade• r tcwals M•iylanls Internet full Slab Vibrator (on airports, highways, canals sup to and Including 1/2 cu. yd. &.revel! Detrick (2 operator• eequlced '.� .. '.t• ,,s i ani wasehnu-cal, Mechanical Finlahers Iconcretel (Clary. Johnson, Bidwell When swing engine remote tram holatl/ oeetiek Bectu (except axeawatlon s •ridge neck or similar typesll Mechanical Wu, Curb and/or Curb and, work)$ Oo-Hoc Loadorm Ades ttegreasrs Elevating Gcadert Beavy Duty •" Gutter machine, concrete or asphalt, Portable Crushed Post Delver Rotary poll 419 (Including CalasOn rOU"Stle& work and Robbtme type ' (M-1500 and simllarll Power Jumbo Opfrator (setting slip forms, etc. dtlllo)1 Roehring skooper jot slmllsell Litt slab Machin*; (Vagtbocg and In tunnels), Boiler; Screedman 11larber-Greene and similar) (asphaltic similar typeall Wader (2 yds• up to and Including I yds.)$ Locomotive ..r concrete paving); Sal[-propelled Ccetrectoc (single essgincl$ Self-pro- (Duet 100 tonal (clog!• oc multiple unlbls Multiple Engine dcthvmovlsg pelled Pipeline Wrapping machin, Perault, CBC, or similar types)! Slip Machine (tucllds, Docera, ete.l (no tan4am scraper)( Pro-streis Nice Focas Pumps (lifting device for concrete forms); Small Rubber Tired Wrapping Machine! Reservoir-Debris Tut (self-propelled floating!! Rubber- Tractors Surface Neater tlted Scraper, selt-loading (paddle wheels, etc.11 Shuttle Car (facials statlon)l Single "Ine Scraper avec IS yh.s soil stabilizer IF i Mor squalls Sub-grader (Gurrlu or•othee automatic typell Tractoc* Cam- , Pressor Drill Combinations Track Laying type earth moving &&chin@ (single engine.with tan4e* seraperall Train loading stations vacuum Cooling Plant y l Whitley Crand sup to and Including 2S tons) ' ..Vet - •. + ` �h:. .'..'.�_'; K , W = FEDERAL REGISTER, ,VOL. 42, NO. 78—FRIDAY,-APRIL 32. 1777 i YCIfIOM PeO. CA77-sow rags 11' tlClfiOM W0. CA77-5010 ' 1190 1t � 1 Pmts toutPIIflIT OPWITDRS (cant.41 (ARLA9 I 444 111 O Croup 10-As tackb*e !hydraulic) iup to "A including 1 cu. yds. ■.r.a.)# tart rdasr tc••IUar•w.•da backboa (rabid iup to.and including 1 cu, yd, m.r.c.1I Cosbination Mack- -- hos and Loader oras 1/2 cu. yd. f.t.c.18 Continuous 1r119h» Tis tack Newly r EI•esnr• &"at iup to and Including I cu. y4s.1 lccast sttechedll Cranes (not over two N t W r0446•4 Veit•• r•1/•r 1 TRUCK DRIVERS afla Is. 25 tons, Mammotbead and Gantcy)r Grade-alis Lop to and Including cu 14.11 rower shovels, Clamshells. DcagLlaas, lup to and Including 1 cu. y4s. 41-9-c-10 Power Glad* (8111910 engine)# felt-propelled soft-type Littlaq BULK CLWMT SPAZADLx iwIwo Device (canter Nountl lover 10 tuna)# fa/f-ptopelled soot-t1µ• Lifting awgat, un44r 4 y4s. water D*vice {Cantet mount) Lavec IS ton*) level}, bus at hanhaul duvet# Concrete poop sachinai Grains its Automatic Concrete Slip tars raver# Automatic Railroad Car CowsCteta poop truck (when DumpOc# Canal flogs# Drain Sacktiller$ Coast Trimmer/ Canal Trimmer flat rack truck is uoed w/41tcbing attoctrentes Crane® (over 2S tons up to and tnclud#n9 12S appropriate flat rack rata tonal) Continuous ►light Tie back Auger over i cu, yd. (including cronsls @hall spplyls Dump lundar / fkoet Tuwlitt iSOs$i-1 of sirdar (fi tont at *veil# Mighlitie Cableway y4s, water lave))# Dumperota favor S tonal! ta�dar (*vat 1 yds., up to And including 12 cu. y4s.)/ rower truck (under 1 yda. water clad* (multi-en94461$ tower Shovels, Classhollso Dragitnes.•sackhoas, lsvetls Oumpotec (under t yds. Gca4s-ails (*vac i yd. and up to and including 1 cu. yds, m.t.cls aubbsc- water levelll tacoct or pilot tI4*4 earth moving machines (sultiple peopulsiom power units and two • Gas drivers Nipper truck twhen ) at soca scrapers) (up to and including 75 cu. yds. *struck, m.c.c.1$ felt- • flat rack truck Is ussi pcopalled Cospactoc twith multiple propulSIOR power unitall single angina appropriate flat rack rats lubber-tired Latt#rcoving Nachiass (with sanies scrapacsis slip toss . shall appty)l Pickups# Skids hVac (eoncratt Or asphalt)$ Tanden Catal-Tower Cranna NobLlal Trencher (debrlo box, under / yde. water 1pulifnq attached shield), Universal Liebbsr and Tower Cranes (and similar level), Tess drivers$ Trucks tlPes)l Wheel Ucsystoc (up to and including 750 cu. yd.por hour)$ Wh(rley fdry pro-batch concrete mix, Ceano (over 25 tons) \ under 1 yds. water levallc Melpecss Warehousemen $ 9.245 $1.00 Group 11-A1 stand Wagons Jim conjunction with Ptreal Excavatovll Crane• { 1.1lS .71 z (owes 12S tonsil loader favor 12 cu. y4s.1 up to and Including if cu. y4s.11 MULK CtKENT STAt"Em (w/w 0 fewer Showell and Dcsglihes (over 7 cu. Ida., m.r.C.10 Rubber Tit*4 Haiti- sugar, t yds. And under i purpas*.Sartb Ksving lischin*a 12 units over 71 cu. yds. •struck• m.s.c.lI Yds. water levelly Dump If fn wheat txcavator (over 750 cu. yds. per bout) yds. ago under i yds. water to ' loved$ Duperate 14 yda. an4 Group 11-2s Laadec.(ovec 16 cu. yds.) _ . under i yda. water level)$ Duspstec (/ yds. and under 4 Gcoup 11-Cs Operator of Mellcoptar (when used In *rection wockll scoots yda, water levoll) Skids (debut -f Controlled tacttwooving rluiprent box i yds, mad under i yds. water level!# Single unit tla4 rack 12 axis unit)# industrial Litt Truck faechanical tailgate) Trucks (dry pea-batch concrete aix, 4 yds. and unlet i yds. water level) 11.00 1.19S .70 1.00 itTTING TRUCK and WATER TRUCK a Jundat 2'500 gallons) 'lolls .70 1.04 fir/• = 19091tAl. 11GIST111, VOL 42. NO. 711 —$tIDAY, APRIL 22, 1977 i Paqu if 1 1 OIrIs10N�G77-5040 Page if t2UC/BION N0. G77-5010 Ps„ 10 t 1 � !dune.8...fill Pq..eh Rede Prlge S.«Re hr..•n SaJc N.w.tr EJ.ceB.• M•w/Y EbwIN. RN.. M K r P..d•e. Wwtl.• •wUer R•Ns N 1 r Pmbu Y«•Nee ••J/.r TRUCK URIVERSt I t'd) Iter.Tr. ANr.Tr. SULK coma SPREADPA (w/Vo t LIFT JITNEYS, Pork Lilt i 10.015 S 1.19 .70 S 1.00 sugar, i yds, and under 0 yda. water level)1 Dump (4 TRA114IT MIX, AGITATOR yds. and under S yds. water (under i yda.) 10.055 1.195 .70 1.00 , levelll Oumperets la yds. , and under S yds. water Ieve111 TRUCK REPAIMAN HELPER 10.075 1.115 .70 1.00 Dumpster la yda. and under S Yds. water levelll Skids (debris ' VACUte/ TRUCK under (1.500 bus. i yds. and under S yds. • gatlaul. MOSS 1.15 .70 1.00 water level)l Trucks (dry pre- batch concrete slw, a yds. . OCISSOA TRUCKt Single unit , and under 0 yds. water level) / 10.10 { 1.195 .70 61.00 [lat rack (1 awls un It" 1 Indnst[lal Lilt Truck A-rRAMi. WINCH TRUCX51 d (mechanical tallgatell Ouggymobllel Hydro-lilt. Swint cut-owe tired tractor Swedish crane type Iletting)l I (when unvd within teamsters' Jetting and water ttuctt Jurisdiction) 10.10 I.Its .70 1.00 0,000 gals. and under 5.000 gals.)1 Subbet tired { JLTrg . TRUICK a WATER TRUCK Jupbo 10.113 1.155 .70 1.00 (2,S00 gala. under 4,000 gals.) 10.115 1.195 .70 1.00 RCA COMBINATION WINCH TRUCK gh bad)TRANSPORT 10.71 L les � .70 1.00 WITH IrJISTI Transit, 1 MIR Agitator la yda. and ROSS OYSTER sad SIMILAR 0 1 under a yds.) 10.155 1.195 .70 1.00 STRADOLC CARRIER I0.34S 1.195 .70 1.001 r ,♦ VACUUM TRUCK 13.500 gala. TRANSIT NIX AGITATOR ••• +i1 and undei 3,500 gala.l 10.145 1.195 .70 1.00 10 yda. through 10 yds.) 10.255 1.193 .70 1.N 1' N OUM0EI1-TINED MUCK CAN (twat VACUUM TRUCK (S,1500 gala. I sell-loaded) 10.175 1.195 .70 1.00 and under 7,500 gala.) 10.363 1.115 .70 1.00 JMINC TOM a W ER TRUCK , (5.000 gals. and under 7.000 gals.) 10.715 1.195 .70 1.00 t i FEDERAL REGISTER, VOL. 47, NO. 78-010AY, APRIL !7. 1977 Ike DnISIOM 410. CA77-5040 ,.t•IPags 21 W.1111OM NO. CA74-54410 Nge 22 tri w ' • iw fifes*4adiU P*gr*ata Rada F11a9*5.4*646 r M*«fT Eivtoti*a laatT e$ 14 A It t"oaai*oa Yos*ttaa *,wi/at*a 2.10• M L R f•*aataaa Y*utba *aJ/*r ATT#. it. TRUCK Coal (Cant'd) ATT*.To. TYtCZ 910I11214 ICont`al SULK C04EMT SPREML11 (w/wo lIiAMSIT HISACItlATUR (over Auger, over 12 Ida, and Including It yds. water I4 was. through 12 Ida.) F10,15S 9 1.195 .70 11.00 lavolli Dw.p (over 12 yda, And including 10 yds. water auger, i yd4. and * - RCSMt1R AIw/w lovall i Dwal.:rue favor 12 . augincluding 12 yds. rater levelli Gump yds, and Including is yds. i0 Yds. and Including 22 water lavalll Dusputoc (Ova[ 12 yds. and including IS yds. I Ids. and Including 12 rater lavalll D.rperate water level), Skids ladbris boa, oO*c 12 Ida. and Including pCo peiled street swaepec rater level►) Belt- 10 yds. water levells Trucks • j co ' with sell-cootained cetuse (dry pre-batch concrete six, Islas Saida *debris box, 9 over 12 Ids. and Including Ids. and including 12 yds. water 1R water Lovell 14.40 1 1.195 170 11.00 levelli SAaw go and/or anew P.R. OR SIMILAR TYPO 1 glom truck {dry pre-batch P.R. TRUCK 10.54 1.195 concrete six, 9 yds. and Including 12 yds. rater TRUCK REPAIRMAN 10.573 1.195 .70 1,00 levelis Dumopster 14 yds. and iscluding 12 yds. water W" COUNT SPRMLR lw/wo ' level) 10.44 1.1fS .70 1.00 auget, over lR yda, and z WAVY DOTY TRANSPORT including 24 yds. water 0 � (Sween[, lowbed) 10.45 1.195 .74 1.40 levol)s Combination dump and 'N .t . dump trailers Dump (over 1s ft Ids. and including 24 yds. TRANSIT MIX AGITATOR to ( r racer level!;including 2 Lover over 12 yds. through t it yds. and Including Ii yds. li Ida.)" 10-4yS 1.195 .70 1.00 water levells Dumpater favor 19 yds. and Including 2 yds. .' water lovells Skid (debcts box, ::1 over IR yds, and including f .•t , 24 Ida. water level); Transit ' six agitator (over 12 yds, through 14 yda.), Trucks lacy • r pce-batch concrete aim, over 1 17 Ids. and ;i• 9e.. «, yds. water ding 24 level) 10.311S 1.195 .70 1.00 .. ., . :1 V% FEDERAL REGISIEI, VOL. 42, NO. 70—FOIDAY, APRIL 22, 1977 f • IM t9 W w . wCISION W. CA77-3040 rage 73 ORCTOION NO. CA77-3010 rag• ]l Ida Rw.Ru h wb F OeJ. hlge 100•e6/e Pq.•wh Rade T Mewl► Ebserle. Newly EdeaNee R.tee N 0 N P-61... Yew81a0 00I/o, Rates NLN resd00a Vale"" 0041.0 TRUM DRIVuRSt (Cont'd) ARI[•Tr. TOWN ORIV[at tcoat•dl A@e0,T0. L '': •1, 1 auLR CMDIT SPRtula (w/wo •�� ,�� f. 'l 1 Ouu cotorT tPal:Ana wIwo auger, over 2/ yds, and In- awler. over SO yds. and under . . a elodinT 33 yJs. rater lrvmllr Q yea, voter levelll MAMP d,,L/•; OwW (over 21 ds. and in- ` . y (over SO yda. and wdu al �,• 't' _ . eluJing IS yds. water levellt yds. rater levellt tluwpersta )• ; Dueperete lover 21 yda. and lover SO yds, and under fS yds. , ' 1 a•C. Including IS yda. voter levels/ rater levellt Dunpater lover 30 oumpster (over 2e yds, and 1 yda. and under OS yda. rater • t Including SS yds. water level)# , lwelll Nellcoptor pilot (rhdn ow 10% 2014, Il'a and other transporting man or materlala)r eiwllar cat type, Terra Cobra, Skids IJebtla boa, over SO yds. teTournespuller Tourna[ocker, and undo fS yda• rater levels[ Ruelld and alwllar type equip- Trucks (dry pea-batck concrete went when pulling Aqua/Pak or mix, over SO yds, and under 63 ! rater tank trailer* end fuel • ' i an0/or legal• tank trailers yds. ratan level) / 10,90 1 1.195 egR I1;N or other mist. trallecal Skids Redd CQIMT SPREADER (r/b (debris boa, over 2e yda. and auger, over 63 yda. and , Including ]S yds. voter levelll Including 00 yda, rater Truck (dry pre-batch concrete leve111 Dump (63 yda. and ' mss, over 2e yda. and Including ]S yds. rate[ level) 0 10.64lncluding 20 yda. voter !wall[f l.lf! .70 11.00 • Durperete (over.63 yd4.•and Including 00 yda, water level)# KRA CMF24r 81"Anol Ivo/••. Dumpater Itf yda, and Including A y auger. over 11 yda. and 00 YdS.,rater level)$ Sklda • in r•� 4111 Including 30 yds. rater lovallt 4, N Dump (over 13 yds, and including (dtbrla boa, 0S yda. and .•, I lacluding of yda. rater level)l SO yda. [aur levels t Otaepccete Trucks (dry pce-betch concrete Lover ]S yda. and Including 50 ■ia, ii yds. and Including yds. rater levellt Duapster favel . t0 yda. rete[ lerell. 11.H 1.1fS 1 17R 1.RR. ' 0' 1S yde. and Including S0 yda. , 1 rater lavellt Skids (,label@ hos, over ]S yde. and Including SO •'"1 yds. rater level)# Trucks #dry 1 1i pea-batch concrete six, over fft 7S yds. and including SO ' 1 yds. water level) 10.7! 1.103 .70 1.00 • 1 FEDERAL REGISTER, VOL. 42, NO. >•/—FRIDAY, APRIL 22, 1977 r y i H6CSRIOM IgD. CA77 5040 , page 2S DCCISION No. cA77-7010 hqe 2E less • ' lair. d•► Basic Mately Fel-so&"*No*Farise.ts � ARCA DEl[NtT1ON5 (or r Eivsanae !(WER EQUIPMENT OPERATORS atlas N E M pe.da.s vaculaa e.dla ~AREA 2s All Areas not Included within Area 1 as T$UKX DRIVERS: Canted) Apps.It. defined below. ` WAR COMM SRE PArADER w/wo , *AA to All areas Included In the description ovegot; over g yda. and dettnod below which is hsaad upon township fncludtaq 15 yds. water skid cane* linea at Areas 1 and 2. level)$ a+np lover 10 yds. and including 01 yds, water Commencing In the Pacific Ocean on the ostanslon of the Southerly level[$ tweeporotr (•vat so tin. at Tawnahip ISS. 1 yds. anti including is yds. Thence fastarly along cite Southerly line of Township t9S. Crossing water lerst►a D.�pat* Y C lover the Cot. Diable ascidian to the S. . corner of township Me all yds. gad including is yds. range 69, Nt. Datula base Tina and wridian. water lowell$ Skids Idebtis t Thence Southerly to the S.Y. cornu at township 205, range 69, boa. over $0 yds. and Including Thsace Easterly to the S.W. corner of township 205, rang* t3E. 0%yda. water levoli$ Trucks Thence Southerly to the S.W. corner of township 215, range 13E. ldty pre-hatch conatece nix, ibeaco Eaacecly to the S.W. cornet at township 2t3, range 17E. I oval RO yds, and including Thence Southerly to the S.W. corner of township 225. range 17C. is yds. waur level) 1 11.71 q 1.115 .70 01.00 Thence Easterly co the S.E. career of township 225, range t7E. -- Thence Southerly to the S.W. corner of township 2IS, range IEE. ; Thence Easterly cc Cha S.E. corner of township 235, range IEE, t Thence Southerly to the S.W. corner of township 245, range 19E, failing an Cho Southerly line of Klass County, chance Easterly along the Southerly boundary of Kings County and Cho Southerly boundary of Tutars`County, to the S.E. Corner of township 24S, too$* 249. " Thence Nortberly to Che N.E. corner of township 21S. range 29C. ' Thence Westerly to the N.W. corsar of counsbip 2tS, range 299. •-i e Thence Morchorly to the M.L. corner of township IIS, Congo 2EE, j1 '•� r'1 Thence Westerly to the N.W. career of township 135, range 211E.. tit ` �•'e" Thence Northerly to the M.E. career of township its. range 279. Theacts Westerly to the N.W. corner of counshtp Its. range 21E, f Thence Noctharly to the N.C. corner of township lose range 26E, . ..._• _...: f ' i •' Thence Westerly to cite N.W. Cornet of township IOS, Tanga 26E, tt• ' t'' �t Thence Northerly to the N.C. corner of township 9S, rang+ 2SE. • "r-i 'i': ' Thence Westerly ca the N.W. corner of tounship 9S. range 25E. "ire t .•.!•. .. _.. :.'•...: Thence Northerly to the N.i, career of township ES, rang+ 24E. r .7 .. Theacs Wasterly to the N.W. corner of township ES, fangs 24E. Thence Northerly to the N.C. career of township 6S. range 23£. 1 r• Thence Westerly to cite 5.9. coca+r of township SS, range 199, f Thence Northerly to the N.E. corner of township SS, range 199. Thence Westerly to Cho N.W. corner of township SS, sags 19E, Thane lartherly to the N.E. corner of township 35, range 11E6 t Thence Westarly to the H.W. corner of township 3S, range IEE. Thence Northerly to the N.E. corner of township 2S. range 17E. 1 Thence Westerly to Cho N.W. corner of tawnshtp 2S, range 179, t • Thence Northerly crosing the Mc. Diablo baseline to clip N.E. cornet of township 29. range I&E. '•. , Thence Westarly to the N.Y. career of towashlp 2N, range I69, Thence Northerly to the N.E. Corner at taLfcship ]Cot range ISE. Thence Westerty to Cho N.W. cocwer of township 3N, range ISE. Thence Northerly to the N.E. corner of township 4N, range W. FEDERAL REGiS7ER, VOL. 42. NO. 74—FRIDAY. APRIL 22, 1977 a' f e.,-t'!it F .gra iy 4t ;i K,y . • r • • • i r} i OCCIOA0 CA71-3040 I• _ taje :7 mcisida I0. C477-5010 �� Isle 20 •. • ANIA DEFINITIONS for MIR EQUI?WJJr OPERAtOgS (coned) POWER RQYIfNEMF OFERAIDAS (tooted) •Area t (conc'd)t Uses 1 (eoatld) . Theats Masterly to the t1.Y, corner of tovnshlp 414, ranyv IAL, Thence Westerly to the S.C. Cogger of township 1611. range LDL. Thusce Northerly to tine M.L. cornet of town3hip SM, r•rnye Of. Thence Aortherly to the A.C. corner of townsisly, live range 12m. ' Thence Westerly to the N.Y. corner of tovnshlp SN, range UE. Tbene@ Wdstatty to tM M.W. corner of township PLN. gang I2W. Turner Northerly to the Ii.E. corner of township 1011, range 1:9. Thence Northerly to Cho M.C. Cerner of township lhav tongs l3Ye Thence Easterly to the S.E. corner of township ION, range 14L•. Thence Westerly to the N.V. corner of township ism, range lea. 7h nca•Northerly to the N.E. corner at Lewsshil• IIN, sante 14E. Theme Southerly to til* S.Y. corner of township Its. range IAM, Thence Westerly to the N.E. cunsar of township tl;c, range IOC. Thsnee Easterly W the S.[. corner of townalslle /0W. ra'L 14V0 Thenar Northerly to the M.C. costive of govssshlp ISM, ranges 10C. Totaled Southerly to the S.W. corner of township 1o61e range 13Y. Thence Easterly to the S.C, Cotner of township 16110 rdssgss 11E, Thence Yuterly to the N.Y. corner at towesship ISN. tate[* I4W. lhtnce Northarly to the N.C. cursive of tu•anshlp 160,ranpe life Thence Southerly to the S.W. corner of tovnsblp I.N. range 14H1 1 Thence Easterly to the S.E. corner of township 110, range i4C, Thence Easterly to the S.C. corner of township 140' rang• 141. Theues Southerly co the S.W, college of township 1414, 1310ts ►SE, Tbgn:e Southerly to the S.W. Corner of tewnshlp 1300 range 1711, s Thenca easterly to th•s S.C. corner of township 1411. rani;o 15C. Tbence f:asewrly to the S.g. Corner of township UN, rand* UW. ` f Thence Southerly to the S.Y, Cartier Of ta.Asslslp I3N0 Cootie lot, Thence Southerly to she S.W. Cotner of township 11:1. range 121,.* -Thence Easterly to the Sit. earner of township 1314, ria[• 14t. Thes.ee Lasterly to the S.C. corner o[ township Il1Ii tangs jai, ' 1heac.t southerly to the S.M. cotnsr of township 1211. lenge life Thence Southerly along the Eaeeern Ile* of rang IDI to the .. .still. Tbence t:dsterly slong the Southetu line of township 1211 to the. VOC114e Oe*an eschsding that parties of Northam Colitotnls Caetarss boundary o( Else •tate of Callfornis. vieblo Santa Clara County looluded within the following lists, '• Thence vorchvcaterly, thvtece 0orlherly along the [astern boundary Cwessaneing at the M.Y. Cotner of township 6S. range 3E. Mt. - C •l at the state of Callfornla to ll.s N.E. corner of towsshlp 1700 Diablo baseline and Nevidlaot - • . •,! s range LIE. Thence to a Southerly direction to cls S.M. corner of township s• Tbroce Y uterty to the N.Y. corner of township 1711, sings tit, 7R. rang• 3E. Tlsance Northerly to chi M.C. carnet of township 20N, range 109. These@ In a Eastecly direction totAg S.C. cornet of township IS, Thence Westerly to the M.W. corner of township 200, range POE. rang At. lbetete Moltharly to the N.L. Cotner at township 2114. tan4* 9t. Thence In s Northerly direction to the 11.1. cognac of township 65, Thence Westerly to the N.W. cognac sI townvhlr 2111, ssnle 9E. unto 4C, 11ewre Northerly to the P.R. corner of township 2211, tinge 6E. Thence In a Yuterl)F direction to the M.Y. corner of•townablp bg, • O Uss.co Westerly to the N.Y. corner at township 22:1. tinge 6E, range 3E, to the point of ►eglmning which portion is a pact of TMnt• tloathesly to 11.a S.Y. corner of township 710, canoe SL, Area �. ! Thence f.aslerly tit the S.S. earner of tewsrblp 27-14. range [E. Area 1 also lecludes that Vertigo,of Mogtb*gn Cali[ersle Mlthla' thm"• 0atthvrly to rile N.L. corner of township 2014. genite at. the folia-ling linsat _ y6 Theses Wweterly to the N.V. eoroer of low.shlp 2014, range 71, Commencing 1n the Pacific Oeeao,0o, awn ••tension of the Southerly Thaneo Northerly to the N.C. corner of tovnshlp YIN, rano,@ 6C, Una st township 214, 11—boldt headline and maridtsns +. thence Westerly to the N.V. corner of t•twa+lip 10N. range It, Theses Rastsrly Along the Southerly line of township 24 to thg )11. '�- lbruce Northarly Glows the Mt. Dlobla mearidlan to the N.C. S.W. corner of township 211, range IV, carrier of towssshlp 31.14, rang IV, Thence Southerly to the S.M. corner of township in. sang tv., Thence Yoatsrly to the N.Y, corner of township 31-t1, range two Thence Easterly along the Humboldt baseline to-the S.Y. corner " • J 76ersce Southerly to the N.E. corner of township 3214. eling* 711. of township 114, range 2E. Thence masterly to the N.W. corner of township 120, Tense ?We Thence Southerly to the S.W. urns[ of township 23, Cadge 21. 'l Thence Southerly to the S.W.co neer of township 3914. range '1W, Thence Easterly to tits S.0 cognac of township 2S. gang 2E. `1 Thence Easterly to tlse S.E. corner of township 100, range 7Y, Thence Southerly to the S.W. Cotner of township 4S, hags 3R9 Thence Southerly to cite S.W. corner of township Hill, n rag6W es . Thence testerly to the S.E. Corse of towo,a►tp &S, range 3E, ; Thence Easeerly to the S.E. corner of township 1611. range 614, Thenen Northerly to lbs M.C. corniest township 2S. range 39. Thence Southerly co Cho S.;:. cornet of township 141), range We Thence Westerly to the N.Y, cornet of township 2S. tango 39, �e Thence Weateriy to the S.E. corner of township 14N. range 7W. thanes Northerly Crossing the Mugbeldt baseline to the B.W. Thence Northerly to the H.E. "race of towlahlp'1411, range 7M. carnet of township 1N, range 3C, Thence Westarlr to List H.W. corner of township 1411, range 7W. Thence Easterly along the Nusboldt b...if" to the S.C. cgeue 2 Thence Northerly to the N.E. corner at township 1311, tang* 8W. ♦of township IN. range 31, Is Thence Northerly to the N.E. Cara,; •E tow"shlp We ran s,3[e Thence Westerly to the N.Y, corner of township !N, range 21r, ••, ' , ' Thence Northerly to the N.E. Caguas of township ION, tit. Ca V. n: fEOEIAI REGISTER, VOL. 42, NO. 76-411DAY, APRIL 22r 4977 � .•-!•..,••�l• Lt •,.. �, •5 ? [•,s): OW . � ' j•. I� CA77-S06S� psye 79 � SUPERSWFJI3 DECISION h1 >. .1 STATEt Nlnnesot• COUNTYt Crow Ulna t�3 'f''+• CAL1r00N1A DECISION NI1HSral M1774064 DAM lata of Fubllcatlon AREA DEFiNIT10NS FOR Supersedes DecloWn No. M77.2078. 414444 March IS. 1977 In 42 FR 15243 POWER EQUI"Z= OPERATORS (Coat'd) DESCRIM011 OI. 110RKs Neavy 4 NlRhway Construction .'•Area It (toGild) Thence Westerly Along the Northerly line to township IBM. loto'tho Pacific Ocean. ' Fdy R...IW hr.ub ' Aces l also Includes that portion of Northern California Included with- + ReJe is the followlca Itne+ N.wl s EL+•U.a Co Dclag at the Northerly boundary of the State of Catifornfa Rea! N a Y p.e.l•a V.nU.. ..1/•. + " at the M. W. corner of township 4AM r + Argo.To. "t p � sage 7W, Ni. DtaDio base- IIns and Merldtant antra $5.64 .76 .13 The.lce Southerly to the S.W. comer of township 44N. Lanae 7W, •Tbance Sesterly to the $.E, corner of township 44N, rsoge IW, '• Thiace Southerly to the S,W, corner of tounshtp 4111, ronAs 6W, Thence easterly to the S.E. corner of town►blp 41N, +anis 3W, two IUIIFtIKNt Thake Northerly to the 61.9. corner of township 401, Cana. SW. on the Northerly boundary of the Stake of California, Asphalt Olatrl►utor-"+pruder 7.26 .26 ,13 Theace Westerly along the Northecly boundary of the State of Asphalt plant 7,66 .26 .13 California to the point of bealtmfnS• Sultdoasr 7.46 .26 .13 4 Crushae 4 Sersenlna Plant 7.66 .26 .15 • , Franc-End-!order 7.46 .26 .15 t Notur Patrols 7.94 .26 .IS - Sue 6.57 .26 .15 •• '. , .f , - Flntrh 7.04 .24 .IS Tractors-over D-2 ID-L R.73 .36 .l! r' �•r• 1_�f t •�•�. 4. ;• �' � ,LMUf7f DRIVERS O 1 '•• •')•.1 Over R cubic yards 7.04 .26 .15 to .:..rt �Il r • Sant-Teaccor Trailer • 7.26 .2L .1S 1 7-Ail• ��• .a y1 . 7+4+'1 '� 1 +; .tib.•.• 1• 1 iA !-.•`' � 11.1;- •,.�t'• - - • HDERA, NEGIS7ER, VOL. 42, NO. 79-FRIDAY. AFAIL 22, 1977 1 IaoolFlcnTlals t. 1 '••. • � •• • • IDDIfICATIaMS 'a t mC#SI@1 /CA77-5019 - Mod. 11 (42 YB 20991 - April 22, 1977) /a CISIUN 1G77-8013 (Qsnt'dL Alameda, Alpine, Amador. Butte h/q6`Oeadll•Per.a•s• P•Ime•S.e.al•Per-wh Calaveras, Colusa, Contra Cost ovate i4°r•I[ El+eegw Me«#M E4aU•e Gal Marts. 61 tbrado, rresno, 064.4 M 6 t P9ed••a Votes$.. 0.4/01 Glans, Muutsaldt, Sings. Lake, Asp..Ts. B.q• M i 1 Pe••Iw• YueMw !.Iter j AMe►.To. • Lesson, Madera. Marin, •• Maril.00a, Mendoolno, Marced, ' Medoc, tk.ntsrey. Naps, Nevada, Saes sealto. Santa Clara Placer, Plunas. Socromanto, and Santa Caws Counties 1 Son Benito, $on rranclaco, Slectrlclans /11.80 .77 11+1:50 .05 ! San Joaquin, Sen Mateo, Santa Cable Spllaeia 1S.S1 .77 1s6`1.s0 as Clara. Santa crus, Shasta, San Tranclsoo County Sierra, Slsklyou, Solana, [lsctrlclsns 13.883 1.01 11#.90 , .Oi Sano", StanLslaus, Sutter, Cable Splicers 17.51 1.04 ;66`.30 ,1M1 u Tehama. Trinity. Tulare, ,• San Mateo County Y Tuolumne, Volo and Yuba Slectrlcians 11.71 1.14 11+1.00 .01 Counties. California Use Constructions c]son et Contra Costa County r _ 9 Groundeen 11.40 .70 11#1.00 i,•t '• alectricianu Line Equlpsrnt Operators 11.66 .70 166`1.00 Alameda County Linemen 15.20 .70 16!'1.00 •;. � Slactrlclapa $12.91 6/.OS 166`1.15 .01 Cable Splicers 11.52 1.05 11+1.15 •02 Cable Splicers 16.70 .70 11#1.00 �.� s• . Amador, Colons, Sacramento, Monterey County s Grosndmon 9.42 1.10 11+2.70 .06 . Sutter, Vol*, Yuba and Linemen) Technicians 12.56 1.10 166`2.10 .06, tboee portions of Alpine, Cable Splicers 11.88 1.10 11+2.10 .06 •. 91 Dorado, 114vada. Placer Z Mops and Solana Counties and Sierra Counties West a Of the Sierra Mountain Linemen 12.07 .68 166`1.10 .04 watershed Cable splicers 13.88 .68 166`1.10 .01 l� t A Sleccrl dame 14.39 .fS 16i.OS .015 Alwula County ! Cable ician@n 15.51 .3S• 11+.85 .013 Gtowndumn 9.68 1.03 11+1.15 .07 r • N 1 Unessn 12.31 1.OS 26�1.IS .07 tl e1 sn� 14.52 .93 166`.as .CIS Line Cqulpsmsnt operator&• 11.62 1.05 116`1.13 .O1 ! Cable Splicers 15.97 ,35 166`.S5 .015 San ■ranclsco Cosa ty s Contra Costs County Gruwudsra 11.25 1.01 11x.90 .06 u Lineman# Technicians 1S.5S5 1.04 11+.30 &feat[/clans 15.20 .70 166`7.00 .Oi Cable splicers 15.70 .70 11#1.00 Cable Splicers 17.51 1.04 1\6`.30 .06 San !!mita, Sant Clara, Monterey County •Slactrlclans 12.50 1.10 166`2.30 .06 and Santa Crus Counties Cable Splicers 17.01 1.10 166`2.10 .06 Groundmen I 11.65 .67 166`1.50 '.OS Linemen# line Equipment Operators 1].70 .07 11+1.50 .05 Cable Splicers 15.41 .87 11+1.50 As Plumberat Steam[Ltterss s • _ pal worts and Mumiholdt Cos. 11.83 .71 1.12 .05• ' Sprinkler Fitters I Ssmslnln3 Counties 15.07 .S3 .93 .OS t 0 • • f. , t }. q. °p FEDEt1AL MEGISTEM, VOL 12, NO. 112--HIDAY, JUNE 10. 1977 1 - f00 i • MODIFICATIONS P. 3 WIFICATINS F. 4 • ae , N mclsION NO. G77-5019 Cont'd MWISI011 NO. CA77-SO40 (Cont•d) 1 .. Pdy 116-111.Per•w16 ' Dealt11.6tz Pdq•11.••11-Pge•au ' Newly E4w6esas Newly E4.otb• 1 116166 N l r P6..1.66 Venule• •w1h6. 11■t,6 N l/ P«616. V•c•tl•• 041/6. 1 Ary..1,t. Ape.i.. Add. Plasterers T•adereu San &Sato, Santa Clara gas Praoelsco an0 fee Mateo and Santa Crus Counties Calm : 9.60 .SO 11.20 $1.211 slectrlclan• $11.60 .77 4##1.50 .OS ' Cable Spllwra 1S.S1 .77 Ittl.lO AS San rranclslx,Cowtty Slactrielans 15.5411 1.04 1%0.90 .06 tsICI2[ON no. G77-SOIo -wad. it Cable splicers 17.51 1.04 lt#.90 .06 42 WE 21012 - April 22. 1!771 San Nato County Liplaa, smador., Electricians 11.77 1.16 1##1.60 tecas .01 Calavetas. Contra costa. 41 P Pat tMott Sand Slone. at Dorado. Tcesno, 0.1 NJrq and Humboldt11boldt Cos. ll.s1 .71 1.1] AS mummaidt, Matla. Nartposa. sprinkler rltterst Merced. Itmtanr, Naps. [umalnlaq Counties 15.07 .6S .95 .09 Moved&. Placer. Sacramuto. son asaito. Cas Preticleco. 6ddt 1! Sa1,3oaquLi. Sea Mateo. 1 Plasterers Tsndarel Santa Clara. seat& Cruz, Solan San reanclaeo and.Ean Mateo 1.20 $1.25 sacs&. Sutter. Tehama. Counties 1.SO .110 Tuolums. Talo and Tuba ' I Counties, Calltoml& Z Chea e6 O Rlectrlcleae6 [A S1s6Mda County ■Lctrldaae $12.91 $1.05 11#1.15 .03 to Cable Splicers 14.52 1.05 11,4-1.15 .07 Ss&dor. Sacramento. Sutter, Tolo. Yuba and those t f ' porti/ne of alpine, • • ! at Dorado. Nevada and Sieger Counties Nest of the Mala Sierra Mountain - Itatershed i =lectrlclan• 14.39 .95 lt#.05 .04S ' Cable Splicers 15.63 .95 It#.611 .045 contra Cost• County glectslclens 1S.20 .70 1%#1.00 • -Cable Spllcsce 14.70 .70 4%#1.00 Mmterey County i alectriclaas 12.50 1.10 111#2.10 .06 Cable Spllcsrs 11.61 1.10 •&2.10 .06 FEDERAL REGISTER, VOL 41. NO. IU--FRIDAY, JUNE 10. 1977 ' i ! ' \ "IFICATHAS P. 4 + ` 1ppIFICATIOUS P. 3 � IS •, - tx-tSi!y! tkt•^4671-5019 b...60t PVA*N• DWISION 10. CJtJ7-5039 - ihd. l2 F,i•ae Mar{list Pgw.wn 146-1 !.tic 0.•dt 1A.c•tia• 142 h 20901 -aptll 22: 1971► N•rdt EJ 011.• O.t.t N i!t Paw,Nt Yacaias awi.L, t Assmads. Alpine, AYdoc. Outts peat Nit P••tia•t v.c.ti.• *04.. Asp..Tt Calaveras. Colo", Contra cost*, Dei Notts, sl Docado. A04,31". Colo++. dactaeauco. !teen, C1*nn, Muebatdt, sing* Suttut. t•tia. YuGa vnd base. Las*en, Kadaca. Karin, tr..,. patttoa: of Alpin.. Mat/posa, Maadoclno•, Keccad. Lt ttuta.U. Mtv.wia. Ilacuc rialac. Nantec*y, Napa, Mavado. At+J :tt.tta 4:wo.t6.a Mo*t Itacet. Iiueas, E,o:aeento, "t tk. S1.t/.t iY+ontatn i Ran bonito, San Ifanol*ca, San itatrcaA*J .045 i iooquin, San Mateo, Santa .015 til.. tician3 i 11.I! .9S ]Nt.ii Circa. Santa Ccus. Abasta, c4llu Splicocc Siecca, Aiablyou, Solana, Tann.lac .0lS i Sonoma, Stanislaus, Suttee, Ctuciticiana 16.52 .95 I1•.05 .045 Tabaea. Ttinity, Tulare, Cabl* :pl oats 15.97 .95 11t.$% Tuolvens, Talo and TWA Lata T.mos afar Counties. California twetcieiauy ' Cat+l* 5plicecri ►5.20 .61 3ri.77 .00 Change: Sutte, t:lurn. 1•*son. eto.ktc, Ocjgtlayscai'Stonesiasonsc -PIUMAS, SAaati, Si::tiyuu. Del Mone, Sueboidt. Late, Tatura and Tf intcy CXWnctes .04 Matin, Ket+dociao. Napa. San Cluctflctans 11.f0 .07 310.105 Icencisco, San Mateo, Caw■ Spticafa 13,10 .67 Ist.705 .04 Siskiyou, Solana, Sanosa Tuo.nalt ", altA Ttinity Counties i 11.42 ; 1.50 i 1.10 ; 1.00 As Fleetfielanul Cabl* .04 hesrto. [Iola, Madera. Splicers'•llolpacs t2.SY .47 14t.70S ,04 0 Mseiposa and Merced Counties 11.55 .05 1.00 Cat,le Splicuts 11.04 .A7 3tt.705 A Sit1Cb =sadscst Calavoc4* 4114 Sa+i 3ua•tuin Cot I. !N! Itesrto, Rings. Maden and i , Claccciciansi'Tucl.nlci4nu 12.16 i!2 7sti.25 •01 an ]101.2s .01 4 Tulsta Counties 10.15 .60 1.40 Cawr Splicers 13.61 .92 ' ilectticlaosc Cancra Costa Councy Aimee" County "i Ctuctticlans tS.20 .JO 31#140 Bteetticians 12.91 1.05 311*1.15 .0I 041114 Sl.lic*cs 16.70 .70 latt.00 cable Spilcecs 14.52 1.6S 3W.15 .01 pet hates an•1 Harboidt Car. ,01 Electricians 11.2s .00 Ntt.YS • i Ceblc Splicaca MIS .60 Utl.b5 ,0! Ffssnu, Firy*, 14d4ca 4ttd } c + Tulats Counties 91*ctticlans 12.01 .7s 3it.55 •0S Cable splicar* 14.20 .iS 3i+:9S .as ' i POW e • �utY i, 10/� fEOESAt EEGISIES, VOL. 42. NO. 131-fSIDAY. moi~ f's VOL. a2, NU IJI-Is,IJA1. JU►I J, IY�� FEDERAL REGISTER, . WIFICATIOUS P. i lI0111FICATICi1S P. 6 x/Shift W. CA77-Sn19 (tannt'd •s • • ` DECISION NO. CA77-5039 (Cont,d) f.l•p 11-ilt Pry-r.r. t a-tic f,i,1.Br..11l.Perodt 1 Bulb H...1 Hw,) 1 EJ•t•tl•• I EAt+w.+ R.,et H l r Pr.tl.•t V•t•tb• a.J4r not., H a■ P•..i... Ya.ti.. -4'•t Appl.T6. • Ary..To. ' FtwaroO. Rings. N.tders and ; Tulare fnuntl•e Lake, Harin, Ikpndnclnn an4 O,tpurolwon F 12.08 .7S 116,95 1 .69 Lin-mans Line t+lulpw+ot ' Boned Counties r • Op••latnu 12.91 .75 J16.95 Cable Slice { 12.65 .O1 11+.30 .62 Cable Spllgca 49.20 .7S .10.95 .83 Gbls fplarced 13.91 .Bl 11+.10 .02 Wnterey Cnunty Narlposa, flatted, ftanlslaus Grounds-ro 9.12 1.10 )102.]0 I .O6 and Tuolumne Counties Electricians 9.e3 .62 31 !1 Li,,"wnl Technicians 12.56 1.10 ]102.)0 .06 i Cable Splicers 10.01 .62 JI 11 Cable Splicecu 13.80 1.10 31+2.10 .06 11mtecey County Maps and Solana Cauntlen Electricians12.50 1.10 3102.]0 .06 Linemen 12.07 .68 3{+1.10 .01 Cable Splicers 11.61 1.10 31+2.30 06 Gbla Splicers 1).S8 .61 31+1:10 .Oa Itapa and Solana Counties (� Alamnda Count Electricians 12.01 .68 31+•85 .01 Gcourolmen 9.68 1.85 3101.15 .03 Cable Splicers 13.50 .68 31+,05 .01 Linemen 12.91 1.05 3161.15 603 i San Benito. Santa Clara and Line Equipment Operators 11.62 I.OS 31+1.15 .01 1 Santa Cruz Counties Husbnldt County !I Electricians 13.80 .77 31+1.50 .SS Grourokxn 9.06 .60 31+1.85 .01 Cable Splicers 15.53 .77 3101.50 .05 Linemen 11.25 .46 3161.85 .01 San Francisco County Cable Splicers 12.15 .80 3161.85 .01 Z Electricians IS.585 1.06 316.90 ,06 San Francisco County .06 Cable Splicers 17.531 Gtuurutw>n 13.25 1.06 3{0.90 = 1 1.01 ,)96.10 .O6 Llnemenl Technicians LS.se L.S{ 31+.90 .06 San tl6teo County A I Electricians 11.77 .62 ]N.So .01 Cable Splicers 17.5] 1.06 I{0.90 .06 N Others: San Sinito. Santa Clara, ' I Calaveras and San Joaquin and Santa Cruz Counties Count les 11.30 .6a .SS .01 Groundmen 11.63 .67 3111.50 ' .05 Line Construction, Linemen$ Linn Cquiprent , Contra Costa County oprratnrs 11.70 .87 1161.S0 .OS 1 Groundmen 00 Cable Splicers 15.61 .87 31+1.50 , .JOS 11.60 .70 3101. , Line Equipment operators 13.66 .70 1161.00 Plasterers: Linemen 15.20 .70 3{01.00 Del Hocte, Humboldt. Lassen cable Splicers 16.70 .70 76+1.00 i"orthwestern halll. Harin/ ho.loc, Mapa. Shasta, , Blskiyou. Solana, Sonoma. ' Teham-i and Trinity 0111nties 10.25 *!B :SO a 1.25 -dl . p•yb �WJI t CA FEDERAL REGISTER, VOL. 42, NO. 131-FRIDAY. JULY •, 1977 C~o • 1 .11WIFICATIONS P. T WIFICATIONS P. 0 �a • �i• Illd ON rn,'G77-50 • •Ne DECISiOd NO. CA77-5019 Cont•d DWISIFdga/N-tits Fera406 Beale Films*g-eshis Formeass • Basic Newly -r [/+a•N+a - Nawlr !1-uu•- Cabs N a V F-146 V64•116a 44101 0-as N a• t'--al-ma V-callas "4141 Arps.7,. AN,. Ic. fleet Floor tayeral labor-ra (Gunnite)s ' Group 1 0 9.215 1 1.15 1 1.70 9 1.10 .l0 Alpine, Ardor. butte. i Calaveras, Colusa, 91 Group 2 1.615 Ills 1.70 1.10 .10 a Ootado. Glenn, Casson GTC&* and shat[wckl A.Sls 1.25 1.70 1.10 .10 (eecludinq Money take Area), nsrcrd (east of Group 1 1 10.113 1.23 1.70 1.10 .10 San Joaquin Slvetl.plurs, Group 2 10.07 1.25 1.70 1.10 .10 + Group 3 9.955 1.25 1.70 1.10 .IO San Joaquin, ghosts• stoup a 9.735 1.25 1.70 a 1.10 .10 Sacramento, Stanlslaus, Wrecking well• Sutter, Tahoe&. TclAlty, Gcoup 1 0.77 1.25 1.70 1.10 .10 TLolunne. Talo and Tuba + Counties and those portions Group 2 1.11 1.25 1.70 1.10 .14 ' Group l O.i2S 1.25 1.70 1.10 .f0 of at Dorado. M.vadr, throe and Sierra Counties (excluding take Tahoe Acoal S 10.73 .04 E 1.30 1 1.00 .10 T+errasso workers& i ' k1siseds. Contra Costa, Cel Mort@. Humboldt, Cake, l • Marin, Mendocino, Maps. , ` son Francloeo, Sen Mateo, ! 2 ,Slsklyou, Solana, Sonoam O • and Tclolty, Couattes 13.42 1.50 1.10 1.00 n sue Setters tcasno, Sings, Madera, Neclpoea, Merced and Tulare Counties 10.75 1.00 .50 Noatecey and Santa Ccus Counties 1 13.11 1.09 1.11 ieboretar Group 1 1.77 Alas 1.70 1.10 .10 Group its) is ' . 9.00 1.25 1.70 1.10 .10 t Group 1(0) 9.27 1.2S 1.70 1.10 .10 Gcoup llc) r S./2 1.25 1.70 1.10 .10 1 Group A(a) 0.72 1.25 1.70 1.10 .10 i Group Its) 9.32 1.25 1.70 1.10 .10 Croup 1(t) 1.97 1.25 1.70 1.10 .10 Group 2 1. 0.42 1.25 1.70 1.10 .10 Group 3 n 0.52 1.25 1.70 1.10 -.10 , Cz r fE0E0A1 BEGISTEsr VOL. 42, NO. 131--ruaAY. JULY 0, IYl>• . i1 G 1 OUICAT1t18S F. 10 ISIDIF)CATSORS P. t _ DOCISION No. CA71-Sq 6 Cont•d fdae•60.01110 per...)$ Ra tit Tria4a 6•a•liit Tarmewis awde ELISION No. CA77-5040 - , 12 H-If _� Ed gals. et•welr RI•aMles t4.td 142 FR 21012 - April 22, 19771 Rain N t M /..daw0 V•r•Ibw •w,!/.r R.Ira M 6 111 N-61-6 Yraaitsr swain Ay,.Tr. Ap►0,Tr. Alameda. Alpine, Amadoc, Calaveras. Contra Casts, ' r Del Notts, [t Dorado, Ttesno, eisctrtcisns t4 stattesll Humboldt, Mart", Macipnsa. 1 electricians S 11.90 .67 34+.705 .Ol Merced, Monterey. Nape. Cable Splicers 13.16 .61 314.7d9 t .64 Nevada, Placer, Sacramento. Calaveras and Sam Joaquin Cos Ilan Menito, San rfanClac*, electricians 13.15 .02 34+1.75 .p San Joutuin, San itateo, Cattle Splicers 13.47 .07 31!+1.23 ,Ol Santa Clara, Santa Crus, C"ntts Costs County I Solana, Sonoma, Sutter. Rlectrlclann 15.26 .76 34+1.66 e Tehama, Tuolumne, Tolo and Cable 5plic•ts 14.70 .10 39+1.00 Tutu Counties, Califocnto i !tel H*tte and Humboldt Cos. ` electricians 11.25 .Iq 3401.05 .04 Cbso s1 Cable Splicard 13.19 .40 3% 1.55 Itii bricklayerst Stonemasoner Marin and So"oaa counties Del Norte. Humboldt, Marin, electricians 17.53 .61 340.30 .02 Maps. Sart Francisco. Sin Cable SplScers 13.51 .01 31#.30 •� •02 Mate*. Solana and Sonoma Monterey County + 4` Counties * i 11.42 0 1.50 6 1.10 4 1.00 .0S electricians 12.56 1.16 34+2.39 .Oi ►rssno. Mariposa and Cabin Splicers 13.41 1.10 31#3.30 ` .06 ! Harced Counties it.$$ .9S 1.00 papa and Solana Canities , Wick Tendatst electricians 12'.07 .6R 34+.RS .04 Trasn*County 10.35 .06 1.40 Cable Splicare 13.56 .66 3ttAs .64 electricians$ i Ron 6enito, Saints Clara and t a . Alameda County Santa Crus Counties electricians 12.91 1.05 34+1.15 .03 electricians 11.60 .77 W1.16 ,!S r , �( Csble Splicers 14.52 1.05 34+1.1s .03 Cable splicers 15.53 .77 31#1.30 .OS to 1Wdor, Sacramento, Suttee, Ron ftanclaca County Tolo, Tuba and those poctforl electricians 19.S0S 1.04 34e.50 .06 at Alpine, et furado, Hevsd a Cable Splicers 17.51 1.04 11*.96 and Placer Counties Nest of Lathotst the main Sierra Mountain Calaveras and son Joaquin i Matetshe4 Counties 11.10 .66 .SS .ql electricians • 14.39 .63 35+.05 .645 tiastecerei Cable Splicers 15.43 .95 340.65 •045 Det Hone, Humboldt. Morin, Lake Tshoe Area pap$, Solana, Sonoma and electricians 11.96 .67 340.77 .06 TOOK Counties 10.25 .66 .50 1.25 .91 Cable Splicers 15.28 .67 31+.77 AS 1 Tahams County electricians (Family residences, limited to I 3 stories) 6.10 1.12 354.53 •04 !�" 1 e 1 . .• ' t .•" ' i•0 "DESA! REGIST11, VOL 42, NO. 1.11--421DAYr Jai f, ItIT sit } r (IDOIfICAilalS �. 11 - MWIFICATIONS f•. 12 Ch MCISION NO. CJ177-50con 'd ' ' basicfdq.0.001iu rarout. fdge Rudib f•ruait H...IT 1Eirc.tiw 9e.la R.en Haw f.a.i.at V.t.sue, ..lir Me.dl ELgli.a Ary..is. Res.. M i ty rasion. Vocalism ea6/.. Soft floor layersr dctalon 1 rL77-106S - Nal. 1 1 Apps.to. Alpine, Amador, Calaveram, (42 fR-24375 - ►tty 11. 1177) starred I[ast of the San Scevacd a Volumia' ICape Kennedy. Joaquin Rlverl.San Juagoin, Ronnady Space /light Canter and Sacramento. Sutter, Tehama, Patrick Air rorce ease only "a Tuolumne, Volo and Tuba Including ttelabac Radat Site). t Oountheat and thus• not- floclda. ' Clone of Sl Oarado, Nevada amd !lacer Counties (ea- Chany.la , cluding Late Tahoe Areal f 10,71 .44 i 1.10 i 1.00 .10 cul. c 1 in June 1. 1977 fader♦ Tetsuo IsarLerst luy.eter publleatton to Mud. 1 Alameda. Contra Creta, Sal Norte, Nustoldt. Marin, j,,�%:jM,1j��1(-),fI1A - Hud, /& wp.. sen rcanclsco, San Oy ril J1.99! - Jvpt.mwr 27, 19K wtoo, Solana and Sonoma statewide, Geordla Cantles 11.42 1.50 1.10 1.00 llle•Ssttenr ' freasto, wrlposs and Netted Counties 10.15 1.00 .50 PRlf?lgj Of MONK to resdt ilomterey, and Santa Crut Oouatias ,., 11.41 1.05 ' 1.18 llidhway Construction (does not laboteres Include airport runways and - Z Group 1 0.715 1.25 1.70 1.10 .10 taxiways; brldjas over aavisa- z Group IIsi) 0.00 1.25 1.70 1.10 .10 ble waters; tunnels; rest area ..i Growp lits) 9.275 1.25 1.70 1.10 .10 Milch Include building strap- A Group lic) 0.025 1.25 1.70 1.10 .10 turas; rallroad constriction; T Group !fill 0.125 1.IS 1.70 1.10 .10 and Wind associated with '^ Geoup lie) 9.725 4.25 1.70 1.10 .10 building coantructlao). Group III) 0.975 1.2s 1.70 1.10 .10 i Gcoup 2 0.625 1.2s 1.70 1.10 .10 • Grw.p 7 9.52S 1.2s 1.70 1.10 .10 Laborers (Gunnitilr 1 pLC15141 II077-SO45 - Had, NL Group 1 9.215 1.25 1.70 1.10 .16 (42 rlt 24577 - Hay 13. 1971) Geoup 2 9.645 1.25 1.70 1.10 .10 Statewide Idaho Growp 1 9.525 1.25 1.70 1.10 .10 Chances ' • fronwurkersi, `• �, Sumainla0 Cpasstles and tbose %�;` `(•�' portion► of Adams. Idaho. .t. _ n Counties located South nofeCho Walser ` Glbbansvllle Line j10.i9 .il jl.l5 :02� i - ' Al ea FEDERAL REGISTER, VOL 42. NO. 121-i01DAY, JULY 0, 1977 It'bll It i.i!eel's 1: 14 tom.• IULIf ILAI MIS P. 13 ' - - w • PBDCBnt ■Baf$TBB. Vol. •a, Deo. T Blowr. JULY sa, :977 js �/�YEEl�lti► IWIFICATIONS P. 7 MODIFICATIONS F. • .t• 1-.`CI:;I0:J 110, CA77-079- Nnd, eT DECISION N0, CA77-5079 (Cont'd) - (42 FR 10791 - April 22. 1971) Fdq. Alameda, Alpine, Amador. Butte, ge.l. F.Iy.Bew.Bb P.f...t. 11641C5.1r bw.lit►Format. Calaveras, Colusa, Contra ll...lr EJ.c.11.. "..If 11h cetlea Custa. Ocl Norte. EI Durdo. A.I.. H t t PMsIM. V...14. ..VA, n.t►. H L r PMsle.. Y•66110■• e.d(ivr - Ftesno. Clcon. llumboldt, Kings, AM"•To. AN..T.. Lake, Lassen, Madura, Navin. ' fl.rlpoaa. Mundoelno. Ileread. Lathers: NOdoc. Nontccey, NapA. NeVada. ion Benito and Santa Clara ►laror. ►lul.as. Sacramento, ' Counties 1 /2.69 1 .90 1 1.73 I $aa Bonito, Sau Francisco, San ►lumbers( Sleam(Itteres Joaquin. San Natoo. Santa Amador (Northern ball of Clara. Santa Crus, Shasta. County). Sacramento, Tole. $Serra. Slsklyou, SalAno. EI Dorado. Naveda, ►lacer. Sonoma. Stanislaus. Sutter, sad Sierra Cowltles (�a- lehow, Trinity, Tulare, eluding Lake Tahoe Arca) 13.86 1.31 1.0I .16 Tuolumne. Toto and Tuba Sheet Natal Yockerst Counties, Callfornla % Amador. Butte. Calms*, El Dorado. Clean. Lassen, Cbant:rt Nevada. Placer. Plu&*, • Carpenterst Sacramento. Shasta, Sierra, Carpenters 1 11.65 i 1.33 1 1.71 .03 .06 Sutter, Tehasls. Yolo end 1 Hatdurood Floor Layeral Power Yuba Counties 11.6E .73 1.63 (.11 , Saw Operators) Saw filers; Shinglersi Steel Scaffold Addt '•. [rectors and/or Steal Shot- Line Constructions Ing Erector 11.80 1.32 1.71 .BS .06 Lake, Having Mendocino and Hlllwrlgbts 12.13 1.22 1.71 .E3 .06 Eontaaa Counties O +` Clectriclanst Croundban 9.49 1.11 38+ .EO .02 Lake, Navin, Hendoclno and Lina Caulpmant 0perstor 11.12 1.11 3t+ .EO .03 ^ Sonoma Counties Linemen 13.35 1.11 31+ .80 I .01 Electricians 12.15 1.11 31+ .30 .02 Cable Sp/(cera 13.61 1.11 3s+ .00 .01 Cable Splicers 13.61 1.11 3S+ .30 .03 Butte, Glenn, Lassen, Hodoc, Plumes, Shasta, Slsklyou, Tehama and Ttlnity Counties i Electricians 12.24 1.12 3i+ .70 .04 1 Cable Splicers 13.46 1.12 3x+ .70 .04 Tunnel: Electriclansl Cable Splicer Helpers 12,83 1.12 3i+ ,70 .W - Cabin Splicers 14.14 1.13 3X+ .70 404 1 FEDERAL REGISTER, VOL. 17, NO. 141-FRIDAY, JULY 33, 1917 1P C-3 • '� NOUIFICATIONS P. ! • lhOOIflCAT10lIS P. )0, OEClS10M M0. CA77-5040 - Had. 07 i2 Ell 11012 - April 22. l9)7) Pd.ae be•6u P•rme.l• Df.0 ISION Mtl. CT)f-217) - Mod. /2 Plop Onalils Parmuls Alameda, Alpine, Amador, basic it {'B SiSbl - Daccober 2B, L ) Besls EJ.celi•e Qlavaru, Contra Costs. Del N•wlr 14-66640 IlartfocJ MlJdlosix New ibvn Mewir b•:•. N 1 V P•ul•ws V•rasl•. 0.440t B•:es N►V P0001e4s Voteu•a aa1/•s Matte. 91 Dursdo. Frosno, Apo•. Ti. New London and Tollr::d Apr..To. Humboldt. Mafia. Narlposs. Counties. Connecticut Merced. Montaray. Napa. Nevada placer, facrorenlu. San Benito a1ANf3:: Sea Francisco. San Joaquin. San Matto. Santa Clara. Santa ELECTRICIANS: Crus, Solana, Sonoms. Sutter, Mlaalvasx County. Tshama, Tuolumne. Yolo and Cent•sbrook. Chtat•r, Clint.i. Tubs Counties, California Cobalt, Deep River. Durham, E. 11aapton. Essex. 111JJ•m, Changes Mipa.nua, Ivoryton.'ltiddle Caspentars: Ilad.lam, Moodus. Old Saybtoo Caspootsts { 11,63 1.22 1.11 .85 .06 Buckfall Anil Westbrook 110.36 1.20 1% ♦.40 Aacdwod Floor Layera{ Pour , Saw Operatorsl Saw Filarsi New Ilavan Countyl Shloblersi Steel Scaffold Ansonia. Branfatd, Chashlis, bcactocs and/or Steel Shot Darby, Guilford. Madison, Ing tractors 11.60 1.11 1.11 .85 .06 Meriden, Now haven. Millrrlbhts 12.15 1.22 1.11 .85 .04 M. Cranford, N. leaven, tlactriclans[ Nocthford, Orange, South Marla and Sonoma Counties •, Britain and Wallingford 10.36 1.10 lxt.40 Blactcicla e - 12.15 1.11 Sit ,30 .02 Cable Splicers 1 13.61 l.11 32+ .30 .02 - New London County: Tsbema County 1 Old Lyme and Waterford 10.36 1.20 i1t.40 ( ZO slecccicleas (i stories): pactciclaos • 12.24 1.12 3%+ .70 .04 - a• Cable Splicica 13.46 1.12 3t+ .70 .04 n s , latharsl N 'San Benito and Santa Clara? Counties:1 r ; 12.69 .90 1.75 Fllmbocs{ Stesmfitterst Amadoc (Northern half of County). Saccae:ento. Toto, tldoredo. hayed. and , placer Counties (excluding Lake Taloa Area) 13.04 •1.11 1.81 .l4 Shoot Natal Workers$ Asudor. C1 Dorado, Nevada, Placer, Socramento.'Sutter. Tehama. Talo and Yuba t Counties 11.60 .13 1.65 .11 FEDERAL 1161STE0. VOL 42, NO. 141--FBIOAY, JULY 12, 1077 • •Rae..- �ru..�xy��sf�i.reSIMON= - ,,. - .,•. ., .•• moommomom IgU1FICAT10:15 P, ZZ .,. .. a 13 ILI . . w t MODIFICATIONS P. 1 IgOIFICATtOgS F. Z i • ftiy iea•Iits rep•etsrdga i•aaaU ray.•eta i .l& _ O[ClS10N MO. tA77-50I9 - "ad /; er 142 7i 99 201 -April-22. 1411? solid Palos Mar r.e,i•a. V••an•a s�A/area Alameda. Alpine. Anador. Ducts. Nerdf -' Eirca►Is. Aqt.T.. R•t•s W 4 1/ P666104% Vacanb.s soh/at amcisim f A1,77-1040 - Nod. f 3 C Iavarae, Catusa, Contra Awe.T.. 142 f71-17752 - April 1. 1511! Costa. Del Narto.'ll Dorado, ""ism County. Alabaas rresna. Clean. Nuaboldt. Kinlf. Lake. lAasen. N&dara. Marin. CRUi r,.0�s Nsrlposa,Iiandactna, Marced, ' triclane. Llnearn. Io,05 .40 34e.30 .01 NudoC. Nancerrey.Napa. Nevada, rlecor, riuuas. Secramento, $aa bonito. San franciscg. San \ 3464014% Saa i4te0. Santa Clara. QtSJllon ! AL77-147$ - Dead. 1 i Santa Cru&. $)tests. $iecra. fin rR-2!154 - .lune 3, 1$711 $takiyou. Sulano, $*nota. iloaRt, derretaan, Saint Clair, stanialaus, Sutter. Te)teau. SMlby. Talladega and Walker Trinity, Tulare, 14aluae4. Counties. alsbens. Yana. and Yuba Caunties. • G lllornia Pk--211 Insulation applicators 4botecat - an • rabocers 1,11 itleccriciana faintars. brsab 4.50 Sen Nateo County 113.73 1.16 1%t 1.00 .03 ' DCCr51oq lA4c77-5052 •- turd. $1 t �f i42 ti 26115 - Nay 20. 15771 A Statewide, Alaska - m Change: Maraca$ Area 1. 415.40 1.40 2.20 .OS Areas 11 and III 15.30 1.40 2.20 ° .OS `� • •i fEDEIAI iEGISTIN. VOt. 43, No. 144---flIOAY. JULY 71. 1977 I 1 HOOH ICATIONS t. 3 MODIFICATIONS P. 1 t e 0 ,. ' 4 DIVISION G. — GPNERAL CONDITIONS SECTION I. CONTRACT AND CONTRACT DOCUMENTS The Plans.Specifications and Addenda.hereinafter enumerated in paragraph 1 of the Supplemental General Conditions. shall form part of the contract. and the provisions thereof shall he us binding upon the parties hereto as if they were herein fully set forth.The table of contents.titles,headings.running headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the contract documents and in no way affect, limit,or cast light on the interpretation of the provisions to which they refer. SECTION 2, DEFINITIONS The following terms as used in these General Conditions are respectively defined as follows: a. "Contractor":A person.firm or corporation with whom this Contract is made by the Owner.(The Owner is referred to by EDA.in other documents.as the Grantee/Borrower). b. "Subcontractor": A person.firm or corporation supplying labor and materials or only labor for work at the site.of the project for.and under separate contract or agreement with,the Contructor. c. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. d. "Apprentice":(1) A person employed and individually registered in a bona fide apprenticeship program registered ' with the U.S. Department of Labor. Bureau of Apprenticeship and Training.or with a State apprenticeship agency recognized by the Bureau.or(2)a person in his first 40 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Council (where appropriate) to be eligible for ; probationary employment as an apprentice. e. "Trainee": A person receiving on-the-job training in a construction occupation under a program which is approved (but not-necessarily sponsored) by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training.and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. SECTION 3. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the contract documents. The Contractor shall carry out the work in accordance with the ,additional detail drawings and instructions. The Contructor and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be rcyuired, such drawings, if any, to be furnished by the A rchitcut/Engineer in accordance with said schedule,and(b)a schedule fixing the respective dates for the submission of shop drawings,the beginning of manufacture testing and installation of materials,supplies and equipment,and the completion of the various parts of the work:each such schedule to be subject to change from time to time in accordance with the progress of the work. 00�51 G- 1 0 SECTION 4. SHOP OR SETTING DRAWINGS The Contractor shall submit promptly to the Architect/Engineer 5 copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the Con— tractor shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with 5 corrected copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their con— fortuity to the Plans and Specifications, unless he notifies the Architect/Engineer, in writing, of any deviations at the time he fur— nishes such drawings. SECTION 5. MATERIALS, SERVICES AND FACILITIES It is understood that.except as otherwise specilically stated in the contract documents,the Contractor shall provide and pay for all materials, labor. tools. equipment, water. light, power, transportation, superintendence. temporary construction of every nature. and all other services and facilities of every nature whatsoever necessary to execute. complete,and deliver the work within the specified time. Any work necessary to be performed after regular hours, on Sundays or LcgalfHolidays. shall be performed without additional expense to the Owner. 'SZCTIOF 5. CONTRACTOR'S TITLE TO MATERIAL. 0 No materials or supplies for the work shall he purchased by Lite Contractor or by any subcontractor subject to any chattel mortgage or under a conditional Sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work.free from all liens. claims or encumbrances. SECTION 7. INSPECTION AND TESTING OF MATERIALS All muterials and cyuipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards.The laboratory or inspection agency shall be selected by the Owner.The Owner will pay for all laboratory inspection service direct.and not as a part of the contract. Materials of construction. particularly those upon which the strength and durability of the structure may depend.shall be subject to inspection and testing to establish conformance with specifications and suitability for users intended. SECTION 8. "OR EQUAL" CLAUSE Whenever a material. article or piece of equipment is identified on the Plans or in the Specifications by reference to i manufacturers'or vendors' names. tradcnames, catalogue numbers, etc., it is intended merely to establish a standard, and, any material. article. or equipmtmt of other manufacturers and vendors which will perform adequately the duties impostxi by the general design will be considered equally acceptable provided the material, article, or equipment so proposed is. in the upinian (if the Architect/Engineer. of equal substance and function. It shall not be purchased or installtxd by the Contractur without theArchitcct/Engineer's written approval. SECTION 9. PAT0TS The Contractor shall hold and save the Owner anti its officers,agents,servants,and employees harmless from liability of any nature or kind.including cost and expenses for, or on account of. any patented or unputented invention, process, article. or appliance manufactured or used in the performance of the contract. including its use by the Owner, unless otherwise specifically stipulated in the contract documents. OU�352 G-2 .. License or Royalty Fee: License and/or Royalty Fees for the use of a process whic;i is authorized by the Owner of the project must be reasonable,and paid to the holder of the patent.or his authorized licensee.direct by the Owner and not by or through the Contractor. If the Contractor uses any design,device or materials covered by letters. patent or copyright,he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design. device or material. It is mutually �. agreed and understood that.without exception.the contract prices shall include all royalties or costs arising from the use of such design,device or materials,in any way involved in the work.The Contractor and/or his Sureties shalt indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design,device or materials or any trademark or copyright in connection with work agreed to be performed under this contract.and shall indemnify the Owner for any cost,expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. SECTION 10, SURVEYS AND REGULATIONS Unless otherwise expressly provided for in this contract,the Owner will furnish to the Contractor all surveys necessary for the execution of the work.' The Contractor shall comply with all law-.. ordinances, rules. orders. and regulations relating to the performance of the work,the protection of adjacent property.an4 the mainicnance.of passageways.guard fences or other protective facilities. SECTION 11. CONTRACTOR'S OBLIGATIONS The Contractor shall and will, in good workmanlike manner. do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means. except as herein otherwise expressly specified. necessary or proper to perform and complete all the work required by this contract. within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract and any and ail supplemental plans and drawings, and in accordance with the directions of the Architect/ Engineer as given from time to time during the progress of the work. He shall furnish,erect,maintain and remove such ■ construction plant and such temporary works as may be required. The Contractor shall observe,comply with.and be f subject to all terms.conditions.requirements. and limitations of the contract and specifications, and shall do,carry on. and complete the entire work to satisfaction of the Architect/Engineer and the Owner. SECTION 12. ' WEATHER CONDITIONS In the event of temporary suspension of work,or during inclement weather. or whenever the Architect/Engineer shall direct, the Contractor will. and will cause his 4ubcontractors to protect carefully his and their work 'and materials against damage or injury from the weather. if, in the opinion of the Architect/Engineer. any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his work,such materials shall be removed and repiuced at the expense of the Contractor. SECTION 13. PROTECTION OF WORK 'AND PROPERTY`=EMERGENCY The Contractor shalt at all times safely guard the Owner's property from injury or loss in connection with this contract. He shall at ail times safcly guard and protect his own work,and that of adjacent property,from damage.The Contractor shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the contract or by the Owner.or his duly authorized representative. In case of an emergency which threatens loss or injury of property and/or safety of life.the Contractor will be allowed to act, without previous instructions from the Architect/Engineer. in a diligent manner. He shall notify the Architect/ Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Architect/Engineer for approval. ' 00J .� G•3 i Where the Contractor has not taken action hut,has notificd the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property. he shall act as instructed or authorized by the Architect/ Engineer. i The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in paragraph 17 of the General Conditions. SECTION 14. INSPECTION The authorized representatives and agents of the Economic Development Administration shall be permitted to inspect all work.materials.payrolls.records of personnel.invoices of materials.and other relevant data and records. SECTION 15. REPORTS, RECORDS AND DATA The Contractor shall suhmit to the Owner such schedule of quantities and costs. progress sehcdules.payrolls,reports. estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. SECTION 16. SIJPERINTMMENCE HY .CONTRACTOR At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Architect/ Engineer. SECTION 17. CUNGES IN WORK No changes in the work covered by the approved contract documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more,or a combination of the following methods: " a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of (l) Labor,including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work. (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. To the cost under 17c. there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent(15%)of the 7 ;: estimated cost of the work.The fee shall be compensation to cover the cost of supervision,overhead. bond. profit and � any other general expenses. G-4 UU35 i SECTIOU 18. EXTRAS Without invalidating the contract,the Owner may order extra work of the kind bid upon or make changes by altering. adding to or deducting from the work,the contract sum being adjusted accordingly,and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal,and no d1aims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Architect/Engineer.acting officially for the Owner,and the price is stated in the order. SECTION 19. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed.by and between the Contractor and Owner,that the date of beginning and the time for completion as specified in the contract of work to be done hereunder are ESSENTIAL CONDITIONS of this contract. and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly. diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed. by and between the Contractor and the Owner. that the time for the completion of the work described herein is a reasonable time for the completion of the same,taking into considerati?n the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified,or any proper extension thereof granted by the Owner,then the Contractor does hereby agree.as a part consideration for the awarding of this contract.to pay to the Owner the amount specified in the contract.not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth. for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain. and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be rotained from • time to time by the Owner from current periodical estimates. �. It is further agreed that time is of the essence of each and every portion of this contract and of the specification wherein a definite and certain length of time is fixed for the performance of any act whatsoever:and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner: Provided further. that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: a. To any preference.priority or allocation order duly issued by the Government: b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor,including but not. restricted to,acts of God,or of the public enemy.acts of the Owner.acts of another Contractor in the performance of a contract with the Owner. fires. floods. epidemics. quarantine restrictions, strikes. freight embargoes, and severe weather:and • i c. To any delays of subcontractors or suppliers occasioned by any ofithe causes specified in subsections a and b of this article: Provided further,that the Contractor shall.within ten(10)days from the beginning of such delay,unless the Owner shall grant a further period of time prior to the date of final settlement of the contract.notify the Owner.in writing.of the cause of delay,who shall ascertain the facu and extent of the delay and notify the Contractor within r a reasonable time of its decision in the matter. • 00 G 25. 5 t .SECTION 20. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture. and all methods of { construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work.materials,processes of manufacture.and methods of construction for the purposes for which the-are used.Should they fail to meet his approval they shall be forthwith reconstructed.made good. replaced and/or corrected,as thecase may be.by the Contractor at his own expense. Rejected material-shall immediately be removed from the site. If. in the opinion of the Architect/Engineer. it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the contract documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Architect/Engineer shall be equitable. i SECTION 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown , on the.Plans or indicated in the Specifications. he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed.The Architect/Engineer will thereupon promptly i:tvestigate the conditions.and if he rinds that they materially differ from those shown on the Plans or indicated in the Specifications,he will at once make such changes in the Plans and/or Specifications as he may find necessary,and any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in paragraph 17 of the General Conditions. SECTION Z2. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the ' Architect/Engineer approved by the Owner. as aforesaid. and the claim presented with the first estimate after the changed or extra work is done. when work is performed under the terms of subparagraph 17(c) of the General Conditions, the Contractor shall furnish satisfactory bills. payrolls.and vouchers covering all items of cost and, when requested by the Owner.give the Owner access to accounts relating thereto. SECTION Z3. RIGHT OF THE OWNER TO TERMINATE :CONTRACT In the event that any of the provisions of this contract are violated by the Contractor.or by any of his subcontractors:the Owner may serve written notices: upon the Contractor and the Surety of its intention to terminate the contract. such notices to contain the reasons for such intention to terminate the contract. and unless within ten (10) days after the serving*of such notice upon the Contractor, such violations or delay shall cease and satisfactory arrangement or correction be made,the contract shall,upon the expiration of said ten(10)days.cease and terminate.In the event of any such termination. the Own.r shall immediately serve notice thereof upon the Surety and the Contractor,and the Surety shall have the right to take over and perform the contract: Provided, however, that if the Surety does not commence performance thereof within ten(10)days from the date of the mailing to such Surety of notice of termination,the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor.and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work. such ' materials.appliances,and plant as may be on the site of the work and necessary therefor. SECTION`24.' CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract. and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in r -6 . 0035 3 accordance with the progress schedule.The Contractor shall furnish the Outer (a) a � • i detailed estimate giving a complete breakdown of the contract price and(b)periodic itemized estimates of work done for t the purpose of making partial payments thereon.The costs employed in making up any of these schedules will be used { only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. SECTION 25. PAYMENT TO CONTRACTOR Each calendar month.the Owner shall mzke a Progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar monih under the contract.To insure proper performance of the contract,the Owner shall retain ten percent(10%)of the amount of each estimate until final completion and acceptance of all work covered by the contract. lu preparing estimates. the material delivered on the site and preparatory work done may be taken into consideration. All material and work covered by partial payments made shall thereupon become the sole property of the Owner,but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection .. of materials and work upon which payments have peen made or the restoration of any damaged work.or as a waiver of the right of the Owner to require fulfillment of all the terms of the contract. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of the lawful demands of subcontractors.laborers,workmen,mechanics.materialmcn,and furnishers of machinery and parts thereof. equipment, power tools,and all supplies, including commissary, incurred in the furtherance of the performance of this contract. The Contractor shall. at the Owner's request, furnish satisfactory evidence that 211 obligations of the nature hereinabove designated have to be paid,discharged. or waived. If the Contractor fails to do so, then the Owner may. after having served written notice on.the said Contractor.either pay unpaid bills.of which the Owner has written notice. ` direct.or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this contract. but in no event shall the provisions of this sentence be construed to'impose any obligations upon the Owner to either the Contractor or his Surety. in paying any unpaid bills of the Contractor.the Owner shall be deemed the agent of the Contractor.and any payment so made by the Owner,shall be considered as a payment made under the contract by the Owner to the Contractor.and the Owner shall not be liable to the Contractor for any such payment made in good faith. SECTION 26. ACCEPTANCE OF MAL PAYMENT AS RELEASE The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contrctor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work.No payment,however,final or otherwise.shall operate to release the Contractor or his Sureties from any obligation under this contract or the Performance and Payment Bond-. SECTION 27. PAYMENTS- BY CONTRACTOR The Contractor shall pay(a) for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered.(b)for all materials.tools,and other expendable equipment to the extent of { 90%of the cost thereof,not later than the 20th day of the calendar month following that in which such materials.tools. and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials,tools, and equipment are incorporated or used, and(e)to each of his subcontractors,not later than the 5th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractors interest therein. G-7 00351 3 SECTION 28. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained ull the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved: a. Compensation Insurance. The Contractor shall procure and shall maintain during the life of this contract Work- men's Compensation Insurance as required by applicable State or territorial law for all of his employees to be .engaged in work at the site of the project under this contract and. in case of any such work sublet,the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Con- tractor's Workmen's Compensation Insurance. in case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute,the Contractor shall pro- vide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. b. Contractor's Public Liability and Property Damage tnnurancee and Vehicle Liability Insurance. The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance.. Contractor's Property Damage Insurance and Vehicle Liability Insurance in,the amounts specified in the Supplemental General Conditions. C. Subcontractor's Public Liability and Property Damuge Insurance and Vehicle Liability Insurance.The Contractor shall either (IJ rcauire each of his subcontractors to procure and to maintain during the life of his subcontract. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in the Supplemental General Conditions specified in subparagraph b hereof. or.(2)insure the activities of his subcontractors in his policy.specified in subparagraph b hereof. d. Scope of insurance and Special Hazards.The insurance required under subparagraphs b and c hereof shall provide adequate protection for the Contractor and his subcontractors. respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly or indirectly employed by him and, also against any of the special hazards which may be encountered in the performance o this contract as enumerated in the.Supplemental General Conditions. e. Builder's Risk Insurance(Fire and Extended Coverage).The Contractor shall procure and shall maintain during the life of this contract Builder's Risk lesurance(Fire and Extended Coverage) on a 100 percent (100%) completed value basis on the insurable portion of the project.The Owner,the Contractor,and subcontractors(as their interests : may appear)shall be named as the insured. G Prof of Carriage of insurance.The Contractor shall furnish the Owner with certificates showing the type,amount. class of operations covered,effective dates and data of expiration of policies. Such certificates shall also contain substantially the following statements:"The insurance covered by this certificate will not be cancelled or materially altered,except after Thirty. (30) diys written notice has been received by the owner." SECTION 29. CONTRACT SECURITY The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent(100%)of the contract price or in a penal sum not less than that prescribed by State,territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract.The Performance bond and the Payment bond may be in one or in separate instruments in accordance with local law. Before final acceptanc& each bond must be approved by the Economic Development Administration. 00 35 S G-.$ ,: SECTION 30. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner for justifiable cause. shall *bc or h•_: me dissatisfied with the Surety or Sureties for the i Performance and/or Payment Bonds,the Contractor shall within five(S) days after notice from the Owner to do so. substitute an acceptable bond(or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner.The premiums on such bond shall be paid by the Contractor. No further payments shall he deemed due nor shall be made until the new Surety or Sureties shall have furnished such an acceptable bond to the Owner. SECTION 31. ASSIGNMENTS The Contractor shall not assign the whole or any part of this contract or any moneys due or to become due hereunder without written consent of the Owner. in case the Contractor assigns all or any part of any moneys due or to become due under this contract.the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to The Contractor shall be subject to prior claims of all persons.firms and corporations for services rendered or materials supplied for the performance of the work called for in this contract. SECTION 32. MUTUAL RESPONSIBILITY OF CONTRACTORS 1 f. through acts of neglect on the part of the Contractor,uny other Contractors or any subcontractor shall suffer loss of damage on work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractor will so settle.If such other Contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained. the Owner shall notify the Contractor.who shall indemnify-.and sive harmless the Owner against any such claim. SECTION 33. SEPARATE CONTRACTS The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor. including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/hrigineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall he construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. SECTION 34. SUBCONTRA=ING The Contractor may utilize the services of specialty subcontractors on those parts of the work which. under normal contracting practices,are performed by specialty subcontractors. The Contractor shall not award any work to any subcontractor without prior written approval of the Owner. which approval will not he given until the Contractor submits to the Owner a written statinerit concerning the proposed award to the subcontractor.which statement will contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors.and of persons either directly or indirectly employed by them.as he is for the acts and omissions of persons directly employed by him. The Contractor shalt cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcon- tractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. 00 5`.� Gi9 SECTION 35. ARCHITECT/ENGINEER AUTHORITY The Architect/Engineer shall give all orders and directions comtemplated under this contract and specifications relative to the execution of the work.The Arrchitrct/Engineer shall determine the amount, quality, acceptability.and fitness of the several kinds of work and materials which are to he paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof.The Architect/Engineer's estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said contract or specifications. the determination or decision of the Architect/ Engineer shall he a condition precedent to the right of the Contractor to receive any money or payment for work under this contract afrected in any manner or to any extent by such question. The Architect/Engineer shall decide the meaning and intent of any portion of the specifications and of any pian or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this contract and other Contractors performing work for the Owner shall: be adjusted and determined by the Architect/Engineer. SECTION 35. STATED ALLOWANCES The Contractor shall include in his proposal the cash allowances stated in the Supplemental General Conditions. The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the lowest and best bid of at least three competitive bids. if the actual price for purchasing the "Allowed Materials" is more or less than the "Cash Allowance," the contract price shall be adjusted accordingly.The adjustment in contract price shall be made on the basis of the purchase price without additional charges for overhead. profit, insurance or any other incidental expenses. The cost of installation of the"Allowed Materials" shall be included in the applicable sections of the contract Specifications covering this work. SECTION 37. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense. a. To take every precaution against injuria to persons or damage to property'. b. To store his apparatus. materials, supplies and equipment in such orderly fashion at the site of the wont as will not unduly interfere with the progress of his work or the work of any other contractors: c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work. d. To clean up frequently 311 refuse, rubbish, scrap materials. and debris caused by his operations.to the end that at all times the site of the work shall pre mt a neat,orderly and workmanlike appearance. .e. Before final payment to remove al4surplus material,falsework,temporary structures,including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; f. To effect all cutting,fitting or patching of his work required to make the same to conform to the pians and specifica- tions and. except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other Contractor. G-10 09316V SECTION 38, QUANTITIES OF ESTIMATE t Wherever the estimated quantities of work to be done and materials to be furnished on a unit price basis under this contract are shown in any of the documents including the proposal, they are given for use in comparing bids. and the right is expressly reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract,and such increase or diminution shalt in no way vitiate this contract. nor shall any such increase or diminution give cause for Claims or liability for damages. i SECTION 39. .AND AND EIGHTS—OF—WAY Prior to the start of construction, the Owner shall obtain all land rights-of-way necessary for the carrying out and completion of work to be performed under this contract. SECTION 40. GENERAL' GUARANTY Neither the final certificate of payment nor any provision in the contract documents nor partial or entire occupancy of the premises by the Owner shall constitute an acceptanec of work not done in Fccordancc with the contract documents or,relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or work- manship. The Contractor shall remedy any defects in the work and pry for any damage to other work resulting there- from, which shall appear within a period of one year from the date of final acceptance of work unless a longer period is specified.The Owner will give notice of observed defects with reasonable promptness. SECTION 41, 'CONFLICTING CONDITIONS ' Any provision in any of the contract documents which may be in conflict or inconsistent with 'any of the paragraphs in these General Conditions shall be void to the extent of such conflict or inconsistency. ECTION 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing :and considercd delivered and the service thereof completed,when said-notice is posted,by certified or registered mail,to the said Con• tractor at his last given address,or delivered in person to said Contractor or his authorized representative on the work. SECTION 43. REQUIRED PROVISIONS DEEKO INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or other- wise any such provision is not inserted,or is not correctly inserted,then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. SECTION 44. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the contract.the Contractor shall comply with all perti- nent provisions of the Contract Work Flours and Safety Standards Act,as amended.commonly known as the Construe- tion Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety,effiicicncy,and adequacy of his plant,appliances,and methods. and for any damage which may result from their failure or their improper construction,maintenance,or operation. Q3b . G-11 i r i SECTION 45. KENJM WAGES All mechanics and laborers employed or working upon the:site of the work. or under the United States Ilousing Act ( of 1937, or under the Housing Act of 1949 in the construction or development of the project, will be paid uncondi- tionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR Part 3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and mechanics:and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause.contributions made or costs reasonably anticipated under section I (bX 2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics.subject to the provisions of 29 CFR 5.5(a)(1)(iv), Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans,funds.or programs,but covering the particular weekly period.are deemed to be constructively made or incurred during such weekly period. The Owner shall rcquirc that any class of laborers or muchaniL+, including apprenticez and trainees,which is not listed in the wage determination and which is to be:employed under the contract,sh:al�hc classified or reclassified conformably to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics. including apprentices and trainees, to be used, the question accompanied by the rec- ommendation of the contracting officer shalt be referred to the Secretary for final determination. The Owner shall require whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics , include-•s a fringe benefit which is not expressed as an hourly wage rate and the contract is obligated to pay a cash equiv. alent of such a fringe benefit. an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question. accompanied by the recommendation of the Owner,shall be referred to the Secretary of Labor for determination. If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of (' any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a pian or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract: providcd, however, the Secretary of Labor has found. upon the written request of the contractor. that the applicable standards of the Davis-flacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. The Contractor agrees to comply with Executive Order 11588. issued March 29. 1971,and any other Executive Order. statute.or regulation regarding the stabilization of wages and prices in the construction industry. S19=0N 46. WITSBOLDENG OF PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees.employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. in the even:of failure to pay any laborer or mechanic,including any apprentice or trainee employed or working on the site of the work or under the United Statics Housing Act of 1937 or under the Housing Act of 1949 in the con- l struction or development of the project, all or part of the wages required by the contract.the Economic Development , Administration may, after written notice to the contractor,sponsor. applicant. or Owner. take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. t 00362' i _12 } L SECTION 47. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will he maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949,in the construction or development of the project.Such records will contain the name and address of each employee,his correct classification, rates of pay(including rates of contribu- tions or costs anticipated of the types described in section 1 (b)(2) of'the Davis-Bacon Act), daily and weekly number of hours worked.deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section l (b)(2)(B)of the Davis-Bacon Act, the Contractor shall 1 maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible. and that the plan or program has been communicated in writing to the laborers or mechanics affected.and records Which show•the casts anticipated or the actual cost incurred in providing such benefits. The Contractor will submit weekly a copy of ail payrolls to the Economic Development Administration if the agency is a party to the contract,but if the agency is not such a party,the Contractor will submit the payrolls to the applicant. sponsor,or Owner.as the case may be. for transmission to the Economic Development Administration.The copy shall he accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classi- fications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor(29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5(a)(1)(iv)shall satisfy this requirement,The Prime Contractor shall be respon- sible for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clause of the contract available for inspection by authorized representatives,of the Economic Development Administration and the Departmint of Labor,and will permit such representatives to interview employees d►tring working hours on the job. h. SECTION 48. APPRENTICES AND TRAINEES Apprentices will he permitted to work as such only when they are registered,individually,under a bona fide apprentice- ship program rcgintcred with a State apprenticeship agency which is recognized by the Burcuu of Apprenticeship and Training. U.S. Department of Labor, or. if no such reognized agency exists in a State. under a program registered with'the Bureau of Apprenticeship and Training, U.S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program, Any employees listed on a payroll at an apprentice wage rate, who is not a trainee as defined in section 2e or is not registered as above, shall be paid the wage rate determined by the Secretary . of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the Owner written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rata.for the area of construction prior to using any apprentices on the contract work, ; Trainees will.permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and where the subparagraph below is applicable. in accordance with the provisions of Part 5a,Subtitle A.Title 29,Code of Federal Regulations. On contracts in excess of 510,000. the employment of all laborers and mechanics, including apprentices and trainees. as defined in Section 2 shall also be subject to the provisions of Part 5a.Subtitle A. Title 29,Code of Federal Regula- } tions.Apprentices and trainees shall be hired in accordance with the requirements of Part 5a. The provisions of Sections 45, 46, and 48 shall be applicable to every invitation for bids. and to every negotiation. request for proposals, or request for quotations, for an assisted construction contract, issued after January 30, 1972, and to every such contract entered into on the basis of such invitation or negotiation. Part 5a.3,Subtitle A. Title 29, Code,of Fcderul Regulations shall constitute the conditions of each assisted contract in excess of 510,000, and each Owner concerned shall include these conditions or provide for their inclusion, in each such contract. Parts 5a.4, 5a.5, 5a.6.and 5a.7 shall also be included in each such contract for the information of the Contractor. 0036.3 G-13 f F SECTION 49. COPELM "AIM4MCEBAQC" PROVISIONS These provisions of this section. 29 CFR Part 3, prescribe "An ti-Kick buck" regulations under section 2 of the Act of June 13, 1964,as amended(40 U.S.C.276c),popularly known as the Copeland Act. Each Contractor or subcontractor shall furnish each week a Statement of Compliance. Form ED-162. to accompany the weekly submission of payroll forms. Section 1001 of Title 18 of the United States Code(Criminal Code and Criminal Procedure)shall apply to such state- ment as provided in 72 Stat.967(18 U.S.C. 1001,among other things, provides that whoever knowingly and willfully makes or uses a fraudulent document or statement of entry, in any mutter within the jurisdiction of any department or agency of the United States.shall be fined not more than$10.000 or imprisoned not more than five years,or both). The requirements of this section shall not apply to any contract of 52,000 or less. Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide reasonable limitations. variations,tolerances.and exemptions from the requirements of this section subject to such conditions as the Secretary of Labor may specify. Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labor. f r a. Any deduction made in compliancewith the requirenentsof Federal.State.or local law such as Federal or State with- holding income taxes and Federal social security taxes. b. Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest.A bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced td the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c. Any deduction of amounts required by court process to be paid to another unless the deduction is in favor of the Contractor,subcontractor,or any affiliated person,or when collusion or collaboration exists. d. Any deduction constituting a contribution on behaif of the person employed to funds established by the employer or representative of employees. or both, :or the purpose of providing either from principal or income. or both. medical or hospital care, pensions or annuities or retirement. death benefits, compensation for injuries, illness. accidents. sickness, or disability, or for insurance to provide any of the foregoing, or unemployment benefits. vacation pay. savings accounts. or similar payments for the benefit of employees. their families and dependents: Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law: (2) it is either. (i) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employ- ment, or(ii) provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees: (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the Contractor or subcontractor or any affiiliated person in the form of commission, dividend. or otherwise; and(4)the deductions shall serve the convenience and interest of the employee. e. Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily ` authorized by the employee. f. Any deduction requeaed by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. r g. Any deduction voluntarily authorized by the employee for making of contributions to governmental or quasi- government agencies. h. Any deduction voluntarily authorized by the employee for making of contributions to Community Chests. United Givers Funds,and similar charitable organizations. 003611 G-14. i z i. Any deductions to pay regular union intiation fees and mciahership dues, not including lines or special assessments: f Provided, however. that a collative bargaining agreement between the Contractor or subcontractor and repre- sentatives of its employees provided fur such deductions and the deductions are not otherwise prohibited by law. . j. Any deduction not more than for the "reasonable cost" of board. lodging, or other facilities meeting the require- ments of section 3(m) of the Fair Labor Standards Act of 1938,as amended,and Part 531 of this title. When such a deduction is made.the additional records required under S516.25(a)of this title shall be kept. SECTION 50. SUBCONTRACTORS The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(x)(1) through (5)and (7) and such other clauses as the Economic Development Administration may by appropriate instructions require. and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into.together with a clause requiring this insertion in any further subcontracts that may in turn be made. SECTION 51. CONTRACT TERMINATION A breach of sections 41 through 50 may be ground.% for termination of the contraet.and for debarment us proviikd in 29 CFR 5.6. ' SECTION 52* OVERTIME REQUIREPIENTS No Contractor or subcontractor contracting for any part of the contract work which may require or involve the em- ployment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in execs%of forty hours in such work- - week unless such laborer or mechanic receives compensation at a rate not less thun one and one-half times his basic rate of pay for all hours in excess of eight hours in any calendar day or in excess of forty hours in such workweek. as the case may be. C� In the event of any violation of the clause set forth in the subsection above, the Contractor ;nd any subcontractor responsible therefor,shall he liable to any affected employee for his unpaid wages. In addition,such Contractor and sub. • contructor shall he liable to the United States(in the case of work done under contract for the District of Columbia ora territory. to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in the above subsection in the sum of 510.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard Workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection a.`ove. The Economic Development Administration may withhold or cause to he withheld, from any moneys payable on ac- count of work 'performed by the Contractor or subcontractor. such sums as may administratively be determined to he necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into.together with a clause requiring this insertion in any further subcontracts that may in turn be made. Q0,3J G- 1'S a . F r SECTION 53. EQUAL EMPLOYMENT OPPORTUNITY No person in the United States shall,on the grounds of race, color. national origin,or sex.he excluded from participa- tion in, be denied the benefits of,or be subjected to discrimination under any program or activity receiving federal fi- nancial assistance. Reference Title VI of the Civil Rights Act of 1964(42 USC 2000d)and Section I l2 of Public Law 92-65. Form EDA-503.The Recipient and all Contractors,subcontractors,suppliers,lessees and other parties directly partici- pating in the Recipient's project agree that during and in connection with the associated agreement relating to the Fed- erally assisted program.(i)they will comply.to the extent applicable.us Contractors.subcontractors,lessees,suppliers. or in any other capacity, with the applicable provisions of the Regulations of the United States Department of Com- merce(Part fi of Subtitle A of Title 15 of the Code of Federal Regulations)issued pursuant to Title VI of the Civil Rights Act of 1964(P.L. 88-352), and will not thereby discriminate against:any person on the grounds of race.color,or nu- tional origin in their employment practices, in any of their own contractual arrangements.in all services or accommoda- tions which they offer to the public, and in any of their other business operations.(ii) they will provide information re- quired by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances. and (iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Recipient whereby said:agreements may be cancelled.terminated or suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246. 30 Fod, Re12319(1965)(Equal Opportunity Clauses During the performance of thiscontruct. the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant fur employment because of race, color, religion,sex.or national origin.The Contractor will take affirmative action to ensure the upplicants are employed, and that employees are treated during employment. without regard to their race, color. religion.sex,or national origin.Such action shall include.but not be limited to the following:etstployment,upgrading.demotion,or transfer: recruitment or recruitment advertising. layoff or termination: rates of pay or other forms of compensation. and selection for training.including apprenticeship. b. The Contractor agrees to post in conspicuous places available to employees and applicants for employment.notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. c. The Contractor will. in all solicitations or advertisements for emplovem placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race.color.religion. sex.or national origin. d. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer,advising the labor union or workers'representative of the Contractar's commitment under Section 202 of Executive Order No. 11246 of September 24. 1965,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. e. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24. 1965,and of rules. regulations,and relevant orders of the Secretary of Labor. f. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by rules. regulations, and orders of the Secretary of Labor.or pursuant thereto,and will permit access to his books, record,and accounts by the contracting agency and the Secretary of Labor for purposes of investiga- tion to;ascertain compliance with such rules. regulations, and orders. Each Contractor and subcontractor of Fed- erally financed construction work is required to file an Equal Employment Opportunity Employer Information Report(1--'EO—I on Standard Form 100)annually on March 31. Forms and instructions are available at the EDA Regional Office. f 00e36 a G-16 t g. In the event of the Contractor"s noncompliance with the nondiscrimination clauses of this contract or with any such rules. regulations,-or orders,this contract may he cancelled, terminated or suspended in whole or in part and the � Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed (and remedies involved)as provided in Executive Order No. 11246 of September 24. 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. • h. The Contractor will include the provisions of paragraphs a through h in every subcontract or purchase order unless exempted by rules, regulations. or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1465,so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; Provided,however,that in the event the contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. i. Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts.and subcontracts not exceeding S10.000 (other than Cnivernmemt bills of lading) are exempt. The amount of the Lontract. rather than the:mount of the Falcral linancial assistance,shall govern in determining the applicability of this exemption. , (2) Except in the case of subcontractors for the performance of construction work at the site of construction. the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding $100.000 for standard commercial supplies or raw materials are exempt. SECTION 54. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate.make.accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection. construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof.No officer.employee,architect. attorney,engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project. shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract,subcontract.insurance contract,or any other contract pertaining to the project. F SECTION 55. USE AND OCCUPANCY"PRIOR TO' ACCEETANCE BT OWHSR � The Contractor agrees to the use and occupancy of a portion or unit of the project before formai acceptance by the Owner,provided the Owner. a. Secures written consent of the Contractor except in the event, in the opinion of the Architect/Engineer,-the Con- tractor is chargeable with unwarranted delay in completing the contract requirements: b. Stcures consent of the Surety: c. Secures endorsement from the insurance carrier(s)permitting occupancy of the building or use of the project during the remaining period of construction:or d. When the project consists of more than one building, and one of the buildings is occupied, secures permanent Bre and extended coverage insurance,including a permit from the insurance carrier to complete construction. G-17 00�1 t An SECTION 56. SUSPENSION OF WORK Should the Owner be prevented or enjoined from proceeding with work or from authorizing its prosecution either before f or after its prosecution, by reasori of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay. but time for completion of the work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay with such determination to be set forth in writing. SECTION 57. EMPLOYMENT OF LOCAL LABOR The maximum fcasihlc employment of local labor shall he made in the construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on-site work.shall employ,in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located, or in the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Developmgnt IA%triLi.except: a. To the extent that qualified persons regularly residing in the designated area or Economic Development District are not available: b. For the reasonable needs of any such Contractor or subcontractor. to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract: C. For the obligation-of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his subcontractors on such project: Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which u public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classi- fication.and the estimated data on which such employees will be required: The Contractor shall give full consideration to 311 qualified job applicants referred by the local employment service. but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required: The payrolls maintained by the Contractor shall contain the rollowing information: The employee's full name, address and social security number and a notation indicating whether the employee does, or does not, normally reside in the area in which the project is located.or in the case of an Economic Development Center, in such center or in an adjacent or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic back- ground of each worker.. The Contractor shall include the provisions of this condition in every subcontract for work which is. or reasonably may be,done as on-rite work. G-18 0(1363 xx t s 1 � .SECTION 58. SIGNS i The contractor shall supply and erect a project sign(Exhibit X)according to the specifications set forth in the following and hereinafter known as.General Condition Number 58. The contractor shall he responsible for maintaining the project sign during construction of the project. Other authorities include: Requirements for Approved Projects and/or Volume 65 of the Public Works Manual of Procedures. EDA SERE SIGNS SPECiFICATiONS Size:4' X 8' X I'A' Material:Face 1/.'Tempered masoniteor equal.Frame 1%'X 3%"fir-dressed four(4)sides Assembly: I%'X 3%'t;r frame to fit 4' X 8' X 175'panel with two(2)center braces Paint:Face--3 coats outdoor enamel(sprayed) Rear—1 coat outdoor enamel(sprayed) Lettering:Silk screen enamels where possible.or hand painted enamels Colors: Red. white. and blue. Specifically,white background:"'new jobs for ypur community" in red: IrDA logo and "!n partnership with the U.S.Department of Commerce.Economic Development Administration,"j2jy(,r. (See Exhibit X) SECTION 59. NATIONAL RISTORIC PRESERVATION ACT OF 1966 ' The contractor agrees to contribute to the preservation and enhancement of structures and objects of historical,archi- tectural or archueological significance when such items are found and/or unearthed during the course of project con- struction and to cnnsult with the State Historic Preservation 011icer for recovery of the items. (Reference: Notional Historic Preservation Act of 1966(80Stat 915. 16 USC 470)and Executive Order No. 11593 of May 31. 1971.) SECTION 60. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contractor agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a. The term"facility"means(a)any building.plant. installation.structure,mine.vessel or other floating craft.location or site of operations(h) owned. leased.or supervised.(c) by the contractor and the subcontractors(d) for the con- struction,supply and service contracts entered into by the contractor: b. that any facility to be utili/W in the accomplishment of this contract is not listed on the Environmental Protection Agencys List of Violating Facilities pursuant to 40 CFR.Part 15.20: c. that in the event a facility utilized in the accomplishment of this contract becomes listed on the EPA list.this contract may be cancelled,terminated or suspended in whole or in part: d. that it will comply with all the requirements of Section 114 of the Air Act and Section 308 of the Water Act relating to inspection.monitoring,entry. reports.and information,as well as all other requirements specified in Section 114 and Section 308.respectively.and all regulations and guidelines issued thereunder: c. that it will promptly notify the Government of the receipt of any notice from the Director.Olfice of Federal Activi- tics. Environmental Protection Agency. indicating that any facility utiliied or to he utilized in the accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities: OW369 G-19 E that it will include the provisions of paragraphs a. thnmgh g, in «•cry subcontract or purchase order entered into for the purpose of accomplishing this contract. unless otherwise exempted pursuant to the EPA regulations imply menting the Air or Water Act(40 CFR,Pan 15.5),so that such provisions will be binding upon each subcontractor orvendor g. that in the event that the contractor or the subcontractors fur the construction, supply and service contracts entered into for the purpose of accomplishing this contract were exempted from complying with the ahove.reyuirements under the provisions of 40 CFR. Part 15.50)• the exemption shall be nullified should the facility give rise to a criminal conviction (See 40 CFR, Pan 15.20)during the accomplishment of this contract. Furthermore, with the nullification of the exemption, the above requirements shall be effective. The contractor shall notify the Govern- ment.as soon as the contractor or the subcontractors' facility is listed for having given rise to a criminal conviction noted in 40 CFR.Pan*15.20. SECTION 61. 10 PERCENT MINORITY BUSINESS UTILIZATION COMM17M NT - The contractor agrees t0 expend at least 10 percent of the contract, if awarded, for bona fide 'minority business enterprises. For purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 percent of.the stock of which is owned by minority group members. Forpurposesof the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleuts. No partsal or complete waiver of the foregoing requirement shall be --granted by the Owner and approved by the Economic Development Administration other than in exceptional circumstances. To justify a waiver it must be shown that every feasible attempt has been made to comply, and it must be demonstrated that sufficient, relevant, qualified minority business enterprises (which can perform sub-contracts or furnish supplies beyond those already specified in the contract bid) are unavailable in the market area of the project to enable meeting the 10 percent minority business enterprise goal. If it appears that less than 10 percent of the contract funds (or whatever lower percentage has been authorized by waiver) will be expended to such enterprises, this contract will be suspended or . terminated unless (a) the expenditure shortfall is not the fault of the contractor or (b) the contractor satisfactorily demonstrates it will make up for the shortfall during the balance of the contract period. Any waivers hereunder are subject to the approval of the 'Economic Development Administration. The contractor further agrees to cooperate with the Owner in furnishing the Economic Development Administration with reports on minority business enterprise utilization after award and at 40 percent completion of the project. G-20 003 io Failure to comply with the terms of this Paragraph or to use (as may be modified by waiver) minority business enterprises as stated in the contractor's assurance constitutes breach of this contract. SECTION 62. EKMOY.Mm OF ILLEGAL ALIENS During the performance of this contract the contractor agrees not to employ on such project any alien in the United States in violation of the Immigration and Nationality Act or any other law, convention, or treaty og the United States relating to the immigration, exclusion,•deportation, or expulsion of aliens. The contractor will include the provisions of the preceding paragraph in every subcontract so that such provisions will be binding upon each subcontractor. SECTION 63. UTILIZATION OF UNITED STATES- PRODUCTS" The contractor agrees to use and cause to be used in such project by ail his subcontractors, only such unmanufactured articles, materials, and supplies as have'been mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States substantially all from articles, materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determine that for specific projects this requirement floes not apply. SECTION 64. EMPLOYMENT OF VETERANS' The contractor agrees to provide certification that special consideration, consonant with existing applicable collective bargaining agreements and practices, shall be given to the employment on the project of qualified disabled veterans as defined in 38 USC 2011(1), and to qualified Vietnam-era veterans, as defined in 38 USC 2011(2) (A). t U3'7 G-21 + ' pp DIVISION H - SUPPLEMENTAL GENERAL CONDITIONS SECTION 1 . DEFINITIONS Whenever the following terms , pronouns in place of them or initials of organizations appear in . the contract documents , they shall have the following meaning : Addendum - A document issued by the County during the bidding period which modifies, supersedes , or supplements the original contract documents. Affirmative Action Manpower Utilization Report - A written document (daily, weekly, or monthly) prepared by the contractor for submission to the County which reports the total number of employees , the total number of minority employees , and the present minority manhours of total manhours worked on the project . Agreement - The written .document of agreement , executed by the County and the Contractor. Architect or Engineer - Shall mean .the architect , engineer, individual or co-partnership , employed by the County of Contra Costa ; or the Public Works Director , or his authorized representative. Bidder - Any individual , partnership , corporation , association , jo'— int venture, or any combination thereof , submitting a proposal for the' worR,' acting directly, or through a duly author- ized representative. Board of Supervisors - Shall mean the duly elected or appointed officia s who const tute 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 Ins ector , 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 . "- ' O037 SECTION I; - DEFINUTFONS (cont 'd) Count - 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. Field Order - Is an instruction •given during the course of the work. See Section 16B ) - 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 , eleva- tions , sections , detail drawings , diagrams , general notes , informa- tion 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 , condi - tions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract . Subconstractor - 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 for the Architect or his authorized agents and to execute and direct the work on behalf of the • Contractor . Supplementary Agreement - A written agreement providing for alteration , amendment , or extensiorr of the contract . 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. 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 H-2 S SECTION 2. GOVERNING LAWS AND REGULATIONS (cont' d ) v� Contractor shall keep cop les 'of Codes on jab at all times during ' construction period . B. 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 SIMON= ground during the excavation of such trench or trenches. If such plan varies from the shdring system standards established by the Construction Safety Orders ; the plan shall be prepared by a registered -"Ins 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 shalt 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 Sections 1720 and 1722 respectively. " SECTION 3 . CONTRACTOR ' S RESPONSIBILITY FOR PUBLIC UTILITIES A. Public Utilities (a) The Contractor shall send proper notices , make ail 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. (b) 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. (c) All connections to public utilities shall be made and maintained in such maintained as not to interfere with the continuing use of same by the County during the entire progress of the work. H-3 0037. SECTION 4 BOND AND INSURANCE A. Compensation Insurance• The Contractor shall take out and maintain during the life of this Contract , adequate Workman ' s 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. Workman ' s Compensation insurance for the latter ' s employees, unless such employees are covered by the protection afforded „. by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen ' s Compensation statute, or in case there Is no applicable Workmen ' s Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected . B. Public Li"abl']'ity' and Property' DYama'de 'insurance The Contractor , at no cost to Public Agency, shall obtain and maintain during the term hereof , Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles , with a minimum combined single limit coverage of $500, 000 for all damages due to bodily injury, sickness or disease, or death to any person , and damage to property, including the loss of use thereof, arising out of each accident , or occurrence. 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 . The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless” agreement as required in the Articles to Agreement . C. Certificates of Insurance Certificates of such Workmen ' s Compensation , Public Liability , Property Damage Insurance , and Fire 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 (30) days ' prior written notice has been given to Contra Costa County. D. Performance Bond In addition to the requirements in Paragraph 29 of the General. Conditions, the bond shall insure the owner for the term of one (1 ) year from the date of final acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. OU H-4 R3''l.i SECTION 4 . BOND AND INSURANCE E. Payment Bond In addition to the requirements in paragraph 29 of the General Conditions , the bond shall be in accordance with -the laws of the State of California to secure the payment of all claims for Tabor and materials used or consumed in the performance of this contract and of all. amounts under the Unemployment insurance Act . SECTION 5. SUBCONTRACTING A. The Contractor shall be responsible for allwork performed under this contract , and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. 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 hework as to which no subcontractor was designated in the original bid shall be permit-ted only in case of public emergency or necessity, and then only after a finding reduced to writing as public record of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors : Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting ar6 Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract , assessment of 10 percent of the subcontractor' s bid , and disciplinary action by the Contractors ' State License Board . SECTION b. TEMPORARY UTILITIES AND FACILITIES A. All water used on the work will be furnished andp aid for by the Contractor. The Contractor shall furnish the necessary "-S 001 SECTION 6. TEMPORARY UTILITIES AND FACILITIES (cont ' d) -"-- temporary piping from the distribution point to the points on the 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 shalt 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 .Contractor shall provide and maintain for the duration of the work temporary toilet facilities .,for the workmen. These facilities shall be of an approved type conforming to the requirements of the County *Health Department , and shall be weather- tight structures with raised floors . Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily , maintaining same in a clean and sanitary condition . Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. The County will directly to the utility companies connection fees , annexation fees , permit fees, acreage i 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. The County will not pal for water, gas , telephone and electricity consumed on-the p or ject until after the County makes written request to the utility companies that' biilings be sent to the County. (Normally the County will make these requests after the project is accepted as complete. ) F. A 3 ' X 4 ' bulletin board (protected from the weather) on which to display wage rates , equal opportunity data , emergency telephone numbers and other information as directed by the Engineer. SECTION 7. PERMITS The Contractor is not required to pay any charges associated with permits . ( It is not t�he present policy of the County to pay fees to the incorporated cities for permits . ) K-b 00317 SECTION 8. 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 result in the whole work. B. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. C. 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. D. Certification of Nonsegregated Facilities - Notice to Prospective Contractors of Federally Assisted Construction - (a) A Certification of Nonsegregated Facilities , as required by the May 9, 1967 , order (32 F. R. 7439 , May 19 ,• 1967) on elimination of segregated facilities , by the Secretary of Labor , must be submitted prior to the award of federally assisted construction contracts exceeding $10, 000 which are not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving federally assisted construction contract awards exceeding $ 10 , 000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $ 10,000 and are not exempt from the provisions of the Equal Opportunity. claus•e. Notice to Prospective Subcontractors of Requirements for Certifications of Nonsegregated Facilities - (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967 , order (32 F. R. 7439 , May 19 , 1967) on elimination of segregated facilities , by the Secretary of Labor , must be submitted . prior to the award of a subcontract exceeding $10, 000 which is not exempt from the provisions of the Eqaul Opportunity clause. (b) Contractors receiving subcontract awards exceeding $ 10 ,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construc- tion contracts where the subcontracts exceed $10 , 000 and are not exempt from the provisions of the Equal Opportunity clause. "-7 003'16 CERTIFICATE OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he wil'1 not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of- this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "'segregated facilities" means any waiting rooms, work areas, -rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated .by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications In duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will include the original in his Bid Package. • Race or ethnic group designation of subcontractor. Enter race or ethnic group in the appropriate box: ( ) Negro ( ) Spanish American ( ) Oriental ( ) American Indian ( ) Eskimo ( ) Aleut ( ) White (Other than Spanish American) The construction subcontractor certifies that he is not affiliated in any manner with the Grantee/Borrower (City) of the federally-assisted construction project. REMARKS: • H 0U�'19` Certification - The Information above is true and complete to the best of my knowledge and belief. Name and Title of Signee Signature Date NPTE:. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.. 4 c h } H 9 00380 k 1 I I 1 1 } 4 t 1 ci .{Y.+ } SECTION 9. INSPECTION A. Whenever the Contractor intends to perform work on Saturday, Sunday, or a Iega•1 holiday, he shall give notice to the County of such intention 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 . SECTION 10. REJECTIONS OF MATERIALS A. 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. SECTION 11 . INTERPRETATION OF CONTRACT REQUIREMENTS A. Correlation : The contract documents shall be inter- preted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied , operation . Any require- ment occurring in any one of the documents is as binding as through occurring in all . • B. Conflicts in the Contract Documents : In the event of conflict in the contract documents , the priorities stated in subdivisions 1 , 2, 3 , and 4 below shall govern : 1 . Addenda shall govern over all other contract documents , except the County ' s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail . Subsequent addenda shall govern over prior addenda only to the extent specified . 2. In case of conflict between plans and specifi - cations , the specifications shall govern . 3 . Conflict within the Plans : a. Schedules , when identified as such, shall govern over. all other portions of the plans . b. Specific Notes , shall govern over all other notes and all other portions of the plans . c. Larger scale drawings shall govern over , smaller scale drawings. 4. Conflicts within the Specifications : . a . The "General Conditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions . H-10 SECTION It . INTERPRETATION OF CONTRACT REQUIREMENTS (cont ' d) 4. Conflicts within the Specif icati.ons : (cont'd) b. Omissions : If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts , materials , or equipment , but there exists an accepted trade standard for good and workmanlike construction , such detail shall be deemed to have been impliedly required by the contract documents in accordance ' with such standard. "Minor detail" shall include the concept of substantially identical components , where the price of each such component is small even though the aggregate cost or importance is substantial , and shall include a single component which is incidental , even though its cost or importance may be substantial . The quality and quantity of the 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 12. 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. Field Orders : During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance , partially or in full , of a Field Order shall constitute a waiver of claim for a change in contract time or • price for the work covered by the Field Order , unless a Change Order has been issued . C. Change Orders : See SECTION 1_ 7 this Division . V V H- 1 l �� f� r SECTION 13 . PRODUCT AND REFERENCE STANDARDS : A. Product Designation : When descriptive catalogue designations , including manufacturerIs . name , product brand name, or = model number are referred to in the contract documents , such designat- ions shalt 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 14 . MATERIALS , ARTICLES , AND EQUIPMENT: A. Material shall be new and of quality specified . When not particularly specified , material shall be the best of its class or kind . The 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 at seq . , of the Government Code , State of California. B. Mechanical equipment , fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment , fixtures and material before uncrating. The County wil•1 , when desired , inspect such equipment, fixtures or material to determine any damage or deviation from that specified. items damaged during delivery shall be rejected . C . Ali 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 overload- ing of any portion of the structure , and the Contractor shall be entirely responsible for damage or loss by weather or other causes. SECTION 15. SHOP DRAWINGS , DESCRIPTIVE DATA , SAMPLES, ALTERNATIVES . A. Descriptive Data - Submit sets of manuf&cturer ' s brochures or other data required by the specifications in the number - of copies as required in submittal schedule, or five (5) copies if no schedule is included in these documents . The County will examine such submittals, noting thereon corrections , and return three copies with a tetter of transmittal indicating actions taken by the ■ County or required of the Contractor . B. 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. 0038.3 H-12 SECTION 15. SHOP DRAWINGS , DESCRIPTIVE DATA, SAMPLES , ALTERNATIVES (co 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. rs C. Whenever a material or process is identified on the Plans or the Specifications by a manufacturer ' s name or number it is intended to establish a standard . If the Contractor and/or subcontractors desire to substitute any other manufacturers material or process of equal quality performance and design to that specified , the Contractor shall make application and submit evidence satisfactory to the County,- substantiating the material or process as equal to that specified ; — ,� and that it will perform in relatl.on to all other aspects of the work without requiring changes to the other work. Request for substitution shall be made with ample time for the County' s review so that no delay will occur in the work. No extension of time will be considered because of substitutions. Failure to propose the substitution of any material or process within thirty five (35) days after signing of the contract , is sufficient cause for the denial of request . The County will riot be responsible for any resulting ' deviations from Pians and Specifications caused by acceptance of substitute materials or processes. The Contractor shall notify the County of all changes necessitated by substitutions ; and shall make no changes without approval of the County and those approved changes shall be made without additional cost to the County. Include in all submissions for substitution , evidence of comparati.ve cost of materials and processes so that the County may receive a credit if the substitution is of lower cost than that -specified . The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials or processes shall be upon the Contractor. The County shall be the sole judge as to such matters. if the substitution is rejected , then the specified material shall be supplied . SECTION 16. 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 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 acquired knowledge that such examination is concluded , unless otherwise directed by the County. 00(38.1 H-13 SECTION 17. CHANGE ORDERS �- A. 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 shalt state the amount of extra time that he considers should be allowed for making the requested change. B. Records and Supportive Information - 1 . 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. 2. 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 drl' the work is performed . 3 . Rental and material charges shall be substantiated by valid copies of vendor ' s invoices . 4. The Contractor ' s cost records pertaining to cost-plus work shall be open to inspection or audit by the County. C. Failure to Agree as to Cost -- Notwithstanding the failure of the County and a Contractor to agree as to cost of the proposed change order, the Contractor , upon written order from the County , shall proceed immediately with the changed work. Daily Job records shall be kept as indicated in Paragraph (d) above and when agreed to by 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 1$. 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. Y 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 20 or during the guaranty period after such acceptance, as set forth in Section 21 . 003J H-14 SECTION 19. 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. e� SECTION 20. 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. 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 21 . GUARANTEE A. The Contractor further agrees , that within 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, he 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 . B. The general contractor and each of the listed subcontractors shall execute and furnish the County with the standard . guarantee form. 00,38 H-15 GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ , CALIFORNIA We hereby guarantee to the County of Contra Costa the Type of Work which we have installed in the NAME OF BUILDING) ,California , for year (s) use from date of filing of the completion notice in the —Office of. the County Recorder. . We agree to repair or replace. to the satisfaction of the County 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 expected , together with any other work which may be damaged or displaced in so doint . if we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing ,we , collectively and separately , do hereby authorize the owner to proceed to have the defects MIM� 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 pians and specifications for this project. C + This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date : (Affix Corporate Seal ) GENERAL CONTRACTOR Date : (Affix Corporate Seal ) Note: if the firm is not a corporation , add a paragraph stating the type of business organization and the capacity and authority • of the person signing the guarantee. OU63b 1 H- 16 , i i • i ofor, ur community lnpadr"pwkhthe U.S. DEPARTMENT OF COMMERCE L cl . Economic Development Administration m SALE 1" 1' B11-, 3A,.: FOR F[TRA, IR 1.F '.Amfort F. —71 � r' is'�a�� �Y.'c• 4.} h • Sic cr unity omic Development Admini lom:> 7t o � Tn -z • . f :.klai r aw 0 1 ji4io, y..:..., ..,.... .. . .:- ...GATE-:.1 1. .:.. :.... .... :: - . • 1 n 2 4" �. ASONITF 7-'s"PLYl��000 b OEM 1 i t • • ••� � sj •Q \w � ,i :d U. 4 A' 00390 Number 3 � . h , v' k� S� 4x4 POST vv A'- Li Number 4 V �rJ to. 2X 63 , r if f;I! .. n ��;y�#.�`+`w y fit:♦�.��; t ri ,. •`'r( � �"�' ��•,; j"' it Number 5 00392 v r� ,o.. EDA SITE SIGN SPECIFICATIONS Size: Sign A: 4 ' x 8 ' . x 1 7/8" Sign B: 4' x 8' x 3/4" Materiais: Face: Sign A - 1/4" tempered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) mom Framing : Sign A - 2" x 4" nominal on four sides and center cross bracing Sign B - 2" x 4" center cross bracing only Supports : 4" x 4" x 12 ' nominal post Assembly : Sign A: 2" x 4" frame to fit 4' x 8' board with 2" x 4" cross braces Sign B : To be mounted directly to the 4" x 4" ,post , with cross bracing Mounting: Signs A and B are to be mounted to the 4" x 4" post. with a 3/8" minimum bolt and nut , four on each side of the sign. Each bolt is to have two washers , one between the sign and the head of the bolt and the other between the post and the nut. Erection: 41" x 4" posts are to be set three to four feet deep into concrete 12" in diameter. Paint : Face: Three coats outdoor enamel (sprayed) Rear: One coat outdoor enamel (sprayed) Calors: Crimson Red , Stark White and Royal Blue. Specifically • white background ; ".LOBS" in red ; "for your community"' ' in blue ; "EDA" logo and "in partnership with the U.S . DEPARTMENT OF COMMIERCE - Economic Development Administration" in black. Lettering: Silk screen enamels . Lettering sizes and positioning will be . as illustrated. Project signs will not be erected on public highway rights-of-way. Location and height of signs will be coordinated with the agency responsible for highway or street safety in the area , if any ' possibility exists for- obstruction to traffic line of sight . If , at the end of the project , the sign is reusable , it shall be disposed of as directed by the EDA Regional Office . Scale : 1" 1 ' -0" 00393 t f 5 F J DIVISION 1 SECTION lA GENERAL INSTRUCTIONS DESCRIPTION OF WORK 1. This contract includes the construction of a new single story office building and site development work, more fully described in the Specifications and on the Drawings listed below, titled: OFFICE BUILDING AT FLOOD CONTROL SITE DRAFIINGS 2. The following Drawings are made a part of these specifications: Architectural � Sheets A -A6 dated September 19, 1977 Structural Sheets'­S-S5 dated September 19, 1977 Plumbing & Mechanical Sheets P -P , -M dated September 19, 1977 Electrical Sheets E -E3 dated September 19, 1977 INVITATION FOR BIDS 3. A regular bid form will be issued to all bidders. It shall be filled in completely by each bidder. All terms and particulars of the invitation for bids and the bid form shall become a part of these specifications. a} Any bidder requiring clarification of any part of the plans or specifications shall advise the Architect. Before closing date for receipt of bids, the Architect will issue a notice to all bidders with its interpretation of the point in question. DIVISIONS OF THE WORK 4. The separation of the following specification into divisions is to facilitate organization of the work and to group related items. Such divisions are not to be interpreted as making the Architect an arbiter of the distribution and limits of the respective subcontracts. GENERAL INSTRUCTIONS 1A-1 i.� 7633 l • i SCOPE S. The contract shall consist of furnishing all labor, materials, equipment and services necessary to complete the work, except materials, equipment and services specified to be furnished by others. a) Work shall conform to specifications, drawings and schedules. Failure on the part of the contractor to comply with any of the conditions may be deemed a breach of contract. CLEANING 6. Upon completion of the work, clean: a) Finished floors; b) Plumbing fixtures; c) Electrical fixtures; d) Hardware; e) Aluminum;• f) Glass g) All other work of the contract and equipment installed under the contract. Leave the premises broom clean and ready for occupancy. AS BUILT DRAWINGS 7. The Contractor shall maintain a current set of prints showing as built modifications and the exact location of underground or concealed water,, gas , electric and sanitary sewer lines, including invert elevations at all points of possible connections. These as built prints shall be current at all times and will be reviewed. by the project inspector at each progress payment date. There will be no payment approved unless the as built drawings are current. PERMITS AND FEES 8. All permits and fees, except business license, will be paid by County. 9. Tem orar Office: The Contractor shall provide and maintain a secure, weatherproof, structure on the site with natural and electric light and table or shelf space for project inspector and Architect's use of job site plans and specifications. A temporary telephone shall be installed and maintained for the use of Contractors, Project Inspector and Architect until final acceptance of the work. 10. Job�Si n_: The Contractor shall provide a 4 ' x 8 ' painted sign withe1 ttering and wording approved by the Architect, naming the project, the Owner, the Contractor, the Architect, the Structural Engineers, the Mechanical and Electrical Engineers. GENERAL INSTRUCTIONS lA-2 7633 0(. ", "1 a. 11. Sanita Conveniences:veniences: The Contractor shall provide adequate temporary toilet facilities for the use of all persons engaged on the work. Conveniences shall be located where directed by Project Inspector and shall be maintained in a clean and sanitary condition, and ramoved upon completion of the work. 12. Utilities: The Contractor shall provide and pay for all water, gas and a ectricity required for the construction until final acceptance of the work by the County. s i t 4 t t _ l 1 t GENERAL INSTRUCTIONS lA-37633 0039r" 3. DIVISION 1 SECTION 1B TESTING AND INSPECTION .� SPECIFICATIONS The GENERAL CONDITIONS and all other Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein.* SCOPE All labor, material and equipment of this project shall be inspected and/or tested as specified herein and/or as noted or indicated on the drawings or elsewhere in these specifications. SPECIAL REQUIREMENTS Contractor shall pay for all costs of all tests and special inspections specified herein and/or elsewhere in the specifications. TESTING 1. General Requirements: Refer to Section 20 of the• GENERAL CONDITIONS. 2. Testing Agency: All testing shall be performed by a qualified person anrn oz testing laboratory referred to henceforth as the "Testing Agency. " Said Agency shall be selected by the Owner. 3. Standards: Sampling, preparation of samples and tests shall be in accordance with the standards specified henceforth. 4. Test Reports: One copy of all test reports shall be forwarded to the Architect and one copy to the Contractor, and one copy to the Project Inspector by the Testing Agency. Such reports shall include all tests made, regardless of whether such tests indicate that the material is satisfactory or not. Records of special sampling operations as required shall also be reported. The reports shall certify that the material or materials were sampled and tested and/or inspected in accordance with the specifications. INSPECTION Inspectors and Inspections: a) Architect: The Architect shall provide intermittent supervision of the project. All inconsistencies or items which appear to be in error in the drawings and specifications shall be promptly called to his attention for interpretation or correction. TESTING ArID INSPECTION 1B1 7633 00V 1 4. b) Project Ins ector: A representative of the County shall proved; general supervision of the project and issue orders through the Architect for changes necessary to insure compliance with the Contract Documents c) Contractor: The Contractor shall personally superintend this project and maintain a competent foreman or superintendent on the job who is authorized to act in all matters pertaining to the work. The Contractor's superintendent shall supervise all work and inspect all materials as they arrive, for compliance with the drawings and specifications. He shall reject defective work or materials immediately on performance or delivery without waiting for the Architect or Project Inspector to reject them. SCHEDULE OF TESTS AND INSPECTIONS CONCRETE 1. Materials: a t: ASTM C 150-; frequency - one bin or mill test for each 5(TO—barrels or facctional part thereof. b) Aggregates: ASTM C 33-; frequency - whenever the character or source of supply is changed. No change permitted without written approval of the County and the Testing Agency. 2. Pouring of Concrete: a) Slump tests shall be made of each batch of concrete at site to determine compliance with approved design mix. b) The Testing Agency shall be responsible for sampling, curing, delivery and testing of test cylinders (ASTM C 31-) ; 3 for each 50 cubic yards or fractional part thereof placed each day. Cylinder tests shall not be required for concrete slabs, curbs and sidewalks supported on grade. c) Contractor shall keep a record of all concrete depositing; available at the site until completion of the project. Record shall show the date, time and location of each day' s pour. d) Should the strength of the test cylinders fall below the minimum compressive strength specified, the defective concrete in place may be tested by taking cores. Should the compressive tests of the core specimens fail to show the strength specified, the concrete shall be deemed defective and shall be removed and replaced or adequately strengthened in a manner acceptable to the County. The Contractor shall bear the entire cost of such • removal, replacing or strengthening. 009g`JESTING AND INSPECTION B-2 1633 5. Aak REINFORCING STEEL 1. Tests: Intermediate or hard grade bars, ASTM A15- and A 305-. VM 2. General: a-) All bent reinforcing bars shall meet bend elongation requirements for intermediate grade bars. b) Testing of reinforcing in concrete slabs supported on grade is hereby waived. 3. Frequency of Tests: a) Samples from bundles delivered from the :sill - when positive identification of heat or melt number and mill analysis are available - one tensile test and one bending test from each ten tons or fractional part thereof for each size of reinforcing steel. b) When identification of heat or melt number is not possible, one tensile test and one bending test at random, from each 2-1/2 tons. or fractional part thereof for each size of reinforcing steel. STRUCTURAL STEEL 1. General: 'In accordance with ASTM A 36-. 2. Tubular Columns: In accordance with ASTM A 36- (tubular sections - flattening test omitted) . 3. Commercial Stock: a) Acceptable when identified by heat or melt numbers and accompanied by mill analysis and test reports, provided one tension and one bend test is made for each five tons of each size or fractional part thereof. b) Acceptable when not identified by heat or melt numbers and not accompanied by mill analysis and test reports; provided one tension and one bend test is made for each five tons of each size or fractional part thereof. HIGH STRENGTH BOLTING 1. Bolts: ASTM Spec. A 325-. 2. Execution: Assembly shall be -under the supervision of the Testing Agency, and 10% of the bolts shall be checked with a torque wrench or other suitable apparatus by the Testing Agency. TESTING A ftiNSPECTION 1B-3 t 1633 6. WELDING 1. General: All welders shall be certified. Testing Agency shall obtain-record their names and qualification numbers. All welding shall be in compliance with the American Welding Society Specifications, and all welds shall be as indicated on the drawings. 2. Inspection: All structural field and shop welding shall be inspected by Testing Agency. a) All complete penetration butt welding shall be under continuous inspection. b) All other structural welding shall be under periodic inspection. 3. The Testing Laboratory shall submit a letter to the County stating that they have inspected the welds and they conform to the drawings and specifications. WL TESTING AND INSPECTION 1B-4 OL�40O?633 V 7. ,.: a —✓ > k° sx pie t;t 4 1 DIVISION 2 SECTION 2A EARTHWORK SPECIFICATIONS The GENERAL CONDITIONS and all other Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all earthwork indicated on the drawings and/or as specified herein. a) Earthwork shall include all excavation and backfilling of concrete work and all grading and subsidiary work required to conform to the drawings, including subgrade preparation for asphalt paving. b) Related work in other Sections and/or Divisions includes all ' excavation and backfilling required for Plumbing, Mechanical and Electrical. SPECIAL REQUIREMENTS 1. Examination of Site: This Contractor shall be responsible for examen ng t e satean premises prior to bidding, to determine the conditions under which the work is, to be performed. No allowances will be made for extra expense incurred due to failure to examine the premises or to discover site conditions which affect the work. MATERIALS AND EXECUTION 1. Trenching: a) Foundation trenches shall be sufficiently large to install forms where required. At the option and responsibility of the Contractor, concrete foundations below grade may be poured in accurately cut trenches without forms. b) Bottom of 'tenches shall be level undisturbed earth. Fill any excess cut with concrete at expense of Contractor. c) Excavations shall be kept free from water at all times. 2. Backfill: Backfill material shall be clean, free from rubbish, undecomposed vegetable matter (top soil) , rocks exceeding 3 inches in diameter. Backfilling shall be done in layers not exceeding 8 inches, EARTHWORK 2A.-4 004ul . 0.. ,t Y leveled, rammed and tamped in place. (90% compaction. ) All pipe and conduit shall be bedded in 4" of sand and covered with a minimum of 2" sand. 3. Cushion Fill: a) General: Provide under concrete slab under roof. b) Description: Graded 3/4" x 1-1/2" clean crushed rock for use under f Mor slab shall consist of a minimum thickness of 6 inches of mineral aggregate placed in accordance with these specifica- tions and in conformity with the dimensions shown on the plans. c) Procedure: Deposit after all trenching and backfill is comp ete, to a depth as shown on the drawings (not less than 6 inches) . 4. Base Course (for asphalt paving) : a) Aggregate Base: Class 2. From top of subgrade to bottom of asphalt at all paved areas. Not less than a minimum thickness of 6" . b) Spread and compact in accordance with Section 26 of "Standard Specifications, State of California, Business and Transportation . Agency, Department of Transportation" , latest edition. S. Finish Grading: a) Unless otherwise indicated, grade uniformly between marked elevations or between marked elevations and existing finish grades. b) Slope down from the building walls not less than 1/4" to 1' for the first 81 , unless figured otherwise on the drawings. c) All yard areas, surfaced and unsurfaced, shall be graded to convey all surface water away from all structures as indicated on the drawings. Minimum permissible slope - 1/4 inch to 1 foot unless otherwise shown. d) No hollows, depressions or circumscribed areas in which standing water remains will be accepted. i 6. Supervision: a) The General Contractor will lay out all lines and levels. The Grader shall use every effort to preserve stakes. b) The Excavator shall give the work his personal supervision. In his absence he shall leave a responsible representative in charge who will have the power to receive and execute instructions • from the Architect. EARTHWORK _ 2A-2 7,633 9. C) He shall furnish transportation of all materials and equipment for -excavating and grading. 7. Clean Up: a) At completion of all work, this Contractor shall clean up all debris on the property resulting -from his operations. He shall also remove all left over materials and all equipment promptly upon completion of his work. J. }• .r r � X : t t c sj � v t r S+ f S� r � � 1 t i 1 p 4 1 r ' 3 t EARTHWORK f2A-3 � 004W, , t 10. L , Y y Y SS . . , .. ., ,.k�..i(< ,, ,J.`�'7 ... .i, f`:. �.+, t ,�..��_ >,1-.t-,i i.., .-. - - ,.... -.�.�'�.fx `, ..1i+��;l��,•Mr211 �i�i. DIVISION 2 SECTION 2B ASPHALT PAVING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all ASPHALT PAVING indicated on the drawings and/or specified herein, including accessories. SPECIAL REQUIRE14ENTS 1. All references made hereinafter refer to "Standard Specifications, State of California, Department of Public Works, Division of Highways" , latest edition. a) All work shall conform to the requirements of Section 39. b) Disregard provisions inapplicable to the work of this contract (shoulders, maintaining traffic, methods of measure- ments and payment, etc. ) . MATERIALS AND EXECUTION PAVING ACCESSORIES 1. Edgeboards: (side forms) Construction heart grade redwood. Install along all exposed edges of paving. See details on the drawings. 2. Parking Bumpers: Furnish and install parking bumpers as shown on the drawings, as manufactured by "Fiberaised Bar & Line Co. " , Marin County, California, or approved equal. SUBGRADE PREPARATION 1. Subgrade prepared under Section 2A, EARTHWORK. 2. Sterilize subgrade at all paved areas applied at the rate and in manner recommended in the manufacturer's printed instructions. MONOBOR-CHLORATE Granular by U.S. Borax - 2 lb. per 100 sq. ft. Care must be taken not to sterilize areas not to be paved. ASPHALT PAVING 751 2B-1 0040,4 3 11. PRIME COAT (Section 39- 4. 01 and 4.02) Liquid asphalt SC-70 spread over the base course at the rate of 1/4 gallon per square yard. ASPHALT CONCRETE SURFACING 1. -Type B: (Section 39- 2. 04) a) 1/2" maximum medium aggregate, b) Minimum thickness - 2" at vehicular paving. 2. Drying, proportioning and mixing shall be in accordance with Section 39- 3.01 through 3.04. 3. Spreading and compacting shall be in accordance with Section 39- 6. 01 through 6. 03. SLOPE OF PAVEMENT SURFACE 1. Driveways,: Slope 1/2" in 12" from center to edges or from side to s 1.Ue. 2. Parking: Unless otherwise shown, crown or warp surface to slope 2% m n mum to direct water to catch basins or natural drainage areas away from buildings. Maximum deviation - 1/4" from a 10'-0" straightedge. ASPHALT PAVING -2 7 : 0041)0 s 2 _. .. :•.� . .,.., .'.t Y .. ... .} ,..fj ,. - .•�v't5`�}x Sa.Nzaf z.�x sero .�:'^h,.t=.3.:i�.}. , ��-,mc,. DIVISION 2 SECTION 2C METAL FENCING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIRMENTS, shall be considered part of this Section as fully as if herein repeated. SCOPE Furnish all labor, material, equipment and services required to execute and complete all chain link fencing (including concrete fence post footings) indicated on the drawings and/or Herein specified. SPECIAL REQUIREMENTS Shop Drawings: Required of chain link fencing. Submit in accordance wi-th GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS CHAIN LINK FENCING 1. Structural Members: Steel pipe, hot dip galvanized (coating not lesstHan 2 oz. er sq. ft.) . Members Nominal Size Min. Weight Per (OD) (Inches) Lin. Ft. (Lbs. ) Posts - Line 2-1/2 3.65 - End and Corner 3 5.79 - Gate: For maximum leaf 6'-0" wide 3 5. 79 For leaf over 6'-0" wide 4 9.11 Rails - Top 1-5/8 2.27 Braces 1-5/8 2. 27 Gate Frames 2 2:27 Bottom Tension Wire 7 gauge METAL FENCING 2C-1 7633 0040613. 2. Fabric: Steel wire, hot-dip galvanized after fabrication. 9 gauge, 2" mesh, unless otherwise noted. 3. Accessories and Fittings: All hot-dip galvanized. a) Tension wire - 7 gauge, spring coil. b) Top rail bands - 1-1/4" wide, 12 gauge. • c) Fabric tension bands - 1" wide, 12 gauge. d) Brace and truss bands - 2" wade, 14 gauge. e) Stretcher bars - 3/4" wide, 1/4" thick. f) Wire bands - 6 gauge (3 turns around fabric) . DESIGN 1. Fence: With top rails; tension wire without barbed wire at bottom. Height 6' unless otherwise noted on the drawings. 2. Fittings : Ball tops on end, corner and gate posts. 3. Gates: Swing gates; frame members and fabric as scheduled. Locations on the drawings. Secure the fabric as to end posts (see "Attaching Fabric") . 4. Gate Equipment: a) All gates: 1) Cast corners. 2) Ball and socket hinges 3) Catch. 4) Stops. 5) Center rest. 6) Locking device. 7) Sold-open stop in concrete base, set to hold the gate at 1800, b) Free leaf of pairs, in addition to a} : 1) Latch fork. 2) Lock keeper guide. 3) Lock keeper, c} No padlocks. EXECUTION 1. Post Footings: Concrete, having a minimum compressive strength of 2000 psi at 28 days. Maximum size of aggregate, 1 Details and dimensions on the drawings. Wood float exposed surfaces true and even. Clean dropped and smeared concrete from the fence members. METAL FENCING 2C-2 Vl.�4gJ��� 14. Y 2. Posts: Space evenly on each run, not over 10' o.c. Plumb and true tline. 3. Rails: Top rails continuous through line posts and fastened to end, corner and gate posts with pressed steel connections. Sleeve couplings• at least 7" long, 20' O.C. 4. Braces: Between each end, corner and gate post and the first line post out, insert: a) a horizontal 1-5/8" pipe, midway between top and bottom, clamp ed to the posts; b) a 3/8" round rod, or two strands of 8 gauge wire, diagonally from the line post connection down to the bottom of the end post, fitted with a turnbuckle and made taut. 5. Attaching Fabric: Procedure - a) at end, corner and gate posts - slip a 1/4" x 3/4" steel bar through the fabric mesh and secure with 6 gauge aluminum tie wire, not over 24" o.c. b) At line posts and rails - galvanized steel fabric bands; maximum spacing on posts, 14" , on rails, 24" . • c) Stretch taut. • METAL FENCING 2C-3 7633 00408 15. DIVISION 3 SECTION 3A REINFORCING STEEL SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if herein repeated. SCOPE Furnish all labor, material, equipment and services required for the furnishing, fabrication and installation of all reinforcement steel for concrete work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERATE CONDITIONS. 2. Testing: See Division 1, Section 1B, TESTING AND INSPECTION. 3. inspection: All reinforcing steel shall be inspected by Architect after it has been secured in place prior to pouring of concrete. If delay occurs between the inspection and the pouring of concrete, reinspection shall be made. MATERIALS 1. Bars: Shall be intermediate grade conforming to ASTM A15. All rein?orcing greater than 1/4" shall be deformed bars conforming to ASTM A305. 2. Accessories : All spacers, chairs , ties (16 gauge, annealed steel wird , etc. as required for accurate spacing, assembling and supporting reinforcement. FABRICATION 1. Minimum bar spacings, clearances, splices, laps and diameters of bends shall be as specified and detailed on the drawings. 2. All bars shall be bent cold and so as not to injure the material. No bends, kinks or reduction in bar sections not shown or indicated on the drawings. REINFORCING STEEL 3A-1 7633 00409 16 . INSTALLATION 1. Steel reinforcement not required in exterior concrete paving unless detailed otherwise on the drawings or where required to conform with controlling City or County Standards. 2, Reinforcing shall be of the sizes, lengths and shpesto conform secure with structural details. Accurately pose apositively in place with concrete or metal chairs, spacers or stirrups wired together so as to prevent displacement by placing of concrete. } L 1 1 r f f J. 1 L 1 I t f 1 j 1 f REINFORCING STEEL 3A-.2 7633 - f 17" Y F 00410 Y t < f S /' 1 !sr 4Sfi f �rr1 ! J 4t; "r�#�ryf { iy,'���t,G4 � ,y t'�L["L* kr',w f. ✓:,.-. t ',�, - .. - r DIVISION 3 SECTION 38 CONCRETE SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREME�tTS, shall be considered part of this Section as fully as if herein repeated. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all concrete work as indicated on the drawings and/or herein 'specified. SPECIAL REQUIREMENTS 1. Tests: Refer to Division 1, Section 1B Testing and Inspection. MATERIALS 1. Water: Shall be from domestic supply, free from subsequent contain nation. � • 2. Portland Cement: Shall conform to ASTM Spec. C150, Type II. 3. Concrete Aggregates: a) General: Aggregates shall conform to ASTM Spec. C331 except as moai i.ed herein. b) Fine Aggregate: Natural sand; hard, strong, durable particles; not over 2% by weight of clay lumps, shale, schist, alkali, mica, coated grains, soft and flaky particles and other deleterious substances. The fineness modulus of top sand used in concrete aggregates shall not exceed 2. 95. c) Coarse A rega_te: Clean, hard, fine grained, sound crushed rock or was-�d gravel; not over 5% by weight of flat, chiplike, elongated, friable or laminated pieces; , not over 2% by weight of shale or cherty material. Any piece having a major dimension in excess of 2-1/2 times the average thickness shall be considered flat and/or elongated. Uniform grading from 1/4" to 3/4" maximum 4. Forms for Concrete: See Division G►, Section GA, Rough Carpentry. 5. Premolded Expansion Joint Filler: 3/811 thick conforming to ASTM Spec. D994-53. CONCRETE LL 38-1 7633 � 0l)411 `4 18: T EXECUTION 1, Concrete Forms: a) Construction: See Division 6, Section 6A, Rough Carpentry. At the option and responsibility of the Contractor, concrete foundations below grade may poured in accurately cut trenches without wood forms. b) Removal of Forms: No forms shall be left permanently in place. Foundations forms shall remain in place for not less than 5 days, unless otherwise directed by the Architect. 2. Reinforcing Steel: See Section 3A, Reinforcing Steel, this bivision. 3. Concrete: The General Contractor shall determine relative amounts of cement, water, fine and coarse aggregates (additive if used) , required for compressive strengths' specified. a) Concrete Mix: 1) Concrete mix shall contain no less than 5 sacks of cement per cubic yard and shall have a slump of 4" maximum (ASTM C-143-52) . Design mix shall be submitted by supplier prior to pouring concrete. 2) Concrete shall have a minimum compressive strength of 3000 p.s.i. at 28 days. b) Mixing of Concrete: 1) Reak-Mixed Concrete (transit or dry batch) . 2) Transit mixers shall be equipped with either accurately -calibrated water tanks or water meters. Mix for not less than 10 minutes, at least three of which are immediately prior to discharging. All mixing to be at a peripheral drum speed of approximately 200 feet per minute. 4« Delivery Certificates:- a) Provide .for each delivery; signed by authorized agent of concrete supplier or testing agency; and turn over to Project Inspector upon arrival at job site. b) Each certificate shall indicate date, time, ingredient quantities, water added at plant and jobsite and mixer revolutions at start of discharge. CONCRETE 38-2 76331t 0041 19. 5. Placing of Concrete: a) General: Notify Inspector 2 working days before pouring concrete. No concrete shall be poured until reinforcing and forms have been approved by Architect. b) Pre a�rat�ion: Remove water from excavations or forms and divert anyflowof water from freshly placed concrete. Hardened concrete, wood scraps, and other forms of debris or foreign material shall be removed from interior of forms and placing equipment. Sub-grade; for slabs shall be finished to required height, maintained smooth and well compacted, and moistened but not muddy, at time of placing concrete. c) Placing Concrete: Concrete shall be rejected if not placed with ni 1-1/2 hours after first adding water to batch. Deposit concrete so that top surface is kept level throughout; a minimum being permitted to flow from one point to another. 6. Curing Concrete: Concrete shall be kept wet continuously for not Tess than 10 days after pouring by moistening with fog spray/burlap. Contractor may use a curing process or compound approved by Architect on flat slabs in lieu of water curing provided, however, the curing process or method will not discolor exposed surfaces or impair the bond or penetration of subsequently applied work or finishes. 7. Flat Slabs: . a) General: Slabs shall be one course concrete, 6" net thickness unless noted otherwise. Where floor drains occur, slabs shall be formed and finished with uniform slope to same 1" in 10' unless otherwise noted. b) Slabs shall be placed in one pour. 8. Miscellaneous Items: a) Inserts: Install in forms all anchors, dowels, pipes, conduits , sleeves, b ocking and other inserts required by the concrete work and by other trades. b) Grouting and Pointing: Wood or metal plates resting on concrete shame dry-packed. Point up around frames, etc. with cement mortar, making smooth tight joints. 9. Concrete Finish: a) General: Concrete slabs shall be given a monolithic cement finish. Hastening the set by application of dry cement, additives or similar methods not permitted. CONCRETE 38-3 7633 00413 20. shes plied rincipal b) Finishing: Respective fills scheduledlorpindicated. areas as designated below andelsewherea 1) Steel Float: On interior slabs. 2) Broom Finish: On exterior slabs, walks, etc. Texture to be approved by Architect. 3) Expansion Joints: install joint filler at exterior slabs at 25 t. on center maximum. 10. Protection: a) No foot traffic or use within 72 hours of finishing. { t.` } • CONCRETE 3B-4 763.3 OU41'� 21. . I . I ': , " o: , ; . . � , , ':' ��_. ...:' I . I ��_� '' ' - , ,,, , , w .�" ��.,� . I � - .1.11 . ­ , . . .'. I ,.I.�­ �' . �' WL '0DIVISION 4 MASONRY -NONE IN THIS SPECIFICATION a 1 - t.... F rF# �7 i 1 ->•„', 4 IIk J t �f 9` 3 i, l e.Y" A 1 r . y f. t C V t i:: 'F I t' h ! j y� t 1 " 4 yY 1 L.t R, i f l KIN F 4 0 :�03010'...�_-, . . 0., 7 r 1. t' r ? t - } t t MAIT TWA rffsvqwgowfvpt t,? 1 } 11 f `t t ! `� 7 f t Y t 1 "took S3 r I 4! ; 1. S t - R ( R "t � h + ' l 3 ' ! 7 ! 1, Y 'SWIMANsph - y f ` 7 >, ',,t S f 4 >' t >5 1 t } ;� S t, :y t y� f �. t .y t f 7 t 7 t S 4 r' - l t 4p f i 4 t a t ;r !r 405600042 t t "! ': ! �� i ter ;r r ti t t t �.'; y ''t !' t t !WnmA4 t t 7 f "� r who IR t}� r r '1 i t Ott y Y }s ' vvywOm"MAW f 'i t r r, j V z11 }` c t ; Z 7�Y t f i 5 r4 ( 7€S° . f t � 5 8 11, 7a ���a ; (� r� tilt.� ! 7 ,} 4 hx jaa t,iFf 3 4 .11 0'1� : ' � . t s � 1t y i 7 t tr7 ? t � E ' , h J! .T 4�k Y f 7 S x �• t l f. }.. + 4 5 Y 1 ) r! f,4n S>r�ltt�t } t1 �' 4 r 4 t 15v7rS 4y �4 f-1 xe> Ol� �..J �4• t C t tt 7No jt i 1_11 '+c'! �4 t -i3 fY i y {4 1..t 3J' 74 } `f '� 2 i Wit} ! (Z s t 7 i k .,i� �' t o } �1 f.. hl t {� Y� 7 ;.C.� �:.,,�„ ,�,.�z.�1 f tart�..+ i*-�'�! p�i.,�7z'' r. [ ,,;4wS.-.fi roti . �. x,J'.��` ,fC s t> -.,�, t 1�¢ �sc�y ft! Lr�r ,'v .i11 y�it, t t4. YaJ_. h1,�s�.3y af�': .T..cr CRY _'. x^r,•.11 , q.� k i�,..n>'d .1 -t: '� { y' d s, ff)e'r9 �, iRF Lk y t yt },7 ��:,m' :•,{a.� } �' 9 �} }SJS "t.+.' 1 i i� '1 �! r J `x "� -4 C i'^5.:.,r,:.A '1i� 'T.k"i� xtz rK.fi�d��s�. ,'�, w,,,?,tit t':� a: __!, ,.. .r�rtt+•-�skR"1.x2�F,'xk�i 'ii b,r.':�ar,r. _ _.G .�,-. .-� s, . .•r. . . •:4-x�r. i DIVISION 5 SECTION 5A STRUCTURAL STEEL SPECIFICATIONS The GENERAL CONDITIONS -and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this vection as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all STRUCTURAL STEEL work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Standards: All work and materials shall conform to applicable portions ofthe following (listed in order of precedence) , latest editions: a) Uniform Building Code,' Chapter 27, Steel and Iron. b) Specification for the Design, Fabrication and Erection of Structural Steel for Building; American Institute of Steel Construction. c) Code of Standard Practice of Steel Buildings and Bridges; American Institute of Steel Construction. d) Code for Arc and Gas Welding in Building Construction; American Welding Society. 2. Substitutions: Where unavailability of materials requires a substitution, structural members of equal or greater strength may be based upon the written approval of the Architect. 3. Testing,. and Inspection: See Division 1, Section 1B, TESTING AND INSPECTION. 4. Measurements: This Contractor shall be responsible for the taking of all necessary measurements at the building and the accurate fitting of all work. 5. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS and Division 1, Section lA, SUPPLEMENTARY GENEPAL CONDITIONS. 6. Qualification of Welders: Melds shall be made only by operators who have been qualifieZI Sy tests as prescribed in the "Qualification STRUCTURAL STEEL 5A-1 7633 /� DU41 ,J 23. Procedure" of the American Welding Society, to perform the types of work required, except that this provision need not apply to tack welds not later incorporated into finish welds carrying calculated stress. MATERIALS 1. Structural Steel: ASTM Specification A36-. 2. Pipe Columns: ASTM Specification A53-. 3. Tubular Columns: ASTM Spec. A36-. Grade B, seamless or welded and ground smooEE. 4. High Strength Bolts: ASTM Specification A335-. S. Welding Materials and E ui ment: Shall conform to all applicable codes. Electrodes s a conform to "Tentative Specifications for Mild Steel Arc Welding Electrodes" , ASTM Spec. A-2333 and of #60 series as required for conditions of 'the intended use. 6. Galvanizing: Conform with ASTM Spec. A93-. 7. Primer: Galvanized material - an approved zinc dust-zinc oxide primer. Non-galvanized material - an approved zinc chromate-iron oxide primer. 8. Delivery and Storage: Clearly mark each member in conformity With the approved—sH-5prawings and erection diagrams. Deliver in the order required for erection, storing only a minimum of material at the site. Box loose materials (bolts, nuts, etc. ) . EXECUTION 1. `General: Contractor shall fabricate material and erect same with skilled workmen. Exact section, shapes, thicknesses, sizes, weights and details of construction indicated on the drawings shall be supplied; however, said Contractor, because of his stock or shop practices, may suggest changes therein, and Architect may approve such changes if net area of the shape or section is not hereby reduced, and if section modulus is at least equivalent and if overall dimensions are not exceeded. 2. Fabrication: Insofar as possible, work shall be fitted and shop assembled ready for erection and/or installation. Jointings and intersections shall be accurately made, tightly fitted in true planes. If not indicated or specified, Contractor shall detail, fabricate and erect work in accordance with the standards herein specified. Provide required bracing and shoring during steel erection. STRUCTURAL STEEL SA-2 7633 0041"r' 24. 3. Wel : All welding shall conform to the -standards herein specs ie All welds exposed to view shall be ground smooth and uniform with adjoining surfaces. 4. Bolting: Install high strength bolts in punches or drilled holes as required. Diameter of holes shall be 1/16" larger than the diameter of the finished bolt. No drifting or unfair holes will be allowed. Poorly matched holes will be cause for rejection of the material. S. Galvanizing: All ferrous metal shall be galvanized where embedded in concrete, exposed to the exterior and/or where so indicated on the drawings. Galvanize after fabrication. 6. Painting: All ferrous metals, galvanized and non-galvanized, shall be thoroughly cleaned of mill scale, grease, dirt, or rust, etc. and any portions not to be embedded in concrete shall be shop coated with approved primer. After erection, spots where .the paint has been removed, damaged or burned, including field welds, bolts, and other connections not to be embedded in concrete, shall again be thoroughly cleaned and spot primed. 7. Field Connections: Boit with high strength steel bolts as b indicated on the drawings. Field welding only where shown on the drawings. Assembly of structural joints using high strength steel bolts shall be only as approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation, latest revision. Provide a hardened washer under each nut and bolt head. Beveled washers are not required where inner face of flange slopes 5% or less. Where flange slope exceeds 5% , hardened beveled washers shall be used to reduce the slope between bearing faces to 5% maximum. Draw bolts up tightly. After total structure frame is in place and before closing in with work of other trades, retighten bolts at all joints and burr the threads to 'prevent loosening. STRUCTURAL STEEL II, 5A-3 7633 V0418 1 1 25. ■ DIVISION 5 SECTION 5B ■ MISCELLANEOUS METAL SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully -as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all MISCELLANEOUS METAL indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Measurements: This Contractor shall be responsible for the taking of all necessary measurements at the building and the accurate fitting of all work. ' 2. Shop Drawings: Required. Submit in accordance with the GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS FERROUS METALS 1. Structural Steel Shapes. ASTM Spec. A36-. 2. Flats, Bars and Rounds: ASTM Spec. A36-. 3. Bolts, Nuts and Washers: Shall conform to Federal Specifications FF-B-57 for Bolts, Nuts, Studs and Material for Same. Bolt Square Steel Cut Steel Malleable Diam, Plate Washer Washer Iron Washer 1/2t1 2" x 2" x 1/4" 1-3/8" x #12 2-1/2" x 1/411 5/8" 2-1/2" x 2-1/2" x 1/4" 1-3/411 x #10 2-3/4" x 5/1611 3/4" 3" x 3" x 5/16" 219 x # 9 3" x 3/811 7/8" 3-1/4" x 3-1/411 x 3/8" 2-1/411 x # 8 3-1/211 x 7/16" 111 4" x 4" x 7/16" 2-1/211 x # 8 411 x 1/211 4. Galvanizing: Conform with ASTM Spec, A93-. 5. Primer: Galvanized Metals, an approved zinc dust - zinc oxide primer. Non-galvanized Metals, an approved zinc chromate - iron oxide primer. MISCELLANEOUS METALtt t 5B-1 7633 . 01� ..� 26. EXECUTION 1. General: Contractor shall provide and fabricate material with skilled ;Workmen in accordance with the best practices of the trade. Exact section, shapes, thicknesses, sizes, weights and details of construction indicated pn the drawings shall be supplied; however, Contractor, because of* his stock or shop practices, may suggest changes therein for Architect' s consideration. 2. Fabrication: Insofar as possible, work shall be fitted and shop assembled, rg-ady for installation. Jointings and intersections shall be accurately made, tightly fitted in true planes. 3. Welding: All welding shall conform to the "Code for Arc and Gas Welding .in Building Construction" , American Welding Society. All welds exposed to view shall be ground smooth and uniform with adjoining surfaces. 4. Bolting: install funished machine bolts in punches or drilled holes as required. Diameter of holes shall be 1/16" larger than the diameter of the finished bolt. No drifting or unfair holes will be allowed. Poorly matched holes will be cause for rejection of the material. 5. Galvanizing: All ferrous metal shall be galvanized where embedded in concrete, exposed to the exterior and/or where so indicated on the drawings. Galvanize after fabrication. 6. Painting: All ferrous metals , galvanized and non-galvanized, shallbe thoroughly cleaned of mill scale, grease, dirt, or rust, etc. and any portions not to be embedded in concrete shall be shop coated with approved primer. After erection, spots where the paint has been removed, damaged or burned, including field welds, -bolts, and other connections not to be embedded in concrete, shall again be thoroughly cleaned and spot primed. MISCELLANEOUS METAL //�� c�jj 58-2 7633 - QV��4t� 27. DIVISION 6 SECTION 6A ROUGH CARPENTRY SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all ROUGH CARPENTRY indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Rough Hardware: Plates, angles, anchors , rods, connectors and similar items required for attaching or securing finish woodwork or Millwork to structural framing or parts that may be inaccessible when finish is installed, shall be furnished under FINISH CARPENTRY or MISCELLANEOUS METAL, but shall be installed under ROUGH CARPENTRY. 2. Scaffolding: Construct in conformity with all applicable provisions of the Safety Orders of the Division of Industrial Safety, Department of Industrial Relations, Title 8, California Administrative Code. t MATERIALS 1. Lumber Gradin Lumber shall be Douglas Fir, graded in accordance with Stan ar"F Grading and Dressing Rules No. 15 of the West Coast Lumbermen's Association (latest edition) and redwood shall be graded in accordance with Redwood Inspection Service (latest edition) . Each piece of lumber shall be grade marked. 2. Sizes and Patterns: All lumber shall be surfaced four sides or worked to special patterns as shown on the drawings or specified, acceptably smooth and free from machine marks, abrasions or raised grain. Except where special sizes are indicated on the drawings, lumber sizes shall be interpreted in terms of American Standard Association' s Rules for Lumber. 3. Moisture Content: All lumber shall be air or kiln dried, 15% maximum moisture content. Finishing lumber shall be kiln dried only. ROUGH CARPENTRY 6A-1 7633 $. 00421 4. Use, Grades and S ecies: The following table indicates grades and species acceptable for uses indicated, unless otherwise noted on the drawings. WOOD FOR STRUCTURAL PURPOSES PAR IN USE SIZE GRADING GRADING WOOD RULES * Foundation As noted in Foundation graded at RWD Sill General Notes 316 the mill Studs Joists 2" to 4" thick "Construction" Rafters 6" & Wider 123b 1500 f p.s. i. Purlins (Unless otherwise Small Posts noted on drawings) Plates Mullions (1) Joists 20 to 4 Thick Rafters 4" Wide 122a "Select Structural" Lintels to Thick 1900 f p.s.i. Mullions (l) 6" & Wider 123a (When noted on drawings) Sills Studs 2" to 4" Thick "Construction" Joists 2" to 4" Wide 122b (Unless otherwise DF Plates noted on drawings) Beams 5x8 & Larger Stringers (Width more than 124b "Construction" 2" greater than 1500 f p.s. i. thickness) Posts 5x5 & Larger Timbers (Width not more 125b "Construction`: Beams than 2" greater 1200 c p.s. i. than thickness) Stripping Plast. lx4 min. Other 1" net x 3 120b "Construction" Concealed Sheathing Walls or Roof Boards Concrete Forms Below Grade 1 x 6 (1) Exposed Mullions - S4S, dry as possible; no knots on corners. (2) F.O.H.C. where exposed. * Redwood Inspection Service * Rules No. 15 WCLIB (for DF) ROUGH CARPENTRY 6A-2 7633 0 4 r 2 fF11jjj 1.1 2 9,, 5. Douglas Fir with exterior glue conforming to U.S. Product Standard PS 1-66, National Bureau of Standards. Grades as specified. Each 'piece shall be graded and sized according to American Plywood Association (DFPA grade - trademarks) . ! 6. Fungicidal Treatment: qoppernate 250, Cuprolignum, Pentatox, Pentawood "77" , or equal, containing 5% by weight of pentachlorophenol. After cutting, prior to installing, immerse for not less than fifteen minutes and not less than three hours before installation, the following: a) Bottom six inches of all studding and sheathing at the sill of exterior walls. b) All wood embedded in concrete. 7. Pressure Treatment: All Douglas Fir stills and wood in contact with concrete shall a pressure treated in accordance with the current recommended practices of the American Wood Preserver' s. Association. There shall be retained in lumber after treatment not less than the following amounts of dry salts per cubic foot of lumber treated: 35/100 lbs. of Wolman Salts, or 3/4 lbs. of chromated zinc chloride. Cut faces and bored holes in treated lumber shall be thoroughly brush coated (1/4" minimum penetration) with preservative. Furnish Architect with six (6) copies of certificate of pressure treatment. 8. Rough Hardware: Types and sizes as shown on the drawings. a) Screws, lag screws , bolts, washers and miscellaneous fittings shall be commercial grade steel of standard manufacture. b) Nails : Common wire, drive-screw or spiral type of standard manufacture. c) Framing anchors, clips and hanger*s as manufactured by Teco, . Universal, or approved equal, galvanized, 16 gauge minimum. 9. Building Paper: 30# asphalt-saturated roofing felt. EXECUTION 1. General Requirements: a) Lumber while in storage for use at the site shall be piled off the ground in a manner which prevents twisting and warping, and shall be adequately protected from the weather. b) Individual pieces shall be so selected that knots and obvious minor defects will not interfere with the placing of bolts or proper nailing, or the making of good sound connections. ROUGH CARPENTRY 6A-3 7633 00423 30• 2. Concrete Forms: a) General: Conform to the shape, lines and dimensions indicated on UFF-Ir—iwings. Thoroughly tie, brace and support to insure stability against pressure from any source without failure of any component part and without deflection. Use smooth faced plywood where concrete is exposed. For omission of forms below grade, see Division of CONCRETE. b) Removal of forms: Not prior to five days , longer if so directed by the Architect. No form, work shall be left permanently in place. 3. Framing: a) General: All framing shall be in conformance with U.B.C. ,, Chapter, as shown on the drawings and/or as specified. If any discrepancy is noted� the highest requirement shall govern. All materials shall be accurately cut, closely and rigidly secured in place. Assemble members so as to minimize the effect of shrinkage. b) Cutting, Notching, Boring: No framing member shall be cut, notched or bored except as directed by Architect or Engineer. c) Nailing: In general all nailing shall be as scheduled or det`=ile2­on the structural drawings. Toe nail only where direct through nailing is impossible. d) Bolts, Screws and Lag Screws : Bolts shall be installed in holes bored with a it 1/32" to 1/16" larger than bolt diameter and shall have malleable iron and/or steel plate washers under heads and nuts of the same, where bearing on wood (malleable iron washers shall have full bearing surfaces without indentations) . All nuts shall be tightened when placed and re-tightened at completion of the job and/or immediately before closing with finish construction. Screws and lag screws shall be screwed (not driven) into place. Hole to receive screw shall be bored to the same diameter and depth as shank; hole shall be continued to a depth equal to 3/4 of shank diameter. e) Joists: All joists and rafters shall be of grades and sizes specified and/or noted on drawings, placed with crowning edge up. Space at 16" o.c. unless otherwise noted. Splice only over plates, lap and nail overlapping ends together. f) Studding: 1) Studs thoughout shall be of sizes called for on the drawings, spaced 16" o.c. unless otherwise noted. 6AUG4HCARPE763300421 31, 2) All walls shall have plates top and bottom as detailed. Sill plates single shall have solid bearing set in bed of cement mortar. Top plates doubled. Lower layer spliced only over centers of studs. Upper layer lapped at all corners and a minimum of lap of 4 feet at all splices of lower layer. g) Bridging and Blocking: As noted and detailed on the drawings - and/or rawings •and or as amplified herein. 1) Fire stop fuzzed spaces and stud walls with continuous solid blocking at ceilings and at intervals of eight feet maximum and elsewhere as required by the U.H.C. 2) Brace all joists and rafters over 8" deep at 8'-0" c.c. maximum. Use continuous lines of 2" x 3" cross bridging. 3) Solid block between - (a) adjacent joists at ends and over bearings; (b) joists with 2 x 4 laid flat, back of plywood and gypsum board cross joints; (c) studs with 3x stud size back of cross joints in structural plywood walls; (d) studs with 2x stud size back of cross joints in nonstructural plytiood •and gypsum board walls; (e) studs with 2 x 4 laid flat for all .chalk and tack- board trim except where 1/2" or thicker plywood occurs; (f) studs, as shown on the plans, back of casework, fixtures, plaque, etc. 4. Plywood Sheathin : All plywood sheathing shall be Structural I, Interior C-D, thickness, location and nailing as noted on the drawings. Install with face grain across bearings at roof, either way on walls. Stagger joints at V-0" and center over bearings. 6A-5 5H CARPE7633 Vl� 32 • L 4 DIVISION 6 SECTION 6B FINISH CARPENTRY AND MILLWORK SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all FINISH CARPENTRY and MILLWORK indicated on the drawings and/or specified herein, including the following: a) All casework. b) Installation as required of BUILDING SPECIALTIES, Division 4. SPECIAL REQUIREMENTS 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS. an�Di.vision 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurements : It shall be the Contractor's responsibility to veri?y all dimensions at the jobsite. ..r 3. Substitutions: Refer to GENERAL CONDITIONS and Division 1, Section IA, SUPPLEMENTARY GENERAL CONDITIONS. All proposed sub- stitutions of items and/or methods specified shall be submitted for approval in strict accordance with provisions stipulated therein. MATERIALS 1. General: All lumber shall be live, sound stock, thoroughly seasoneT,—T.i.ln dried, 12% maximum moisture content, and graded in accordance with the Woodwork Institute of California (W. I.C. ) and/or as specified. 2. Use, Grade and Species : The following indicates grades and species for useindicated unless otherwise noted on the drawings. USE GRADE SPECIES Exterior Fascias, Trim, etc. A Grade Redwood Interior Trim F.G. Birch Custom Grade* FINISH CARPENTRY AND MILLWORK 6B-17633 0042 33, h USE GRADE SPECIES Casework: (Custom Grade*) Exposed Surfaces F. G. or Birch Rotary Cut Semi-exposed Surfaces F.G. or Rotary Cut Birch Unexposed Surfaces . F.G. or Douglas Fir Rotary Cut Fencing Construction Redwood Heart *W.I.C. (Woodwork Institute of California) Custom Grade 3. Doors: Types, sizes and thickness, as shown on the drawings. All moors shall meet the requirements of the Woodwork Institute of California "Manual of Woodwork" for Custom Grade, paint grade finish. Solid core; cross banded; with CS 171 Good Grade birch veneer face both sides; all edges and all sides of cutouts hardwood banded to match face veneer; all construction pressure bonded with Type I (waterproof) adhesive. All doors shall be guaranteed in accordance with Section 18, paragraph 2, of the TI.I.C. Manual of Millwork and with the .standard guarantee of the National Door Manufacturing Association. 4. Door Louvers: Controlair, type FDLS; Airolite, inverted "Y" type; or approved equal. 5. Bolts, Lag Screws, Screws : All nails, screws, lag screws , bolts , washers, etc. required for fabrication and/or installation of all items furnished under this Section shall be of commercial grade steel of standard manufacture. All exterior redwood shall be fabricated and/or installed with aluminum nails only unless specifically noted otherwise. For all specially fabricated metal attachments not of standard manufacture detailed or required, refer to Section 4B, MISCELLANEOUS METAL. 6. Screen: 8 mesh fiber glass screen - black. 7. Plastic Laminate: Formica; Textolite; or approved equal. Textured finish, solid colors, 1/16" thick. i 8. Casework Hardware: All exposed finish hardware shall be US 10B SATIN BRONZE. a) Hinged Doors: Stanley #1583, 2-1/2" x 3/4" . McKinney, or equal. Secure with #8 x 5/8" full thread FH47S. FINISH CARPENTRY AND�jMILLWORK 6B-2 0042 1 7633 34 . b) Catches: Stanley Magnetic #40 ALD; or equal. One (1) each door. c) Pulls: Cipco #3110; National; or equal. Applied horizontally. d) Drawer Slides : Knape & Vogt #1300; Grant; or approved equal. e) Shelf Standards and Support: Adjustable shelves - knape & Vogt Standard 5 with #256 supports. Standards flush mounted. f) Locks: Pin tumbler type - C.C.L. #02066; National; or approved equal. Provide as indicated on the drawings. 9. Casework Anchors: Install as detailed on the drawings. • Steel anchors included under Section 4B, MISCELLANEOUS METAL. EXECUTION FINISH CARPENTRY 1. General: All workmanship shall be of the highest quality and in accordance with the best practices of the trade. All millwork R`"`'' shall conform to the Woodwork Institute of California, "Manual of Millwork" , latest edition, Custom Grade. As far as practicable, work shall be assembled at mill and delivered to building ready to be set in place. Parts shall be smoothly dressed, and interior work, 0 including interior doors, shall be belt sanded at the mill and hand sanded at the building. All vertical pieces in lengths as long as possible or practicable. 2. __D__e_ l��ivve�eAll material stored at the site shall be adequately protected m dirt, moisture and sunlight. 3. Pr__iminq: Interior trim, where in contact with plaster, shall be backprimed before installation. See Division 9,, Section 'F, PAINTING. 4. Installation: Properly install all work level, plumb and true with tight points , rigidly secure in place not over 16" o.c. Scarf joints at splices. Miter all intersections. All exterior joints shall be set in caulking bed. Set nails flush at all exterior work. For interior work, use' finishing nails, set -heads for putty. Make neat, tight joints against the work of other trades. 5. Doors: Accurately fit and hang wood doors; properly prepare for and apply hardware; make due allowance for painter' s finish and swelling and shrinking. Trim doors with clearance at sides and top not exceeding 1/8" and at bottom not exceeding 1/4" from finish flooring or threshold unless otherwise noted on the drawings. Smoothly finish edges of doors . to equal finish of door faces. At completion, doors shall operate freely, but not loosely, with hardware functioning properly and without sticking, binding, hinge binding or other . imperfections. FINISH CARPENTRY AND MILLWORK 7633 6B-3 UU42 • 35 . 6. Installation of Finish Hardware: a) Install all finish hardware. All hardware except butts are to be fitted, taken off for painting and re-applied. Take care not to mar or injure work during installation. b) Fit hardware accurately, apply securely, and adjust. Install to provide free swinging doors that close easily, latch securely and are free from rattling. Locate lock knobs 38" up from finish floor; dead locks 48" up from finish floor; exit devices as per manufacturer' s standards and/or according to Architect' s instructions. c) Drill lead holes for all screws. Cutouts to be made with proper templates, using manufacturer's recommended methods. CASEWORK 1. Each piece 'of casework shall be complete and self supporting unit. Workmanship shall be first class throughout. 2. All casework shall be constructed in accordance with applicable vim divisions of Section 14 of the Woodwork Institute of California "Manual of Millwork" . (latest edition) for "Custom Grade" and/or as modified herein or an the drawings. 3. The back of each unit of casework and each plastic laminate counter top shall bear the W. I.C. Certified Compliance Grade stamp indicating the grade specified. 4. All hardware shall be accurately fit at the mill, removed and reinstalled after painter' s finishes have been completed. (See Division c), Section 433, PAINTING. ) 5. All counter tops shall be furnished and installed as indicated on the drawings, complete with required cutouts. (Sinks and fixtures shall be furnished and installed under Division 15, PLUMBING. ) 6. Casework shall be installed and securely anchored as indicated on the drawings. 7. 'Nailing: Use aluminum nails for all redwood except structural mudsills. FINISH CARPENTRY AND MILLWORK 6B-4 7633 00421 DIVISION 7 SECTION 7A TEXTURED ROOFING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all TEXTURED ROOFING indicated on the drawings and/or specified herein. SPECIAL REQUIREI�MNTS 1. Material List: Within thirty-five (35) days after the Award of Contract, submit to the Architect for approval, in six copies , a list of all materials and manufacturer' s specifications for intended - application. 2. Substitutions: Refer to -GENERAL CONDITIONS and Division 1, Section IA, SUPPLEMENTARY GENERAL CONDITIONS. All proposed substitutions of items and/or methods specified shall be submitted for approval in strict accordance with provisions stipulated therein. 3. Contractor: Roofing applicator shall be approved by manufacturer furnishing materials. A letter from the manufacturer or his authorized representative certifying such approval shall be submitted to the Architect with "Material List" submittal. a) Notify the Project Inspector two working days before any roof work is started. 4. Bondable Roof Construction. MATERIALS Built-up roof shall be Certain-Teed No. 80 GSW, or approval equal, except as follows: a) Certain-Teed No. 15 asphalt felt plain - 1 ply. b) Certain-Teed Dual 80 coated ply sheet - 2 plies . c) Certain-Teed Dual 80 asphalt (two mappings) - 40 Ib. per sq. d) Texture surface coating NACO No. 761 - 6 gals . per sq. e) Coolshield No. 401 color coating - 1 gal. per sq. TEXTURED ROOFING f`1,1111 rr�� 7A-1 7633 004310 37. EXECUTION 1. General: Notify Project Inspector of intent to begin work. 2. Deliver all materials to the jobsite in their original unopened containers bearing manufacturer's label. 3. All surfaces shall be smooth, dry and swept clean of all foreign materials and approved by roofing applicator before roofing operation is commenced. 4. Roofing applicator shall be responsible for the performance of all metal flashings in contact with roofing as specified under other Divisions and/or Sections of this specification. Install in full bed of mastic. S. No application shall be permitted in windy weather or when air temperature is below 550 F. 6. All nailing shall be as recommended by roofing manufacturer. 7. Each ply shall be lightly broomed, using a moderately soft commercial push broom, to insure complete embedment of the layers into the asphalt at all points. 8. All asphalt to be applied with a mop; spreader boxes are not acceptable. 9. When application of the membrane is complete and all trades are off roof, clean base sheets of all dust, dirt and debris by means of high pressure air. Wash down any oxidized area with clean, cool water. 10. Over the prepared surface, apply N.A.C.O. #761 at rate of 6 gallons per 100 square feet by spray only. Periodic agitation of N.A.C.O. in the drums is mandatory. N.A.C.O.shall be applied in a smooth even coating taking care to apply against the laps at all times. 11. When application of the surfacing is complete and thoroughly- dry (48 to 72 hours) , clean surface as specified above. Apply #401 Coolshield (colors as selected) diluted at rate of one part clean, cool water to three parts Coolshield and apply by spray only at minimum rate of 1/3 gallon per 100 square feet. Allow to dry. Apply balance of material (approximately 3/4 gallon) undiluted measurement. CERTIFICATION A letter certifying application, from the roofing manufacturer, shall be filed with the County upon completion of the work. TEXTURED ROOFING 7A-2 7633 00431. 3�3 DIVISION 7 SECTION 7B - SHEET METAL SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE 1. Furnish all labor, materials, equipment and services required for the execution and completion of all SHEET METAL work indicated on the drawings and/or specified herein. 2. SHEET METAL work shall include all sheet metal items 10 gauge or lighter unless specifically specified in other Divisions and/or Sections. SPECIAL REQUIREMENTS 1. Standards: Work of this Section shall be governed by the Sheet Metal and Air Conditioning Contractors' National Association Inc. (SMACNA) , "Architectural Sheet Metal Manual. " 2. Measurements: The Contractor shall be responsible for taking all necessary measurements at the building and the accurate fitting of all work. 3. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS and Division 1, Section IA, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. Sheet Steel: Copper-bearing steel, hot-dip galvanized conforming to ASTM A�fi=64T for a minimum coating, all surfaces, 1.25 oz. per square foot. Minimum 26 gauge, unless otherwise indicated or noted. 2. Solder: ASTM B32-60aT. 50% lead - 50% tin. 3. Soldering Flux: Acid type; neutralize with soda wash. 4. Accessories: (bolts, screws, clips, nails, etc. ) Used. in assembling and installing galvanized sheet metal work, hot-dip galvanized. Tinned soft iron rivets. Nails - full barbed. 5. Primer: All priming under Division 9, Section 9B, PAINTING. 6. Caulking Compound: A.C. Horn' s "Vulcatex" ; Kuhl' s "Elastic" ; or approved equal. SHEET METAL r� 7B-1 7633 00432 39 . EXECUTION 1. General: All work shall be fabricated and installed as indicated on tK-e-Tr—awings, in accordance with the best practices of the trade and in such a manner as to insure complete weather and water tightness. 2. Form sheet metal accurately to dimension and shapes indicated, surfaces free from buckles and waves, edges and corners straight and true. Avoid unnecessary joints. Allow for expansion, contraction and other movement by loose lock joints where required. Miter, lock and solder corners and intersections. 3. Flashings: Flat-lock end laps and solder. Provide lap type expansion joints. 4. Gravel Stops: Ten (10) feet maximum length of sheets with lap type expansion joints. SHEET METAL ' ',-7B- 7633 40. 5, DIVISION 7 SECTION 7C BUILDING INSULATION SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all THERMAL AND SOUND INSULATION indicated on the drawings and/or specified herein. MATERIALS 1. Thermal Insulation: Foil faced, Owens-Corning or approved equal. a) Roof - 6" thick (R-19) . b) Walls - 3-1/2" thick (R-11) . 2. Sound Insulation: 2-1/2" thick fiberglas noise barrier butts , Owens-Corning or approved equal. EXECUTION 1. Install thermal roof insulation between rafters entire roof area, except overhang. 2. Install thermal wall insulation at all exterior walls, full height. 3. Install sound insulation in walls as indicated on the drawings, friction fit, full height. BUILDING .INSULATION 7C-I 7633 0043 DIVISION 7 SECTION 7D CAULKING & SEALANTS SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material equipment and services required for the complete installation of all caulking and sealing called for on the drawings and/or specified herein. SPECIAL REQUIREI�MNTS 1. Workmen shall be trained and experienced in work of the types required. a) Installer for exposed sealant work shall be a company regularly performing work of the types required, for not less than five years in advance of work herein. 2. Manufacturers of exposed sealant materials shall have authorized representatives locally available for jobsite inspection and assistance. 3. Guarantee: Warranty sealant work as follows: a) Against failure of materials or defective workmanship. b) Against entry of water into or through the concealed or interior spaces of the structure or its parts due to said defects or failures. c) Against fading, discoloration, checking, cracking, crazing or other defects or changes in appearance. d) Duration shall be five years from commencement date specified. MATERIALS 1. Sealant: One part acrylic terpolymer, factory prepared compound conforming to F.S. TT-230C {1) , Tremco Mfg. Co. , Mono Series , DAP or equal. 2. Sealant Tape: Factory prepared, paper-backed polyisobutylene strips 1-1/2" wide x 3/3211 or 1" x 1/16" as required to seal the work, Superior Concrete CL-50 , or approved equal. CAULKING & SEALANTS 0043 )'- 7D-1 7633 42. , 3. Caulking: One part polysulphide polymer base factor prepared comp—ou—nZ conforming to F.S. TT-S-230C (1) , Products Research & Chemical Corp. 7000 Series, DAP or equal. . 4. Backing Filler: As manufactured or approved by caulking and sealant manufacturers - types compatible with caulking and sealant materials and of sufficient density, shape and size to provide firm, uniform backup during applications. 5. Primers, Thinners and Cleaners: As made or approved by sealant manufacturer 6. Colors: (for exposed materials) a) Hue as directed where used adjacent to permanent color finishes. b) Gre y or black elsewhere as directed. EXECUTION 1. Locations for Materials. a) Sealants: 1) Joints directly exposed to exterior and interior, including joints whether noted sealant, caulking; mastic or otherwise, and as may occur in the work. 2) Exterior joints protected by trim or other covering, except paint, may be sealed using either sealant or caulking materials. b) Sealant Tape: Joints between materials mechanically fastened and exerting continuous compression on sealant. c) Caulking: Interior concealed joints, whether noted caulking or mastic, and as may occur in the work. 2. Contact surfaces shall be free from coatings, laitances, dust and other matter or conditions inhibitive to proper adhesion. 3. • Seal entire perimeter at openings, as applicable. 4. Joints : Not otherwise shown by dimension: Caulking or sealant depth not less than one-half the, joint width, except never less than 1/4" . Provide backing filler as necessary; placed in continuous strips forced straight into joint; set to depth required using suitable gauges. Do not stretch lengthwise to aid placing. a) Extrude liquid or mastic materials into place; accureately appli7 n one continuous operation; to full joint or pocket depths and widths required. CAULKING & SEALANTS 7D-2 7633 0043 .)' 43. 1 ® 5. Completion: a) Remove unwanted debris resulting from this work. b) Clean adjacent surfaces free from smears, etc. as the work progresses. c) Caulking and sealant shall have full and complete adhesion with contact surfaces, and shall have a thoroughly neat, extruded appearance to shape and sight lines required. t r r f r r n 1 CAULKING & SEALANTS 7D-3 7633 t 00-43 � is t 44 . DIVISION 8 SECTION 8A ALUMINUM DOORS & FRAMES SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE ` 1. Work Included: Furnish all labor, materials, equipment and services required for the execution and completion of all aluminum doors and frames, indicated on the drawings and/or specified herein. 2. Work Not Included: Glass and glazing. - SPECIAL REQUIREMENTS r� 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS. 2. Measurements: It shall be the Contractor' s responsibility to verify all dil-mi—ensions at the jobsite. . 3. Manufacturing Standard: Kawneer Company No. 350 or approved equal. MATERIALS & EXECUTION 1. Sections: Shall be extruded from 6063-TS aluminum alloy. See drawings or details. 2. Hardware: Furnish and install. a) Offset pivots each door. b) Latchlock @ Door No. 1, Adams Rite 4510. c) Flush bolts @ Door No. 1. (inactive door) d) Single acting concealed overhead closers @ each door. e) Push-pull style "L" each door. (engraved push , pull) f) Threshold No. 69-140 @ Door No. 1. (bronze anodized) g) Fully weatherstrip Door No. 1. • 3. Finish: Permanodic Medium Bronze #28. 4. Erection: After erection and glazing, this Contractor shall check and rea dust as required all items of operating hardware on doors sinstalled under this Section. 043,) ALUMINUM DOORS & .FRAMES 8A-1 7633 45. DIVISION 8 SECTION 8B STEEL DOORS AND FRAMES. SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and serviced required for the execution and completion of all STEEL DOORS AND FRAMES, indicated on the drawings and/or specified herein. Related work in other Sections and/or .Divisions shall include all glass and glazing (Section 8D) . SPECIAL REOUIREM..ENTS 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS: 2. Measurements: it shall be the Contractor's responsibility to verify all .imensions at the jobsite, 3. Manufacturing Standard: Forderer Cornice Works; Ceco Steel Products Co. ; Duszng & Hunt, Inc. ; or approved equal. 4. Substitutions: Refer to GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. All proposed substitutions of items and/or methods specified shall be in strict accordance with provisions dtipulated therein. MATERIALS AND EXECUTION DOORS 1. General: Size, thickness and locations indicated on the drawings. Construct of 18 gauge stretcher leveled, pickled, soft annealed furniture steel. Reinforce with 18 gauge channel stiffener at 6" c. c. full height of door, except where interrupted for glass lights. Spot weld to one sheet at 4" c.c. vertically; other sheet projection welded from outside face, 16 gauge channel reinforcing full width of head and sill, welded to top- and bottom rails and made weatherproof. Frame all cutouts with 18 gauge channel stiffeners and spot weld the skin at not to exceed 3" centers on both sides of the door. Both vertical edges shall have 1/2" welds at 3" centers . Weep holes in bottom of exterior doors 3/16" at 6" centers. Bevel lock stile of all doors STEEL DOORS ASID FRAMES 8H-1 00439 7633 4.6 " 1/8 Seal S all edges and grind smooth. The finis' g be completely smooth, free from all weld marks. 2. Cores: Asbestos or rock wool sound deadening 3. Glass Moldings: Make up in frames with profil Exterior side . ixed, other side removable with ova R 4. Hardware Reinforcement: Mortise, reinforce, d all hardware. Pre it from templates. Reinforce f with a minimum of 3/16" backing. 5. The inactive leaf of a pair of doors to have f to assure lock is tamperproof. 6. Finish: Two (2) 'coats zinc chromate - iron o: FRAMES General: Provide at all doors as indicated. Ada, construction, size, style and profile as indicate, a) Material: 16 gauge cold rolled, pickled pressed steel. b) Fabrication: All intersections mitered, smooth. —Provide head reinforcement full len over 42" wide and/or multiple openings. c) Hardware Reinforcement: Mortise, reinfor all hardwarg. Prefit from templates . Reinf hardware with a minimum of 3/16" backing. d) Jamb Anchors: 12 gauge steel, top and be centers maximum. Weld four corners to fraME e) Finish: Two (2) coats zinc chromate - i_ f) Louvers: Airolite "Type 663A" ; Wonder 2 "AL 4­'1617ror equal. Louver shall be chain c loaded closing device and U.L. approved 160( Prime with zinc dust - zinc oxide primer. screen. Louver shall be detachable from fr, and tap frame, securing louver at not less _ sides. Deliver to jobsite as a complete un STEEL DOOR 8H nn -2 0440 DIVISION 8 SECTION 8C ALUMINUM WINDOW SASH SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division .l, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all ALUMINUM WINDOW SASH indicated on the drawings and/or specified herein. Related work in other Sections and/or Divisions shall include all glass and glazing (Section 8D) . SPECIAL REQUIREMENTS 1. Shop Drawings: Required.- Submit in accordance with GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurements: It shall be the Contractor' s responsibility to verify all di'mensions at the jobsite. 3. Substitutions: Refer to GENERAL CO;4DITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. All proposed sub- stitutions of items and/or methods specified shall be in strict accordance with provisions stipulated therein. MATERIALS 1. Aluminum Window Sash: All-Weather (Oakland, CA) 1-5/8" casement with—integral nail-on fin or approved equal. a) General: All extruded sections shall be aluminum alloy 606 --Z�Frame sections shall not be less .than 1-5/8" deep with web thickness not less than 1/811 . Miter all corners and electrically flash weld, remove exposed surplus metal. All windows shall be furnished with snap-on glazing beads for setting of� glass. b) Finish: Medium bronze anodize. 2. Rough, �Hardware: Anchors, slips, bolts, etc. shall be aluminum stainless steel, or cadmium plated steel as recommended by the manufacturer for intended use. Use no material not compatible with aluminum unless effectively insulated therefrom. 3. Caulking: A.C. Horn Co. "Hornflex Thiokol LO-32 Sealant. " Sonneo o. "Sonolastic Thiokol LP Sealant" ; or approved equal. • Class B. ALUMINUM WINDOW SASH 7633 8C-1 Ql_�Q`ti. 48 . EXECUTION 1. General: All aluminum window sash shall be installed by manu acturer' s authorized agent. Openings shall be plumb, square and acceptable to window supplier. Insulate effectively all aluminum from all 'materials not compatible. Install plumb and true and properly aligned. Avoid springing and forcing. 2. Anchorage: Secure sash to structure at not over •16" o.c. ; #8 screws, ong. Installation shall withstand not less than 15# per square foot wind load. Use cadmium plated screws. • ALUMINUM J7INDOWSASH 8C-2 7633 00442 ,4 9 .. . - .. tP , i E DIVISION 8 SECTION 8D GLASS AND GLAZING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all GLASS AND GLAZING indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Samples: Required. 3" x 6" of each type glass specified. Samples shall be labeled. 2. Material List: Within thirty-five (35) days after Award of Contract, sato the Architect for approval a complete list, in quadruplet, all products to be used. Included shall be information showing compliance to specifications. MATERIALS 1. Glass: Standard brands; comply with applicable requirements of Federal Specification DD-G-451a. Each piece of glass shall be labeled indicating name of manufacturer, grade and quality. Labels to be removed only when directed. a) Tempered Solar Control Glass: Pittsburg Plate Glass Co. , Graylite "14' , thick; or approved equal. b) Solar Control Glass: Pittsburg Plate Glass Co. , Graylite "14" , 4 thick; or approved equal. 2. Glazing: a) Glazing Tape: Shall be a vulcanized butyl rubber type. ' Resilient, non-bleeding and non-staining. Prestite 166. 6; Arenco 156; or approved equal. b) GlazingSealant: (gun grade) Shall be a polysulfide base sealantcon-nfor ng to Int. Federal Spec. TT-S-00230. GLASS AND GLAZING 8D-1 7633 00413 S0: EXECUTION 1. Standards; Glass shall be set true and tight by skilled glaziers. Work shall conform to the Flat Glass Jobbers Association "Glazing Manual. " 2. Installation: a) Glass shall be ordered and installed with draw lines horizontal. Cut with smooth, straight edges to full size required for opening with necessary clearances for expansion and contraction. b) All glass shall be set to fit frames with equal bearing entire width of each pane. Set to prevent shifting or rattling. c) Surfaces of rabbets, glass and frames to be glazed shall be absolutely clean and dry to insure watertight glazing bond. d) Locate and install all glass as shown on the drawings. Install glass in metal frames with glazing beads and/or steel stops as detailed. Apply glazing tape to both sides at edges of glass, set in place and seal joint between glass and glazing bead or stop at exterior face with glazing sealant. e) All glazing to be straight, full and true. No glazing above sight line. GLASS AND GLAZING 8D-2 763300,441: � • N DIVISION 8 �- SECTION 8E FINISH HARDWARE SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required to furnish all FINISH HARDWARE indicated on the drawings and/or specified herein, including all screws, bolts and other accessories required for attachment. a) It is the intent of the specifications that all FINISH HARDWARE required to complete the building be furnished under this Section unless specifically specified under another Division and/or Section of this specification. Hardware supplier shall be responsible for quantities of hardware required to complete the work whether included in Schedule of Finish Hardware or not. • In the absence of a specification for any necessary item, furnish hardware comparable in type, operation, quality and finish to that specified herein. b) Related work in other Divisions and/or Sections includes the furnishing of hardware for all casework, toilet room accessories and the installation of all hardware to be furnished under this Section. SPECIAL REQUIREMENTS 1. Material List: Two copies of the preliminary hardware schedule shall be delivered to the County Building Maintenance Department for review and comments. One schedule with their corrections marked in red will be returned to the hardware supplier. When the new final hardware schedule is compiled, three copies shall be forwarded to the Building Maintenance Shop and three copies to the Architect for approval. This will enable the County to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardware. The successful hardware bidder shall contact the lock company' s representative as soon as possible and have him meet with the County Building Maintenance personnel to assist in reviewing the hardware and keying schedule prior to the forwarding of the hardware order to the factory. 2. Keying: All keyed locks shall be passed by the existing County Great Grand Master Key. All lock cylinders are to be Grand Mastered, Sub-Mastered, Building-Mastered, and set keyed.- FINISH HARDWARE 0044 8E-1 7633 52. Allow for future expansion under each Master or Set. A •construction key system shall be set up by the factory supplying hardware. Furnish eight (8) construction keys. 3. Keys: Furnish three keys per lock with an additional ten keys for each set; ten keys for each Sub-Master; ten keys for each Building- Master; and 150 key blanks in the job Keyway. All keys are to be tagged with the hardware item number, door number and room number from plans and delivered directly to the County Building Maintenance Department by the hardware supplier. Upon receipt of the locksets and cylinders from the factory, the hardware supplier shall notify the County Building Maintenance Depart- ment that the keyed locks and cylinders are ready to be checked for the keying requirements set forth in the keying schedule. After the keyed locks and cylinders have been checked against the keying schedule and corrections made, the County will accept the keys for the job. Then the keyed locks will be delivered to the job with a Construction key system which has been set up by the factory. 4. Hardware: Each item of hardware when delivered to the job shall be p ainy marked with the corresponding item number from the hardware schedule and with door number taken from the architectural floor plan and with Set key numbers if locks and hardware are keyed. 5. All hardware shall comply with applicable code requirements. 6. Steles: Any hardware item if requested. Submit in accordance with GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS AND DETAILS 1. Manufacturers: Equals: Butts and Hinges McKinney Hardware Lawrence Bros. Locks and Latches Sargent & Co. Schlage Closers Sargent & Co. LCN Push, Pull, Kick Plates Sargent & Co.. Quality Stops and Holders Sargent & Co. Zero Thresholds Pemko Zero FINISH HARDWARE 8E-2 7633 0044 � 53 . 2. Lock Design: Sargent - Taylor (DC) Schlage - Plymouth (PLY) 3. Finish: Satin bronze (US10) except satin chrome (US260) in Toilet Areas unless noted otherwise. Closers spray painted to match hardware. 4. Placement of Hardware: a) Knob Locks - Centerline of knob = 38" up from floor b) Dead Locks - Centerline of cylinder - 60" up from floor c) Push Plates - Centerline of plate - 42" up from floor d) Door Pulls - Centerline of Pull - 42"• tip from floor S. Anchorage of Hardware: All exposed wood and machine screws shall be Phillips phead. � a) Concrete: Secure to concrete with cinch anchors and machine screws or toggle bolts as required. b) Wood: Secure to wood with long or full thread screws. . Screws shall be 2-1/'2" long at all butts. SCHEDULE OF FINISH HARDWARE The following is a schedule of hardware to be furnished for this project. The material listed shall conform throughout to the require- ments of the foregoing specification: FINISH HARDWARE 8E-3 7633 i 0044" t ® GR—O= Doors #1 Each door shall have: 1 cylinder 42 US26D Balance of hardware by door supplier. GROUP 2 Doors #5 and #6 Each door shall have: 1-1/2 pr. butts TA2314 US10 4-1/2. x 4-1/2 NRP 1 Lockset 8G037 DC 10 1 Deadlock 14-475 10 1 Closer 150 series sprayed bronze 1 stop and hook 3378 10 1 threshold 165 AY 3 door silencers 1337A GROUP 3 Doors #7 Each pair shall have: 3 pr. butts TA2314 US10 4-1/2 x 4-1/2NRP • 1 Lockset 8G04 DC 10 1 Deadlock 14-475 10 2 Extension flush bolts 3450 x 12" 10 1 Dust Proof Strike 3475 x 3477 10 1 pr. 30" cane bolts. 2 Door silencer 1337 A GROUP 4 Doors #3, #4, #9, #10 Each door shall have: 1-1/2 pr. butts TA2714 US10 4-1/2' x 4-1/2 1 Lockset 8G05 DC 10 1 Stop 3415 10 3 Door silencers 1337A GROUP 5 Doors #8 Each door shall have: 1-1/2 pr. butts TA2714 US10 4-1/2 ,"x -4 1/ 1 Lockset 8G04 DC 10 1 Stop 3425 10 3 Door silencers 1337 A • _ WARE , . FINISH HARD • . 8E-4 7633' 00448 55 i I . , - I . I I � . . I I I I I - . . I I . I ' '. � . 1.11 .. I I 11 I 11 I . 11, � I, 1 . . I I I I . . . . 1 . I I I �. - � -- I � � - I I I 0 GROUP 6 Doors #11, #12 Each door shall have: 1-1/2 pr• butts TA2714 US26D 4-1/2 `x 4-1/2 1 Push Plate 3015 MAE 10 1 Pull Plate 3135 MAE 26D 1 Closer 150 series sprayed alum. 1 Stop 3425 26D 3 Door silencers 1337A . . .. _ _ ..-,: II ' _.. ' a = ,+ 5 ,, Reception Gate: 1 pr.II 4057 10 Chicago .gII II •` 1 I i .- .-,. r., iJ - _ .. „ ��. 5 t '?... r } . .. , .'t 0 � ,",� �4�, - ",,, - , -� ,�t�, ,-.!,: �� ,,, .. -- - , �I ,:�, ��� 'FINISH HARDWARE A 8E-5 7633 0A-1L , R:' ,,,, t` 546• .R,, ,;r i" DIVISION 9 SECTION 9A GYPSUM WALLBOARD SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the complete installation of all gypsum wallboard indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS Taping of joints to be done under Division 9, Section 9E Painting. MATERIALS 1. 5/9" sheetrock Firecode gypsum board - U.S.G. U.S. Gupsum Co. or approved equal. S2. Metal Corner Bead - U.S.G. No. 103. 3. Metal Casing Head - U.S.G. No. 200-B Series. 4. Screws: 1-1/4" Type W Bugle Head. (typical) 5. Screws : l" Type S (Gyp. Bd. to Resilient Chan. ) . ' 6. Resilient Channel RC-1 - U.S.G. EXECUTION 1. Install gypsum wall board with bearing at all edges. Use maximum practical lengths to minimize end joints. Stagger joints on opposite sides of partition. a) Secure at each bearing, 12" centers. b) Install metal corner bead at all external angles. c) Install metal casing bead at all exposed edges as detailed or required. d) Install resilient channel @ 24" o.c. each side of partition. (sound deadened partitions) • GYPSUM WALLBOARD 9A-1 7633 0040 57. DIVISION 9. SECTION 9B PAINTING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all PAINTING indicated on the drawings and/or specified herein, including the taping, spotting and sanding of gypsum wallboard. a) Work Included: In general, barring specific statement to the contrary, painters finish shall include all exposed wood, gypsum board, ferrous and galvanized metals, and all exposed work and equipment installed under the Divisions of PLUMBING, HEATING AND AIR CONDITIONING, and ELECTRICAL. b) Work not Included: Gypsum board above suspended ceiling, all no errous or plated metals, prefinished casework, and items which have integral color or are factory finished except as specified herein. GENERAL REQUIREMENTS 1. It is the intent of the specifications that the Contractor shall execute all painters finish required for both the protection of materials and the appearance of the building. Omission of any drawings shall not relieve the Contractor of the obligation to provide an appropriate finish of the highest quality. 2. The Painting Contractor shall refer to other Sections and/or Divisions of the specifications and shall inform himself of items being shop primed or prefinished and of painting to be required of him. SPECIAL REQUIREMENTS 1. Material List: Within thirty-five days after award of contract submit to the Architect for approval a complete list, in six copies, of all materials to be used and a schedule of finishes, similar to that which is at the end of this Section, which shall include a listing of all materials to be employed, type of surface, type of finish and number of coats. Included with submittal shall be a letter from manufacturer certifying that the materials are the best of their respective kinds and are recommended for the purpose intended. • 2. Samples: Submit two (2) 8" x 12" samples of all colors and finis e Architect for approval prior to commencing painting operation. Samples shall, when practicable, be submitted Aon same PAINTING 00451 9B-1 7633 _ 58. material or species of wood as that to which finish is to be applied. Finish coat shall match approved sample. MATERIALS 1. Paint: All .paints, stains, varnishes, etc. shall be of the highest quality of the type designated, shall have non-fading coloring pigments, and shall be smooth, uniform and of good brushing consistency. All materials shall be as manufactured by Glidden; Fuller O'Brien; Dutch Boy; Pratt & Lambert; Pittsburg, or approved equal. 2. Exterior Stain: Pigmented stains for exterior use shall be Olympic; Ca t; U.S. Plywood "P.A.R. " ; or approved equal. 3. Basic Materials: All miscellaneous basic painting materials such as raw and Soiledlinseed oils, turpentine, shellac, white lead, putty, solvents, etc. shall be pure and of the highest quality, and shall comply with the latest Federal Specifications and/or ASTM Standards. 4. Putty: Putty composition by weight shall be 75% whiting, 10% white lead, and 15% linseed oil. S. Colors: All colors shall be as selected by Architect. Use of accent colors shall be limited to four (4) selections. 6. Labels: All materials shall be delivered to project site in origina unopened packages and/or containers. SURFACE PREPARATION 1. General: All surfaces shall be prepared in a manner to produce finisi-h work of first-class appearance and durability. Each section of the building about to be painted shall be "broom clean" and free from dust upon commencement of painting and during the painting operation. Once painting operation has begun, it will be assumed that the painting contractor' s inspection has been completed and that all surfaces were acceptable to permit first class work. 2. Woodwork: a) All interior woodwork shall be thoroughly hand sanded and dusted before painting. All knots, pitch pockets, or sappy portions shall be shellaked or sealed with knot sealer. b) After priming, putty all nail holes and other imperfections in such a manner that they shall be true to surface and unrecognizable. 3. Gygsum Wallboard: Finish all gypsum wallboard joints, nail":heads and other blemishes with an approved perforated tape reinforce- ment and joint compound. Work shall be in accordance with manufacturer' s instructions and the best practices of the trade. Sand smooth, except PAINTING OU452 9B-1 7633 59. ,1 those surfaces behind suspended ceiling, backed casework and tackboard. Surface shall be smooth, clean and true to line before sizing or priming. 4. Unprimed Metals: Remove all grease and oil, wash with zinc sulphate soluti.onthree pounds of zinc sulphate to one gallon of water) . Metal shall be clean, dry and free from any mill scale and, . rust before priming. S. Galvanized Metal: Shall be washed with a solution of chemical phosphoric metal etch and allowed to dry. 6. Shop Primed Metals: All factory or shop primed metals that have become marred`during installation shall be thoroughly cleaned and spot primed as required. . 7. Surfaces Not to Receive__ Painters Finish: Remove all hardware, fixtures, etc. before painting and replace thereafter. Adequately protect all other surfaces not receiving painters finish. WORKMANSHIP 1. All work shall be done by skilled mechanics under favorable weather conditions and/or conditions suitable for the production of first- class work. No finish shall be applied when the temperature is below 500 F. or when surfaces are damp. or wet. No varnish when the temperature is below 700 F. 2. No finishes shall be applied with spray equipment without Project Inspector' s written approval. 3. All materials shall be applied evenly with film thickness as recommended by manufacturer, without runs, sags, skips or other defects. 4. Materials shall not be altered except by thinning, reinforcing or coloring, any of which shall be done in strict accordance with manufacturer's printed instructions, and only when required to insure finishes of the highest quality. 5, Each coat shall be tinted slightly from the preceding coat to avoid skipping. The coat preceding the final coat shall be tinted slightly darker than the scheduled color. 6. All coats shall be thoroughly dry, sand as necessary, inspected and approved before application of succeeding coat. 7, After primer-sealer coat of all gypsum board surfaces is dry, all visible suction spots shall be touched up before applying succeeding coats. Work is not to proceed until all such suction spots are sealed. PAINTING 9B-2 7633 n 00453 60. S. All enameled trim and doors and all varnished surfaces shall be rubbed down with extra fine sandpaper between each coat. Finish all, edges of doors. 9. All surfaces of casework shall be finished. All exposed surfaces (including backs of hinged doors) shall have scheduled finish. Interior surfaces (including drawers, sides and bottoms) shall have second and third coats of scheduled finish. 10. Parking lines shall be painted for individual parking as indicated on the drawings. Apply in 4" wide strips as recommended by manufacturer. Include handicap design. PROTECTION The Contractor shall protect all surfaces and objects inside and outside of buildings against damage. Defaced surfaces shall be cleaned and original, finish restored. He shall also hold himself responsible for the orderly storage of materials, removal of all polluted rags, empty containers, etc. at the end of each day, taking . every precaution to prevent fire. Store materials where directed. CLEANING Upon completion of painting operation and/or when so directed, all surfaces shall be left clean. Paint Contractor shall be held responsible for all items and surfaces damaged by his painting operation and/or the cleaning thereof. All rubbish, waste, and surplus material shall be removed from project site. SCHEDULE OF FINISHES 1. Number of coats specified shall be considered minimum. This Contractor shall provide additional coats at his own expense if required to insure finishes acceptable to the Architect of uniform thickness, color and 'texture, free from cldudy or mottled appearance in surfaces and thinness of coatings on arrises. It is the intent that the finishes as applied shall include the necessary pre-treatments recommended by the paint manufacturer for the Materials to be furnished, whether specified or not. 2. The Contractor shall submit to the Architect for approval a SCHEDULE OF FINISHES, similar to that following, -as specified in SPECIAL REQUIREMENTS, Paragraph 1 of this Section: a) EXTERIOR Finish 1B: Redwood 1st Coat - Penetrating, Semi-transparent Stain 2nd Coat - Penetrating, Semi-transparent Stain PAINTING 00451 9B-3 7633 61. Finish 1D: Asphalt Paving (Parking Lines) One Coat - Quick Drying Traffic White Finish 3A: Non-galvanized Ferrous Metal est Coat - Zinc Chromate - Iron Oxide Primer (touch up goat only for shop primed items) 2nd Coat - Semi-Gloss - Sash and Trim Enamel 3rd Coat - Semi-Gloss - Sash and Trim Enamel Finish 3B: Galvanized Ferrous Metal 1st Coat - Zinc Dust - Zinc Oxide Primer (touch up coat only for shop primed items) 2nd Coat - Semi-Gloss - Sash and Trim Enamel 3rd Coat - Semi-Gloss .- Sash and Trim Enamel b) INTERIOR Finish 4D: Birch Trim - Doors - Casework 1st Coat - 3 Parts Oil Stain and 1 Part Pigmented Paste Filler 2nd Coat - Satin Finish Varnish 3rd Coat - Satin Finish Varnish Finish 7B: Gypsum Wallboard 1st Coat - -Polyvinyl Acetate Primer-Sealer 2nd Coat - Semi-Gloss Stippling Enamel Finish 7C: Gypsum Wallboard 1st Coat - Polyvinyl Acetate Primer-Sealer 2nd Coat - Satin Finish Stippling Enamel Finish 8B: Non-galvanized Ferrous Metal lst Coat - Zinc Chromate Iron Oxide Primer (touch up coat only for shop primed items) 2nd Coat - Undercoat 3rd Coat - Enamel (same as adjacent surface) SBT4TING 7633 0045 � 62. DIVISION 9 SECTION 9C VINYL WALL COVERING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all VINYL WALL COVERING (and fiber board backing therewith) indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS Samples: If requested. Submit in accordance with GENERAL CONDITIONS an Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. Vinyl Fabric Wall Covering: Prince Guard "Gunny" , as manufactured by Columbus Coated Fabrics Company, Division of Horden Chemical Company. 54" wide. Vinyl shall be laminated to a woven fabric backing. Overall weight shall be not less than 15 oz. per lineal yard. Material shall have a Class I (0-25) Flame Spread Classification in accordance with ASTM E84-61. Each roll shall bear Underwriters ' Laboratory label certifying said requirement. 2: Fiberboard Backing: Kaiser Co. "Fir-Tex Tackboard Base. " U.S. Gypsum Co. ; or equal. 1/2" cellulose fiber insulating board conforming to ASTM Standard, C 208-, Class A. One side shall have a smooth laminating quality surface, factory primed with Class II (Flame Spread Index 26-75) finish. 3. Adhesives: Waterproof cement as recommended by manufacturer of product or material being installed. 4. Extra Material: Deliver to the County twenty (20) lineal feet x full width of vinyl fabric wall covering of each color and pattern installed. EXECUTION 1. General: Two types of application. a) Vinyl covering adhesively applied to tackboard with all VINYL WALL COVERING 9C-1 0f 4613 63. edges of sheets covered with vinyl including field cut pieces, and adhesively installed as panels to gypsum wallboard. b) Vinyl covering adhesively applied directly to gypsum wallboard. 2. Surface Preparation: Wall covering shall be applied by experienced workmen in strict accordance with manufacturer Is' instructions and recommendations. a) Nall covering shall not be installed on surfaces where moisture content exceeds 4%, and shall be so verified with moisture meter before applying wall covering. b) Prime wall surfaces with adhesive or other primer recommended by manufacturer of wall covering. c) Use only lead pencil for marking walls. Ball point pen, crayon and grease pencil marking shall not be allowed under or on vinyl wall covering. d) Vinyl covering shall be hung in accordance with method standard to the trade, except as herein modified. 1) Seams shall be lapped and double cut. No factory-cut- edge butt-seam work or butted seams allowed. 2) No corner seams, projecting or re-entrant, shall be allowed. Carry covering around corners a minimum of 6" . 3) Use full width of material except in cases necessitated by construction features or pattern. No patching shall be permitted. 4. Cleaning: Excess adhesive shall be removed and not allowed to dry upon surface of vinyl wall covering. Wash down seams with type of cleaner recommended by manufacturer to remove adhesive. Upon completion of work, wall covering shall be cleaned of all dirt or foreign substances. Adjacent surfaces of walls, floors, etc. showing evidence of cement or other defacement caused by these operations shall be cleaned, repaired or replaced to the satisfaction of the Project Inspector. 5. Protection: After installation, protect wall covering during progress of�-u`ilding work, until completion and acceptance of building. Any portion damaged or defective shall be repaired or replaced with new material. VINYL WALL COVERING � 9C-2 7633 10 00A�1 64. 1 DIVISION 9 SECTION 9D CERAMIC TILE SPECIFICATIONS. The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE 1. Furnish all labor, material, equipment and services required for the execution and completion. of all CERAMIC TILE work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Material List: Within thirty-five (35) days after the Award of Contract, submit to the Architect for approval a complete list in six (6) copies, of all products to be employed. 2. Samples : If requested. Submit in accordance with GENERAL CONDITIONS and Division 1, Section•lA,. SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. Tile: All tile shall be standard grade, complying with U.S. Department of Commerce Simplified Practice Recommendation R61-61, Federal Spec. SS-T-308b. Each container shall bear the quality certification hallmark of the Tile Council of America, Inc. Deliver to the jobsite in original unopened containers. a) Floor Tile: 1" x 1" x 1/4" thick, unglazed integral color, natures-c` ay`type. b) Wall Tile: 4-1/4" x 4-1/4" x 5/l6" thick, glazed, cushion edgeT. Provide all coved and/or bullnosed accessories at all angled intersections. All wall tile shall have self-spacing lugs. 2. Colors: Tile colors shall be selected by Architect from mann acturer's standard colors. 3. Mortar (floor) : Portland cement in proportions as specified by America Standards Association Specification. 4. Adhesive (walls) : Organic adhesive -to conform with ANSI A136-1 1967. CERAMIC TILE 9D-1 7633 004 6 a., . ; r S.. Grout: r . a) Floor the grout shall be neat gray Portland cement, and approved waterproofing compound mixed to manufacturer's specifications. b) Wall tile grout shall be white Portland cement and approved waterproofing compound mixed in accordance with manufacturer's specifications. 6. Extra Material: Deliver to the County two (2) square feet of ,. each type and color of ceramic the installed. EXECUTION 1. Standards: Tile shall be installed in accordance with "Handbook for Ceramic Tile Installation" (latest edition) , as published by Tile Council of America. This subcontractor shall have a copy of said specification at the jobsite.,at all times during execution of work. 2. Workmanship: Work shall be laid out to center tile. Avoid small cuts. Necessary cuts shall be rubbed smooth and even. Wainscot heights shown- shall be approached as nearly as possible using full tile. All joints shall be true and straight. Fill all joints fully with grout. Strike off surplus to shoulder of tile. 3. Cleaning- and Protection: All work shall be thoroughly cleaned and shall e a equate y protected against damage until final acceptance by County. All damaged work shall be removed and replaced. CERAMIC TILE . D-2 9 X633 . 66• DIVISION 9 SECTION 9E CARPET SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE 1. Furnish all labor, materials, equipment and services required for the execution and completion of all carpet work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Material List: Within thirty-five days after award of contract submit to the Architect for approval a complete list, in four copies, of all products to be used, including information showing compliance to materials specified. 2. Layout: A drawing indicating areas to be carpeted shall be submitted in four copies for approval, showing widths of carpeting, orientation of widths, trim strips and any pertinent installation details. No carpet shall be installed until Architect' s approval has been obtained. 3. Maintenance Manuals: Furnish the Owner with three copies of the carpet manufacturer' s printed recommendations for the care, cleaning and general maintenance of the carpet furnished. MATERIALS 1. Carpet: Carpet shall be first quality. No seconds or imperfections will a acceptable. 2. Fabrication of carpeting shall be as follows: (standard of quality) Style Textured Loop Pile Yarn (3 ply) 100% Antron continuous filament commercial nylon containing Antron III for static control Stitches per Inch 7.5 minimum Pile Height . 187 minimum CARPET 9E-1 7533 00461 67. Face Weight 28 oz. per square yard minimum a Latex 30 oz. Primary Back Polypropylene Secondary Back , Action Back 3. Static Control: Maximum 2.5 KV @ 20% relative humidity @ 700 F. 4. Flamability: a) O.S. Dept. of Commerce D.O.C. FF 1-70. b) ASTM E-84. c) Flame Spread Rating 75 or less. S. Acoustical Properties : NRC-20 (for concrete slab glue down) 6. Color: Color of carpet shall be as selected -by Architect from mann a�cturer' s standard colors - submit samples. 7. Approved Manufacturers: a) Burke Carpet b) Walter Carpet Mills c) Barwick Mills 8. Concrete Sealer: As approved by Jute Carpet Backing Council. a) 35 % solution of 42 deg. Baume Sodium Silicate and a non-acid penetrating agent compatible with adhesive. 9. Adhesive: a) Floor - waterproof type, James E. Lee Co. , Texloc. b) Seam - per carpet mfg. recommendations. 10. Accessories: Binder Bar (Kinkead Industries, Inc. ) clamp down type extra e a uminum strips with carpet hooks, exposed surface hammer texture, anodized aluminum punched for mechanical fastening to concrete slab floor. 11. Rubber Base: 4" top-set, cove type; Burke Industries or approved equal. a) Color to be selected by Architect. 12. Extra Material: Deliver to the County eight (8) square yards of the carpet installed, and ten (10) lineal feet of the rubber base installed. CARPET 9E-2 ?633 00461 68 EXECUTION 1. General: All materials shall be installed by qualified carpet mechanics- Prior to installation, the floor shall be thoroughly cleaned with all grit and dirt removed, acceptable for carpet installation. All carpeting shall be delivered to the site in original wrappings with manufacturer' s labels and identifying marks stamped thereon. 2. Seal: After cleaning the concrete slab shall be sealed, thoroughly dry bemire proceeding. 3. Carpeting: a) Material shall be stored in an enclosed, ventilated and dry area and protected from damage and soiling. b) All carpeting shall be laid with tightly butted seams cemented throughout. c) All carpeting shall be laid smooth, even and uniformly stretched. Wrinkles will not be tolerated. All necessary cutting shall be done on the job. d) Carpet seams shall be . invisible. All cut edges shall be treated to prevent raveling. Stretch carpet using power stretching tools, and avoid wrinkling or buckling. Openings at electric floor outlets, plumbing cleanouts and other similar work shall be neatly cut and trimmed as specified above or properly bound and fitted to the equipment. d) Carpeting shall be laid with all tufting parallel with edges and in one direction, unless otherwise indicated on the drawings. 4. Install rubber base over carpet. a) Use manufacturer' s recommended adhesive. b) No joints within 12" of corner, min. length of base (3 •ft. ) . 5. Cleaning: Upon completion, all debris and waste shall be removed, except carpet trimmings large enough to be useful in patching and repairing shall be delivered to the County. Vacuum clean entire installation free of dirt, waste and foreign matter immediately before the work is accepted by County. 6. Guarantee: This Contractor shall be required to re-lay any carpet that does not orov.ide an attractive, wrinkle-free appearance and shall correct any condition due to faulty installation which may appear for a period of one year from the date of completed installation. This will include seams that show. • CARPET 9E-3 7633 U04.6$10 69. DIVISION 9 SECTION 9F SUSPENDED ACOUSTIC CEILING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE 1. Furnish all labor, material, equipment and services required for the execution and completion of all suspended ceiling system work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS, 2. Material List: Within thirty-five (35) days after Award of Contract, submit to the County for approval a complete list, in four (4) copies, all materials and equipment proposed for use, including manufacturer' s names, catalog number and data. 3. Samples: If requested. Submit in accordance with GENERAL CONDITIONS. 4. Rules and Regulations: ioAll work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshal; the Safety Orders of the Division of Industrial Safety, Department of Industrial Relations, State of California; applicable standards of the National Board of Fire Underwriters; Uniform Building Code; and the National Electrical Code; all laws, ordinances and regulations of State Agencies having jurisdiction. Nothing in the drawings and specifications is to be construed to permit work not conforming to these codes. Where the standards of the drawings and specifications for materials and/or workmanship are higher than the requirements of the above codes, the drawings and specifications shall govern. , MATERIALS AND EXECUTION 1. General: The grid system shall be installed in a flat, horizontal plane as shown on the drawings and as specified herein, by the use of a horizontal revolving laser beam or other approved method. ' 2. Non-Rated Suspension System: Lock-Products Co. - "Steel-Lok" Series "E" or equal, exposed grid system, roll formed from 24 gauge cold rolled, prepainted steel as follows: (2' x 4' grid) SUSPENDED ACOUSTIC CEILING 9F-1 7,133 U[ 463 70. a) Main .and..Cross Runners : (4' 0" spans or less) - No. Sll 1" ® flange an web bulbsection. b) Perimeter Members: #SWA-7, 3/4" x 1" angle. c) Exposed surfaces electro-galvanized and factory finished ivory-white baked enamel. d) Clips d Fasteners: Cadmium plated steel as required for the suspension system. e) Each corner and intersection joint shall be capable of withstanding 100 lbs. in either shear, tension or compression., 3. suspension Devices:. #12 ga. galvanized steel wires 4'-0" o.c. maximum along main runners and at the corners of all lay-in fixtures. 4. Acoustical Ceiling Board: Lay-in panels, size as indicated on therawings , thick. Class A • (incombustible) minimum light reflection . 75. Gold Bond, Non-directional Solitude, or equal. 5. Upon completion of the job, deliver to the County one . (l) box of acoustical ceiling board of the kind installed. • SUSPENDED ACOUSTIC CEILING 9F-2 7633 DIVISION 9 SECTION 9G LATHING AND PLASTERING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, equipment and services required for the execution and completion of all LATHING AND PLASTERING indicated on the drawings and/or specified herein. SPECIAL REQUI.MIENTS 1. Standards: All materials and workmanship for lathing and plastering shall conform to the "Reference Specifications" , California Lathing and Plastering Contractors Association, Inc. 2. Sales: Submit color and texture sample for approval. Provide two (2) approved samples prior to the commencing of plastering operations. MATERIALS 1. Lathing Materials: a) Building Felt: Asphalt-saturated felt complying with ASTM Spec.D`226 0 lbs, per 100 square feet. 36" wide. b) Kraft Pager: Of standard manufacture, 3. 5 lbs. per 100 square feet. c) Stucco Netting: 18 gauge wire; 1" hexagonal mesh; galvanized. Weight - 1. 4 lbs. per square yard. d) Metal Lam: Diamond mesh, fiat expanded and/or ribbed, copper-bearing steel lath. Minimum weight - 3. 4 lbs. per square yard. Dipped after fabrication in an approved rust- inhibitive paint or galvanized. e) Blued Nails: 12 gauge, 1-7/16" with hooked head. f) Furring Nails: 1-1/4" galvanized, with fiber washers. g) Corner Beads: Small radius type, 26 gauge, galvanized, with continuous expanded metal wings not less than 2-1/2" wide on each face. LATHING XNDPLASTERING 9G-1 Ultt��� .� 7633 72. h) Ground Casings: Rectilinear casings, with solid or expanded wing as required. 26 gauge, galvanized. 2. Plastering Materials: a) Water: From domestic supply, free from subsequent contamination. b) Sand: Clean, sharp, washed natural sand, free from injurious amounts of alkali, soluble salts, organic matter, silt and other harmful substances. Sand shall be graded in accordance with the recommendation of the California Lathing and Plastering Contractors' Association, Inc. c) Cement: Portland cement of standard brand complying with ASTM Spec. C 150-; Type I. The Brand of cement shall not be changed during the progress of work without written approval ® of Architect. d) HH�drated Lime: Of standard brand complying with ASTM! Spec. C 206-; Type S. e) Exterior Stucco: "Exterior California Waterproof Float" , California Stucco Products Co. ; Peerless; or approved equal. Integral color as selected by Architect. f) Aggregate: 1/8" to 3/8" maximum. Washed, clean and free from glass "Terry"Terry Beach" aggregate; or approved equal. Samples of aggregate shall be approved by Architect prior to handling. 3. Character of Plaster: Grade of sand and texture of all finish shall be as directed by the Architect from samples prepared by the Contractor. a) Exterior Plaster: 3 coats - total thickness 7/8" 1) Scratch Coat - 1/2'" thick. 1 part Portland cement, 3 parts sand, 1/10 part lime putty. 2) Brown Coat - 1/4" thick. 1 part Portland cement, 4 parts sand, 1/10 part lime putty. 3) Finish Coat - 1/8" - thick. Exterior California Stucco, waterproof float, Peerless, or equal. Mix and apply in strict accordance with manufacturer' s specifications. Smooth wood or carpet float finish. b) Exterior Plaster with Aggregate Surface: 3 coats - total thickness shall e not less than . LATHING AND PLASTERING 9G-2 7633 004f)"1473 . n 1) Scratch Coat - 1/2" thick. 1 part Portland cement, 3 parts sand, 1/10 part lime putty. 2) Brown Coat - 1/4" thick. 1 part Portland cement, 4 parts sand, 1/10 part lime putty. 3) Finish Coat - Apply in a thickness heavy enough. California Stucco Marblecrete; Peerless, or approved equal. Mix and apply in strict accordance with manufacturer' s specifications. Aggregate finish; then sealer after a week. 4. Application of Plaster: Surfaces and corners shall be true to . lineNo irregularities,—tool marks, discolorations, crazing, popping, cracking, loosening, or other defects due to faulty materials and/or workmanship. Verify that all preliminaries and accessories are completed. Complete each surface (wall or ceiling) of finish plaster as one continuous operation. Join successive operation only at corners, applied moldings, or other natural divisions in the design. a) Materials and Mixing: 1) Containers: Manufactured materials shall be delivered in or g na3.packaging with seals unbroken, bearing name of manufacturer and brand. 2) Protection: Cementitious materials must be kept dry unt1'1. us"`eZ,stored off gro4nd, under cover and clear of damp areas. 3) Measuring; Materials shall be proportioned by means of calibrated boxes or other approved means of accurate proportioning. Measurement shai• 1 be accurate with successive batches proportioned exactly alike. 4) Mixing Plaster: Material that has partially set shall not be retempered or used., Caked or lumpy materials shall not be used. Mixing equipment, tools, etc. shall be clean and free from set or hardened material. Each batch shall be mixed separately. with dry ingredients thoroughly mixed. b) Exterior Plaster on Metal Lath and/or Stucco Netting: 1) First (scratch) coat - Press firmly and engage the stucco netting or metal lath completely. Mechanically roughen before set. Keep moist for 48 hours. sa 2) Second (brown) coat - Moisten the first coat. Bring to a plane with rod and darby. Mechanically roughen before set. Keep moist for 48 hours; let stand .for 15. days (total) . 3) Third (finish) coat - Moisten the second coat. Finish as indicated, apply in strict accordance with manufacturer' s specifications. LATHING AND PLASTEPING 9G-3 7 633 6046 74. WATERPROOFING ® 5. All exterior plaster with aggregate surface shall be sealed with a waterproofing material. a) Waterproofing shall be Rainproof Systems, Inc. , XL8-8. 1) One Coat: Apply XL8-8 at the rate of 100 square feet per ga lon. b) Application procedures shall be in strict accordance with the manufacturer' s recommendations. � � j , Y 4 k r 1 ; 1 :f f t .` G LATHIN MD PLASTERING 9G-4 cc 7633 0046'* 75. . tl DIVISION 10 SECTION 10A MISCELLANEOUS ITEMS SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, material, equipment and services required for the execution and completion of MISCLLANEOUS ITEMS indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Shop Drawings: Required. Submit in accordance with GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurements: The Contractor shall be responsible for the taking of al measurements at the project site and the accurate fitting of all work. 3. Accessories and Anchors: Include as required, unless specifically shown or specified otherwise, for the complete installation of all work under 'this Section. 4. Substitutions: Refer to GENERAL CONDITIONS and Division 1, Section 1A, SUPPLEMENTA..RY GENERAL CONDITIONS. All proposed substitutions of items and/or methods specified shall be in strict accordance with provisions stipulated therein. • MATERIALS AND .EMECUTION 1. TOILET PARTITIONS: Provide and install as indicated on the drawings and per manufacturer' s specifications. Ceiling hung. Baked enamel finish. Color as selected by Architect from manufacturer' s standard selection. "Century" by Sanymetal Products Co. , Inc. ; "Arista" by Fiat Metal Manufacturing Co. ; "Ceiling Hung" by Henry Weis Mfg. Co. 2. TOILET ROOM ACCESSORIES: R.A. Gershenson Co. or approved equal. a) Toilet Tissue Dispenser: (one each toilet) #824 singlefold. stain ess steel. b) Toilet Seat Cover Disnenser: (one each toilet) #801 recessed, stainless -steel. MISCELjEO {ITEMS 1OA-1 V� J7633 75 . c) Paper Towel Dispenser: (one each toilet rm. & one at storage rm. sink) . #1104 singlefold, stainless steel. d) Waste Receptacle: (one each toilet rm. ) #1213 13 gal. , stainless steel. e) Mop & Broom Holder: (one at Janitor) #1026 stainless steel. f) Mirror: (one each lavatory) #600 series, 18" x 30". g) Partition Mounted Feminine Napkin Disposal: (one dual unit require #500 series, stainless steel. h) Combination Feminine Napkin - Tampon Vendor: #502 semi-recessed, stainless steel, 10C coin--op. i) Liquid Soap Dispenser: (one each lavatory) #1311 wall mounted, chrome. J) Grab Bar: (two each toilet rm. ) #348-48, 1-1/4" o.d. , stainless steel. 3. FIRE EXTINGUISHERS: a) Extinguisher: Type ABC, Model 6 "Cosmic" , J.L. Industries or approved equal 6 lb. capacity. b) Cabinet: Semi-recessed with 2-1/2" return trim. Model 999V, J.L. Industries or approved equal. Break glass door with cylinder lock. c) Wall Mounted Bracket for extinguisher at mechanical room. 4. CHALKBOARD: a) Materials: 1) Chalkboard: Laminated wood fiber back 1/4" thick, factory adhere to " plywood back. All surfaces true, uniform and free from defects. The backs of all chalkboard shall be sealed. Son-Nel "Calslate" ; Naco "Nacoslate" ; or approved equal. Colors as selected by Architect. 2) Accessories: Aluminum (6063-T5 alloy) trim, anodized finish Son No. 105 with No. 4 chalk and eraser shelf. ,1" map rail with hangers at 18" centers. • Naco, or equal. b) Installation: Locate as shown on the drawings. Eraser shelf and map rail shall extend full length of all chalkboards. Secure with #8 x 2-1/2" chrome plated Phillips oval head screws at 16" o.c. MISCELLANEOUS ITEMS 1OA-2 7633 0047077. ® 5• PUBLIC TELEPHONE BOOTH: Tellette 1300-2 as manufactured by- Accessory Specialties, Inc. or approved equal. e, 6• SIGNS: 1/8" matte finish acrylic, unframed, with 3/8" radius corner` Dav-Son, Inc. or approved equal. Furnish signs as follows: Private (2 each) Conference (2 each) Men (1 each) Women U each) Janitor (1 each) a) Letter Style: Avant Garde medium, lower case. b) Color to be selected by Architect. i 2• Y t 1 T .j 1 1 i f t i i } r MISCELLANEOUS ITEMS 10A-3 A 7633 00471 78. i ! f - DIVISION 11 �QQIPMENT i. NONE IN THIS SPECIFICATION t Ir t 1 :1 i i { l! y 1 y { d 1 • � r -.4 L a -. 1 � 3� � i f, f 1 i i f a 1 1 t 1 ) ,a y rl'} .t S 4 } Y + s t n . b a s • i i 1' ti Y 't t t 1 1 r f d. ! , y y - C 4 S 4 r s ! nf t I C } x t 4 J ti t f d 0`U4"7.2 79: � ss i�tt�. �.��:.V S•Y�•,� 7 t .` �' ��Y( ';T .�i art.'"...h>��i4 ���: ��-Y.,,.' n��r.a,L.,r,t .: ,.ti.,, ,.l. .. .. r I I :I .I �� -I I- � I .1 . � �I -, �� �,� , ... . .. I. I -. �,1 � " I ' ' . I ''. . . I I -: .:--, ''.- I I — L ,(- I I�, - . �, . I-- --,l. :. , . ., �.�-� ,�,1.- �,':i. " I I, . I I 1.1,1,�� �'.-"� , " � , . I I I I I I I I , -, � � I I ,. 1�1�'�.." . �:,�-, , _ , , , I . � : . .. 1, I 0 I � I � : . ;,!-,� . i I.1�n� �, , 1.. I I � " , :�:— � I , - , - . DIVISION 12" FURNISHINGS 11 NONE IN THIS SPECIFICATION 1. , 4 t,t ,1': y t 1 ( Y-Y t s 9 I ., ,�.1,11' , , '�, `,'.�"," -,-:��,�,.�1-11� i :1 -- � ,.�,,,�-,:.-"�,,�;",-�,�,*""",-"��7,,,,��,.,,,� .�.'�t,.-�,,,,',�,��,.',��,,.,�,�,-".,::,-",;�,;'��.!'�',i,t�;,,.ti ';� c ,. , I . 1 ;f i r,, +} r t t r �t 5 �, . `+' t t h� t ) ,1�� F r y, "; 4 e` r r ":� .- r - ;,' F -,, • I3r , . .rr� 1, r t •t ) T ou4 73 . s o. y ', , - ' , . u r, i .s, 1._'_ ,. t �. ­ - 1, �I " - �,�, �, ­ — � �.—� .�� .,: , �� I 1: , : �-,- � ; '. :,:�:" � — , ; �-,"..,�--,: �.'�� . �� � I - , .1 � I , . - , — I I .11 -- ,, : � — -.',�: , - �,�—���,'�- , , , . � - � g�� . , � .`7 � �-� �,- , :�,-, ;,,- : , , , . , . � ,:� . , . I 0 � �' �I, 11 �` I..., �. �:.d, .":,:. ��';_,��—::�:l �� ,::: 1",�, ", ".:�" �. I , � " i-,::.�I, , DIVISION I3 SPECIAL CO2JSTRLTCTION NONE IN THIS SPECIFICATION, 1+ 1 44 Y11.- , Y , Y 1 r s { r li yet i 4 t t i 1 • {V Itl e. I } A 2 y 1. I- f r Y r ' r 4. f jt N `.... ` f I rf i iI I t .i yy t ' y ' ` t )F i ., i� 7 f �' t r '.l i S i Fi i �� t y i i a1. z.-. A i i. r J{ p i :�� i i £4 y r E Y Y r I�t i t F ,i" ..' ...�) 3�s Y t Y �S t l., i ,1 AWWWAV -r j. 0 � �,:,i 1'�:�--"� -,";'., � � 1 1 c 3 Y � d p�rY s� t 1 OL� a t C l �. + Y I ti Y r j, ( J _.II t I v I ��� i Y � Y � Y . "; ,x( < '�5�, � �. i r` i� .Y Y I Y '' r i !Y I ; y w h .. F .: Fx< + ?i ....a I. .. 4; r tY i � 77 <y �, rY � 1 v sx 3 r t r Y' } t{�. 7 I i _ 1 y> ._ _ _.4 _. .YrrG�t. .. s. 1,h..,+� .�'re ;,. .,.r`�-'C*g,, ft^ze +3.,.. tt",Y t..� man s7� N., �n+�` .:;'�a+� c r_ F'rt� 1,� .;aim-,. r : � I , , � ,,, I.� I I - I I 1, I . ' ' . , I I , :� 1, I I��l I ,�I . - I ,� - ,, � I . I I � . ; .�, , �- ,�, : , �-, -I I 1. 1. I� I . . I I ,.i I 1. �,:�, I 0 1, ,. . I I ,: ,..�, I I -� � . .1 DIVISION 14 CONVEYING SYSTEMS' NONE IN THIS SPECIFICATION a { f j�. 4 '` - yp J' - 11 4 t 't _4 - 4 a t ti r t 4 0, . , i zit t j 1 c i r f y' Rj y{ b ` J. cti, t. f t - i I 1. .3 , t ,'t ' l 4 t 4 } }•Yf t 1 } 4 II �}<. 4 r a t 4: 0 II A _+ -4� It �S )L{ f Y K 4 t �$ 4 e 2 i !' t 1' -tt 4 ' t f = S t t 4 4 { F t t i '� ... ,L rf t t i r r 4 % d 5 k 7 i - C -t 1 St I d t Ct Z } y S 4 i" t 4 t 4 Z Y F tS j ! ' t i I f} , f 1 t 4i l i ,:it i S: .: r 0 ..� I'.I.;��,:-,, ,��.""'�.�:Z,",,",,;.',,�, �-,�-'.�l :i,-���';,�.�,,�,"-.,.-71-��j '.,:I -��,,-;,,"1,,",",,,,,.�;,:��,,,�:; , ,. �,. - ,� -�l ., ",��.� , "t - ,,�.,. -.�I -.1 i, Y.1 I. is ..�. " I. }.� t 4. f ' •� c ` ' ki eIR ._. .-. .t.:,y i.� r F r 1. 'e t 4 t -R i r.� �-, a)it r Ry zt�4 �i"s � , ti 1 �1 J.7 l."'.,!; �,ZNe,f.3N4. •�.�f 6 .x w„�.t�R - ",, 74, r DIVISION 15 SECTION 15A. PLUMBING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, apparatus, tools, equipment, and special or occasional services as required to complete a working installation of all plumbing systems shown on the drawings and/or specified herein. The work shall include all necessary* materials, appliances and apparatus not specifically mentioned herein or noted on the drawings as being furni 3) Foundation drain lines. 4) wafter heater flues. 5) Air conditioning apparatus condensate drain piping. SPECIAL REQUIREMENTS 1. PERMITS AND FEES: County will secure and pay for all permits , fees and inspections necessary for the prosecution and completion of the work. Contractor is responsible for business license. County will pay any and all utility company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. 2. VISIT TO SITE: Visit the project site, take necessary measurements, and verify exact location of buildings, utilities , and other facilities, and obtain such other information as is necessary for an intel- ligent owner for any error or omission on the part of the bid ' der in this connection. 3 . SUPERVISION: Contractor shall personally, or through an authorized and compe- tent representative, constantly supervise the work from begin- ning to completion and, within reason, keep the same workmen and foreman on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested dur- ing inspection. 4. PIPE SPACES: Keep all work within the spaces provided in the building design. Unless specifically noted otherwise, all pipin5 shall be conceal- ed. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. S. CLOSING OF UNINSPECTED WORK:; No work shall be enclosed before all required inspection and tests have been performed. Any work prematurely closed shall be reopened for inspection and restoration of all work thereby shall be at the contractor's expense. 6. COOPERATION WITH OTHER TRADES: Cooperate fully with other trades doing work on the project as may be necessary for the proper completion of the project. Refer to architectural, mechanical, electrical and structural drawings for details of the building structure and equipment installation which will tend to overlap, conflict with, or require coordination with the work of this section. All- work in this section shall be scheduled as to avoid any overlapping and conflict and to effect such coordination as may be necessary for the proper completion 'of the building as a whole. VU '� PLUMPING 7. DRAWINGS AND SPECIFICATIONS : . ')The drawings- are diagrammatic and indicate the general arrange- ment of the plumbing and piping size requirements. No pipe shall be less than the minimum required by good practice. Where larger sizes or higher standards are required herein, on the Drawings, or by Code, the more strict requirement shall be furnished. Should field conditions or other causes necessitate rearrangement of plumbing or piping, the proposed arrangement shall be approved by. the Architect before work is started. Report all observed discrepancies to the Architect before proceeding. b) These specifications are intended to cover all labor, material, and standards of workmanship to be employed in the work covered by this section. The drawings and specifications are intended to supplement each other and all work or materials not specifi- cally mentioned, but necessary for completion of this work shall be furnished by the Contractor. S. CODES AND REGULATIONS: a) All work and materials shall be in accordance with the latest rules and regulations of the Uniform Plumbing Code, Uniform Mechanical Code, the National Fire Protection Association, Part 4, Title 24 C.A.C. , all local state ordinances , and all regulation pertaining to the adequate protection and guarding of any moving parts or hazardous items . Nothing in these plans or specifica- tions shall be construed as to permit work not conforming to • these codes. b) Rulings and interpretations of the agencies having iurisdication shall be considered part of the codes. and regulations if commonly known to the trade prior to the submittal of bids . d Whenever the drawings and specifications require higher standards than are required by the regulations , the drawings and specifica- tions shall apply. Whenever the drawings and specifications require something that would violate the regulations, the regula- tions shall apply. ' d )No extra charge will be paid for furnishing items required by the regulations, but not specified or shown on the drawings. 4. CUTTING, PATCHING, REPAIRING AND DAMAGE BY LEAKS: The contractor shall do or arrange for all cutting, chipping, digging and drilling as required for the proper installation of his work. The contractor shall cooperate with all trades in providing well in advance the information regarding openings required in walls , slabs and footings for piping and equipment and shall ascertain that said openings are properly located. Note requirements in Structural sections 'and drawings regarding penetration. The contractor shall reimburse all other contracr • tors for any damage done to their work due to careless cutting , leaks, or overflow during construction. ,,iiAA QQPLUMBING OV`!'�V 15A-3 76-33 85 i 10 . SUBSTITUTIONS: w� it is the intent of these specifications to establish ,quality standards of materials and equipment installed. Fence, specific items are identified by manufacturer, trade name or catalog designation. b) Should the coritractor propose. to furnish materials and equipment other than those specified, as permitted ih the "or approved equal" clauses , he shall submit a written request for any or all sub- stitutions to the Architect. Such a request shall be an alternate to the original bid;. shall be accompanied with complete descriptive (manufacturer, brand name, catalog number, ttc.) and technical data for all items. • , c) Where such substitutions alter the design or space requirements indicated on the plans , the contractor shall include all items of cost for the revised design and construction includinc cost of all allied trades involved. 11. MATERIALS AND SUBMITTALS: Within 35 days after the award of the contract, five copies of a complete submittal, consisting of catalog cuts , data and brochures of materials and equipment proposed for use shall be deposited with the Architect for approval. Where materials or equipment are at variance with the plans or specifications , .the Contractor shall assume full responsibility for the function and conformity to the space requirements as well as the coordination of all other trades whose work is affected by the change or sub- stitution. The Architect's approval of such material or shop drawings shall not relieve the Contractor from the responsibility for deviations from the drawings or specifications. 12. PROTECTION OF WORK: The Contractor shall be responsible for damage to any of his work before acceptance. He shall cover securely all openings, and cover all apparatus , fixtures, and appliances both before and after setting into place, to prevent obstruction in the pipes and bread- age or disfigurement of equipment. Should the equipment become damaged, the Contractor shall restore it to its original condition and finish before final acceptance. ' 13. CLEANING AND PROTECTION: • The contractor shall clean thoroughly all plumbing fixtures and trim before acceptance, and shall protect all surfaces of the plumbing fixtures during construction with heavy paper pasted thereon, or by other approved means . The cold and hot water pi pi-g s stews shall be flushed out until they are clean and any sterilization procedure required by local authorities shall be accomplished. After completion, all debris resulting from the plumbing work shall be removed from the site and the installation left in condition satisf actory to the Owner' s representative. V `� ,wi PLUMBING 15A-4 86 . 76-33 14 . TESTS AND 'INSPECTIONS: 4b*a) Pipe lines shall be completed and all permanent pipe fittings installed before final pests. b) Work shall not be covered up or enclosed until it has been inspected, tested and approved by the plumbing inspector and other governmental authorities having jurisdiction. Should any of his work be enclosed before such inspection and tests, the Contractor shall uncover the work, and, after it has been tested, inspected and approved, restore his work and that if other Contractors to its original condition at no expense to the Owner. . c) All water., piping shall be hydrostatically tested and proven tight at a pressure of 150 psi. d) All drainage system and gas piping shall be tested as set forth in the local plumbing and gas piping ordinance. e) All test pressures shall be held for not less than two hours without additional pumping. f) Flush valves, faucet stops , drinking fountains ,etc. , shall be adjusted to their normal working condition. g) The Contractor shall furnish all labor and materials required for making the tests. 15. AS-BUILT DRAWINGS: Corrections and changes made during the progress of the work shall be recorded on a set of blue line prints of the contract drawings which shall finally show all work as actually installed. 'Two sets of prints showing this information shall be furnished to the Architect at completion. Prints for this purpose will be furnished by the Architect upon request. 16 . GUARANTEE: The Contractor shall guarantee all materials, equipment, and work- manship furnished by him to be free of all defects and shall agree to replace at his own expense, at any time within one (1) year after the installation is accepted by the Architect any and all defective parts that may be found. PLUMBING 15A-5 • ?6-33 00480 87, MATERIALS 17. PIPE AND FITTINGS: a) Underground soil, waste, vent, and rainwater leaders except exposed Type 'M' copper, shall be standard weight Tyseal cast iron_soil pipe and fittings. b) Aboveground soil, waste, drain, and vent lines 4" and larger shall be standard weight Tyseal cast iron soil pipe and fittings , and 2" and larger may be the same at the option of the Con- tractor. c) Aboveground waste, vent and drain lines under 2" and up through 3" at the option of the Contractor shall be galvanized steel• pipe with threaded cast iron drainage fittings . d) Aboveground rainwater leaders shall be D-W-V copper with wrought copper drainage fittings. e) At the option of the Contractor all soil, waste, and vent : piping aboveground may be Type W copper drainage tubing, with copper solder joint fittings. f) Gas Air Piping: Shall be standard weight black steel pipe with* 150 lb. MI. screwed, banded fittings. Underground portions of Jines shall be coated and wrapped with asphalt and paper equal to Pabco Specifications S-40-240K. g) Hot and cold water piping: Shall be Type L copper tubing, hard drawn, with wrought copper solder joint fittings . h) Sanitary sewer building drain from a point 3 feet from building line to connection with sewer main shall be as specified for soil pipe or may be vitrified clay sewer pipe ASTM-C-200 with • factory applied flexible compression joints, if approved by local authorities. i) Site storm drain piping: Shall be extra strength concrete sewer pipe or JM Class 1500 Transite, where approved by local authorities. 18. UNIONS: a) Steel piping Shall be malleable iron 150 lb. around joint, Crane No. 1290 or equal Walworth. b) Copper lines: Shall be soldered joint, Crane No. 633 or equal Mueller. (1) Union shall be installed downstream of all valves. c) Insulating unions: Shall be manufactured by Ecoff Products Co. (EPCO) , Cleveland, Ohio, or equal Needmac. 00481 15AM6ING 8s. 76+33 19 . JOI:7TI::G MATERIALS: a) Cast Iron soil pipe: Joints shall be padded with Oakum and shall be secured with molten caulking lead or Tyseal , a minimum of 1" deep, well caulked after cooling and smoothly faced. "NO-hub" joints will not be allowed by local code. b) Screwed pipe: Pipe threads shall be ASA-B2.1. Threads shall be cut straight and true and pipe shall be reamed and all burrs and cuttings removed. Rectroseal pipe thread lubricant or Teflon tape shall be applied to male threads only. c) Solder joints: Shall be made up with 95-5 tin-antimony solder using a suitable non-corrosive flux. d' Clay pipe joints: Wedge-Lok joints lubricated with soap solution or as recommended by manufacturer to effect joint.' e) Concrete pipe: Pack with jute and fill with grout 1:2 cement, sand, beveled at 450 to barrel of pipe. VALVES AND SPECIALTIES: Jenkins of Walworth. a) Gate valves: Shall be brass body wedge disc screwed joint _non-rising stem, 150 Ib. working pressure with wheel handle, screwed or solder joint ends, No. 49-U. b) Check valves: Shall be brass body swing check, 125 lb. working pressure screwed joints , No. 92-A. C) Interior hose bibbs: Shall be Chicago No. 293 or equal• polish chrome plated h' single faucet with •tee handle adjustable threaded flange, and hose end, chrome plated. dl Exterior hose bibbs: Shall be Chicago No. 387 or equal Crane rough brass 3/4" loose key sill faucets or approved equal and installed where shown. el Gas valves: 1) Gas appliance stop: 1" and smaller shall be brass with lever handle, No. 290 or approved equal. 2) Gas shut-off valve: lk" and larger shall be square head with check brass cock, 125 lbs. No. 254 or approved equal. 3) Furnish tee handle. key. Mount on bracket in furnace room. 0040. 15A-TING 89. • 76-33 21. 'BANGERS AND SUPPORTS: Shall be standard products or a- type suited for the service conditions required, Superstrut, Grinnell, or approved equal. Screws shall be used in wood construction, concrete inserts in concrete construction. a) Cast iron pipe: Horizontal runs shall be supported by individually adjustable hangers, wrought straps, U-Hooks or single hooks as applicable. b) Screwed ferrous pipe: Shall- be supported by individually adjust- able hangers, wrought straps, U-hooks, or single hooks as applicable. c) Copper tubing: Shall be supported similarly*_to' screwed_pipb ' except that supports and hangers shall be copper or copper plated of a type especially designed for copper tubing. d) Trapeze hangers: Shall be made of steel members as required; when used with copper tubing, a layer of 15 lb. asphalt felt shall be placed between copper and ferrous material. 22. DRAINS: Wade, Smith or Josam. Numbers cited are Wade. a) Floor drains: 1J Toilet rooms: W-1100-J cast-iron floor drain with double drainage flange. Where membrane waterproofing is used provide with flashing clamp. Adjustable 5" x 51' nickel brass strainer, set square with walls or the pattern. 24 Mechanical room: Cast iron drip drain, W-1662 or equal, with basket strainer, galvanized. b) Roof drains: Shall be located where shown on the drawings and shall be W-3220-DS high dome with medium sump and flashing clamp and deck clamp. 23. CLEAN_ OUTS: Shall be standard products of a type and size suitable for the use intended and shall be the approved equal of those specified. Plugs shall be brass with cast iron body ferrule for C.I. pipe. Shall be Wade, Smith or Josam. Number cited are Wade. PLUMBING 1SA-8 7E-33 00483 ' 90 _ 4 a) Floor cleanouts: t:-8140 with nickel bronze floor plates. b) Wall cleanouts (finished areas) : Shall be 11-8450 R with stain- less steel wall plates. c) Grade cleanouts: W-813OZ, cast iron body, same size as line served. Set flush in finish pavement of 24" ,square x 4" thick concrete anchor pad, flush with grade. ' 24. SLEEVES AND WALL PLATES: a; Service pipe through exterior walls and ceilings: Shall be provided with water-tight cast iron caulking sleeves, Wade W-9730 or equal Smith or Josam. b). 'Pipe through interior walls and ceilings: Shall be provided with wall and ceiling plates, Crane Style BC or equal. Plates in finished rooms shall be chrome plated. c) Pipe under or through footings: Shall be provided with 18 gauge iron sleeves, cast in concrete, two diameters larger than the pipe and the annular space filled with mastic or plastic bituminous cement blended with asbestos fiber. 25. NOT WATER PIPING INSULATION: Gustin Bacon or Fiberglas, Numbers cited are Gustin Bacon. Above ground "Snap on" or approved equal sectional pipe covering, 3/4" thickness with standard factory attached canvas pasted smoothly over insulation and two metal bands at each 3' section. Fittings shall be insulated with ecuivalent thickness insulation and jacket. 26. ACCESS DOORS: Provide for valves and other concealed equipment complete with frames. Doors shall be Milcor or Miami Carey steel doors and shall be fire-rated where required by local code. Submit catalog numbers, sizes, and types. of finish of all doors to Architect for approval. 27. SHOCK ABSORBERS: Wade Shockstops or equal Smith where called or on drawings, WS for 3/4" pipe and smaller, W10 for 1" and W20 for 1 1/4' pipe and larger. Provide at each battery of fixtures . 28. GAS FIRED WATER HEATER: National Steel or A. 0. Smith wish glass lined tank. Storage capacity, recovery rate and types as scheduled on the drawings. Units shall have 100% safety pilot and shall be AGA approved. Each • Unit shall be equipped with the following: PLUMBING 15A-9 91. 76-33 a) Temperature and pressure relief valve in hot water supply With discharge piped to floor drain or where specifically shown on plan. b) Gate valve in cold water supply. c) F;etalbestos Type B flue through roof with flashing and Belmont Cap. 29. ELECTRIC WATER HEATERS: National Steel cr A. •O. Smith U.L. approved with glass lined tank, storage capacity and ratings as;noted on the drawings.' Unit shall be complete with the following: a) Temperature and pressure relief valve in hot water supply with discharge piped to floor drain or where specifically shown on plan;. b) ' Gate valve in cold water supply. 30 . VALVE BOXES: Brooks 3 RT or equal Christy Concrete Products, complete with cover and required extensions. Index all covers "Gas" or "Water? as required for service use. 31. CATCH BASINS: Christy Concrete Products U23 or equal Brooks drain box with cast iron frame and grate. Provide necessary concrete -extensions. 32. FLASHING: All pipe passing through the roof shall be f lashed and counter- flashed with 4 lb. sheet lead. Flashing shall extend a minimum of 8 inches around the base and counterf lashing shall be made watertight to the approval of the Owner's Representative. Seamless lead flashings SEMCO series 1100 or equal shall be used. Furnish flashing for setting under roofing section. 33. PIPE AND VALVE IDENTIFICATION: All valves and exposed piping through the building shall be identified with brass tags having full lettering, hung from pipes with jack chain with brass bands and spaced not more than 30 ft. on centers. Each pipe in each individual room shall bear at least one tag. Tags shall be 18 ga. metal 1h" high. All valves at each piece of equipment shall be identified in a similar , manner. 1 PLUMBING 1SA-3.0 92* 76-33 4° 34. PLUMBING FIXTURES: a) The Contractor shall install all plumbing fixtures and trim, as • shown on the plans and as herein specified. Rough-in for all fixtures shall be exactly to measurements furnished by fixture manufacturer. b) Each fixture installed under this work shall be f itted with compression stops on cold and hot water supplies unless integral stops on faucets or gate valves are specified. c) All vitreous ware fixtures shall be twice fired vitreous china and all enamelled ware shall be cast iron with "Acid Resisting Enamel". Color shall be white unless noted oberwise. d) plumbing fixtures shall be lined up accurately and Shall fit tight against the floor and/or wall and set at right angles thereto. All wall mounted units shall be supported securely and anchored to wall. All floor mounted fixtures shall be pro- vided with brass floor flanges. e) The wall plates on all pipes at fixtures shall be furnished with the fixture and shall be large enough to cover the annular wall opening around pipe. f) All exposed metal parts shall be chromium plated. g) Traps shall be provided for each fixture, including floor drains. Fixture List: h) plumbing fixtures shall be as scheduled on the drawings, and shall be complete with all accessories required for a complete installation. Fixture and trim numbers indicated represent a'type and quality only. Substitution of equal or greater .quality may be=-permitted in accordance with the requirements of the general conditions. INSTALLATION 35. PIPING: a) All piping shall be concealed unless specifically noted other- wise on the drawings. Where furred ceilings exist, the piping shall be installed in the ceiling as close to bottom of the beams as possible and in coordination with ducts and equipment except the piping may be installed between joists where indicated on the drawings or required. All piping shall be installed in furred wall3sand partitions where practicable. Exposed piping shall be installed parallel or at right angles to building walls specifically shown otherwise on the drawings. rr PLUMBING �L48 ) 1SA-11 93. 76-33 b) All pipe lines shall be installed free from traps and air pockets and true to line and grade with suitable supports properly spaced. All piping shall be installed without undue stresses and with provision for expansion and contraction. c) Vertical lines shall be braced and supported at every floor level. d) Horizontal lines shall have hangers or supports spaced as follows: 1) Cast iron pipe - 5 centers 2) Steel pipe - 10centers 3) Cooper tubing - 5' ,centers for 1?!" and s mllcr, 10' centers for 2" and larger. _ e) Below grade piping: Shall be supported on a firm bed for the entire length. Minimum depth of cover shall be 210" unless noted otherwise. f) All piping shall be new and free from foreign substances. Ream out all burrs formed in cutting pipe. Threads shall be cut accurately and not over two threads shall show beyond the fit- ting. Friction wrenches shall be used with plated, polished, or soft metal piping. g) All changes in pipe size shall be made with reducing fittings, and bushings will not be permitted. h) A union connection shall be installed downstream of all valves, at all equipment connections, and at other points as required. i) All valves shall be accessible and shall not be installed with the stems below the horizontal plane. Exterior valves shall be provided with cast iron or concrete valve boxes with valve ident- if ica.tion permanently marked on cover. j) Cutting or boring of holes through joists or structural members shall be. done only when it is impossible to route piping in another manner, or when shown on the drawings. If cutting or boring is necessary it shall be accomplished only by written approval from the Architect. k) Exposed pipe passing through walls, floors and ceilings shall be fitted with wall plates securely held in position and large enough to cover opening around pipe. Plates in exposed area shall be chromium plated. Pipe passing through concrete or masonry shall be provided with pipe sleeves. 1) Water or drainage piping shall not be located over electrical equipment unless adequate insulation protection is provided against drip caused by condensation or leaks. m) Provide access doors or plated as hereinbefore specified for ail concealed valves, cleanouts and shock absorbers. 0048. 7 PLUMBING - 15A-12 94. 76-33 36. SOIL, WASTE, VENT AND DRAIN PIPING: a) inside soil, waste, and vent lines shall be installed to a uniform grade of 4" per-foot minimum unless otherwise noted. Vent piping shall be graded so that all condensation shall flow directly to a soil or waste line. b) Exterior soil and waste lines shall be installed to inverts or grades indicated to suit field conditions. c) Hell and spigot pipe shall be installed with bell upgrade. d)•Changes in direction of drainage piping shall .be accomplished by the use of appropriate drainage and sanitary fittings. e) Adaptors shall be installed between threaded iron and soil pipe. f) Test tee•with cleanout plugs shall be installed at the foot of all soil, waster and rain water stacks. 37. HOT AND COLD WATER SYSTEMS: a) Di-electric unions shall be installed where copper pipe is connected to galvanized steel piping or stubs. b) Connections from copper pipe to fixture supply fittings shall be made with copper or brass pip* .nipples. c) Provide shock absorbers with access doors at each battery of fixtures. 38. GAS PIPING SYSTEM: a) Gas piping .shall slope back to the meter, where possible. The bottom of vertical gas lines shall be fitted with 6" long capped drip legs. b) Gas piping to mechanical equipment shall be furnished as re- quired under plumbing work, C) In addition to main shut-off valve, a gas stop cock shall be installed at each gas-fired unit. 39. SITE DRAINAGE SYSTEM: a) pipe shall be sat to lines and grades shown on the drawings. b) Connections to existing storm facilities shall be made in a manner approved by* local authorities and approved prior to• com- mencement of work. PLUMBING 15A-13 95. 76-33 40. EXCAVATION AND BACKFILL: ® Contractor shall provide all excavation and backfill necessary for this installation. In addition, he shall also repair existing concrete and paved surfaces damaged or cut due to plumbing work. Such work shall be done in a manner that will be acceptable to the Architect and local authorities. Contractor shall excavate trenches for pipe lines to required depth, tamp bottoms hard and grade to the required slope. Con- tractor shall excavate holes for bells. to permit pipe to rest on solid ground. Backfilling shall be accomplished by using pea gravel filled to six inches above highest pipe. All sanitary sewer backfill shall be in accordance with Central Contra Costa Sanitary District requirements. t , , i • , PLUMBING.,`. , 15A '14 00489 76-33 -� .� sM1.,>_,.:' .l..M.'?;"}..4 r.7.....t 7,.,_ . .. .,x•.-.. .,J,4,"-c 14t 5.,, ,1;�7+._..3 ,N _ ... .r+-.. +, DIVISION 15 SECTION 15B HEATING, VENTILATING & AIR CONDITIONING SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. SCOPE Furnish all labor, materials, apparatus , tools , equipment, transportation and special or occasional services as required to complete working installation of all air conditioning, heating and ventilating -systems shown on the drawings and/or specified herein. The work shall include all materials, appliances and apparatus not specifically mentioned herein or noted on the draw- ings as being furnished or installed under another section. a) The general extent of this work shall include, but is not necessarily limited to the following: 1) Air conditioning, heating and ventilating systems shown on the drawings, including all component parts. 2) All exhaust systems. 3) Grilles, registers and diffusers. 4) Furnishing and mounting all motor controllers, starters and overload protection for equipment furnished under this section. 5) Complete control system, including low and line voltage interlock wiring and conduit, furnishing and mounting all line voltage control components. 6) Furnishing Electrical Contractor with electrical wiring diagrams for equipment he is to connect. 7) Supports for all equipment, ducts and piping. 8) Flue piping, including domestic water heater. 9) Refrigerant piping system. 10) Cooling coil condensate drain piping. . HEATING, VENTILATING & AIR CONDITIONING 004ZM 15B-1 76-33 97.. b. Related Work in Other Sections : 1) Power circuits and wiring. 2) Gas piping, including connections to equipment. �- 3) Painting of exposed piping and ductwork, other than prime coat. 4) Testing and Balancing. SPECIAL REQUIREMENTS 1. DRAWING AND SPECIFICATIONS: The drawings are diagrammatic and indicate the general arrangement of the system and size requirements: Should field conditions or other causes necessitate rearrangement of ductwork or piping, the proposed arrangement shall be approved by the Architect before work is started. Report all observed discrepancies for the Architect before proceeding. These specifications are intended to cover all labor, material, and standards of workmanship to be employed in the work covered by this section. The drawings and specifications are intended to supplement each other and all work or materials not specifically mentioned, but necessary for completion of this work shall be furnished by the Contractor. 2. CODES AND REGULATIONS: All work and materials shall be in accordance with the latest rules and regulations of the Uniform Plumbing Code, uniform Mechanical Code, the National Fire Protection Association, all local and state ordinances, and all regulations pertaining to the adequate protection and guarding of any moving parts or hazardous items. Nothing in these plans or specifications shall be construed as to permit work not conforming to these codes. Rulings and interpretations of the agencies having jurisdiction shall be considered part of the codes and regulations if commonly known to the trade prior to the submittal of bids. Whenever the drawings and specifications require higher standards than are required by the regulations, the drawings and specifica- tions shall apply. Whenever the drawings and specifications require something that would violate the regulations, the regula- tions shall apply. No extra charge will be paid for furnishing items required by the regulations, but not specified or shown on the drawings . HEATING, VENTILATING & AIR CONDITIONING (� 15B-2 00491 76-33 98. 3. PERMITS AND FEES: County will secure and pay for all permits , fees and inspections necessary for the prosecution and completion of the work. Contractor is responsible for business license. County will pay any and all utility company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. 4. VISIT TO SITE: visit the project site, take necessary measurements, and verify exact location of buildings, utilities, and other facilities, and obtain such other information as is necessary for an intelligent bid. No allowance will subsequently be made by the Architect or owner for any error or omission on the part of the bidder in this connection. S. SUPERVISION: Contractor shall personally, or through an authorized and competent representative, constantly supervise the work from beginning to completion and, within reason, keep the same ` workmen and foreman on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested during inspection. 6. DUCT AND PIPE' SPACES: Keep all work within the spaces provided in the building design unless specifically noted otherwise, all piping and ductwork shall be concealed. ' Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. 7. CLOSING OF UNINSPECTED WORK: No work shall be enclosed before all required inspections and tests have been performed. Any work prematurely closed shall be I eopened for inspection and restoration of all work thereby shall be at the contractor's expense. S. COOPERATION WITR OTHER TRADES: Cooperate fully with other trades doing work on the•project as may be necessary for the proper completion of the project. Refer to architectural, mechanical, electrical and structural drawings for details of the building structure and equipment installation which will tend to overlap, conflict with, or require coordination With the work of this section. All work in this section shall be scheduled as to avoid any overlapping and conflict and to effect such coordination as may be -necessary for the proper ccmpletjor. of the building as a whole. 0040912 AIR VENTILATING & AIR CONDITIONING 15B-3 76-33 99 . 9 . CUTTING, PATCHING, REPAIRING AND DAMAGE BY LEAKS: The contractor shall do or arrange for all cutting, chipping, digging and drilling as required for the proper installation of his work. The contractor shall cooperate with all trades in providing well in advance the information regarding openings required in walls, slabs and footings for piping and equipment and shall ascertain that said openings are properly located. Note requirements in Structural sections and drawings regarding penetration. The contractor shall reimburse all other contractors for any damage done .to. their -work due to careless cutting, leaks, or overflow, etc. , during construction. 10. SUBSTITUTIONS: a) It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, specific items are identified by manufacturer, trade name or catalog designation. b) Should the contractor propose to furnish materials and equipment other than those specified, as permitted in the "or approved equal" clauses, he shall submit a .written request for any or all sub- stitutions to the Architect. Such a request shall be an alternate to the original bid; shall be accompanied with complete descriptive ; (manufacturer, brand name, catalog number, etc. ) and technical data for all items. c) Where such substitutions alter the design or space requirements indicated on the plans, the. contractor shall include all items of cost for the revised design and construction including cost of all allied trades involved. 11. MATERIALS AND SUBMITTALS: Within 35 days after the award of the contract, five copies of a complete submittal, consisting of catalog' cuts , data and brochures of materials and equipment proposed for use shall be deposited with the Architect for approval. Where materials or equipment are at variance with the plans or specifications, the Contractor shall assume full responsibility for the function and conformity to the space requirements as well as the coordination of all other trades whose work is affected by the change or sub- stitution. The Architect's approval of such material or shop drawings shall not relieve the Contractor from the responsibility for deviations from the drawings or specifications. 12. PROTECTION OF WORK: . T'*:e Ccntractcr shall be responsible for damage to any of his work before acceptance. Be shall cover securely all openings, and HEATING, VENTILATING • d & .AIR CONDITIONING 00493 15B-4 76-33 100 . cover all apparatus, equipment, duct openings and appliances both before and after setting into place, to prevent obstruction in the ductwork and piping and breakage or disfigurement of equipment. Should the equipment become damaged, the Contractor shall restore it to its original condition and finish before final acceptance. 13. TESTS AND INSPECTIONS: a) Pipe lines shall be completed and all permanent pipe fittings installed before final tests. b) All equipment and controls shall be adjusted and tested for normal operating conditions . The heating thermostats shall be set at 70 degrees Fahrenheit, the cooling thermostats set at 75 degrees, and the reheat thermostats at 73 degrees. Temperature control system shall be adjusted to maintain a temperature of plus or minus 1 degree either side of the set point based on a minimum outside temperature of 35 degrees Fahrenheit and a maximum outside temperature of 95 degrees Fahrenheit. C) After system and controls are adjusted to this operating conditior. the Contractor shall notify the Architect; and when directed shall operate the system for one day of 24 hours to demonstrate acceptability. The Contractor shall furnish all necessary labor and materials to operate the system. d) Furnish all labor, material and apparatus to perform all tests called for, and perform all tests in the presence of the Architect. Test all water piping at 150 psi. Tests shall not include pumps, heaters, etc. Test for radiant heating panels shall be maintained during concrete pour. e) Final air balancing and adjustments to the system shall be performed by others. 14. OPERATING INSTRUCTIONS: a) This Contractor shall furnish to the Architect six (6) complete sets of Operating Instructions, including manu- facturer's literature of all operating equipment and con- trols, covering all items of instruction, operation and maintenance. These instructions shall be,indexed and bound into an operating manual with durable covers. To be complete with exploded parts list. b) These instructions shall be furnished to the Architect before final payment will be made to the Contractor. c) A complete control diagram and typed list of operating procedure shall be mounted in a wood frame with clear plexiglas in the Mechanical Room. d) The Contractor shall include in his bid eight (8) hours of verbal instruction to the Owner in the details of the operation function and maintenance of all equipment in this section. 004-9 HEATING, VENTILATING & AIR CONDITIONING • 158-5 76-33101. 15. AS-BUILT DP,AIIINGS: Corrections and changes made during the progress of the work shall be recorded on a set of blue line prints of the contract drawings which shall finally show all work as actually installed. Two sets saw of prints showing this information shall be furnished to the Architect at completion. Prints for this purpose will be furnished by the Architect upon request. 16. GUARANTEE: The Contractor shall guarantee all materials, equipment, and work- manship furnished by him to be free of all defects and shall agree to replace at his own expense, at any time within one (1) year after the installation is accepted by the Architect any and all defective parts that may be found. 17. EXCAVATION AND BACKFILL: a) Contractor shall provide all excavation and backfill necessary for this installation. In addition, he shall also repair existing concrete and paved-surfaces damaged or cut due to HVAC work. Such work shall be done in a manner that will be acceptable to the Architect and local authorities. ` b) Contractor shall excavate trenches for pipe lines or underfloor duct to required depth, tamp bottoms hard and grade to the requires slope. Contractor shall excavate holes for bells to permit pipe to rest on solid ground. c) Backfilling shall be accomplished by using pea gravel to six inches above the underground pipe. MATERIALS 18. PIPE: a) Refrigerant piping: Type ACR refrigeration tubing, vacuum sealed, deoxidized and dehydrated. Fittings shall be equal to Mueller Streamline designed for soldered connections. Use sleeve fittings for all pipe joints. Use wrought copper elbows and tees. Make all connections with silver solder, "Easy-flo" No. 4 or No. 45. b) Condensate drain piping: Shall be either Schedule 40 galvanized steel or Type L copper tubing. . 19. VALVES AND FITTINGS: a) Except as furnished with packaged equipment, refrigerant valves shall be Henry Company, or approved equal. Size 7/811 and smaller shall be diaphragm type, packless with bronze body. Sizes larger than 7/8" shall be back seating, wing cap, packed type. j t HEATING, VENTILATING ' 0049) 6 AIR CONDITIONING 15B-6 10;c. b) Thermostatic expansion valves shall be Alco or approved equal , with external equalizer connection. c) Refrigerant strainers shall be Alco or approved equal, Y-type, bronze body and monel metal strainer. 20. SHEET METAL: For ducts , drainpans , and other sheet metal work shall be standard galvanized steel sheet of weights as specified hereinafter. Sheet metal for ducts may be aluminum of weights as specified hereinafter. 21. DUCTWORK ACCESSORIES: . a) Flexible duct connections shall be Ventfabrics, Inc. Ventglas 30 ounce waterproof and fire-retardant neoprene coated glass fabric. b) Volume dampers shall be opposed blade type mountr:d in steel channel frame. Volume damper blades shall have felt-lined- edges . Fire dampers shall be constructed in accordance with NFPA Pamphlet 90A where shown on drawings and required by code. Splitter dampers shall be single blade mounted on 3/8" rod with end bearings. All � dampers shall be installed with a complete set of damper hardware as manufactured by Ventfabrics, Inc. C) Duct turning vanes shall be installed in all square duct elbows. Turning vanes shall be double thickness type. d) Duct extractor fittings shall be Barber Colman "Deflectrols° or equal. e) Access doors to dampers and controls shall be Ventlok insulated access doors or contractor fabricated access doors in accordance with SMACNA Duct Manual, Plate 31, Figure B, with hinges and latch. Access doors shall have full unobstructed swing. 22. REGISTERS, GRILLES, DIFFUSERS AND LOUVERS: Registers and diffusers shall be Krueger or equal Environmental Air Products with sizes, finishes and characteristics as schedu- led on the drawings. All supply outlets shall be equipped with opposed blade volume dampers. 23. INSULATION: a) CSG or equal Johns-Manville. All insulation shall be applied according to manufacturer's recommendations. All duct dimensions noted on plan are net inside dimensions. Numbers cited are CSG. HEATING, VENTILATING ' & AIR CONDITIONING L��� � 15B-7 0 76-33 103 b) Air conditioning supply ducts and plenums : IV thick mat-faced Ultraliner duct liner. c) All return ducts and plenums , and where 'indicated on drawings exhaust ducts shall be lined with 1" thick Ultraliner duct liner. d) Refrigerant suction lines: h"' thick GB "Ultrafoam" flexible rubbez insulation, sealed with approved mastic. For insulation located outdoors, apply two coats factory approved weatherproofing . emulsion or coating. 24. . VIBRATION ISOLATORS: All equipment such as fans, blowers, air handling units and furnaces shall be equipped with approved rubber-in- shear type vibration isolators. 25. FILTERS: Unless specifically noted otherwise, all air supply units shall be equipped with Aeroglas 1RM Series replacable media type filters, either inside unit or where noted on drawings . Maximum rating shall not exceed 2h -cfm per sq. inch. 26. FLUES: Metalbestos double wall type B gas vent with roof flashing, storm collar and Belmont Cap. Connect to all furnaces and water heaters with 26 ga. galvanized iron round pipe. 27. DUCT FURNACES: Janitrol or equal AGA approved gas-fired type with 321 stainless steel heat exchangers. ' 28. FANS: Trane and Greenheck, sizes and types as noted on drawings. Roof fans shall be equipped with backdrafts and dampers, unless noted otherwise. 29. MOTOR STARTERS AND PROTECTION: a) Provide for all motors above h HP - Across the line magnetic type, with overload protection. Westinghouse 11-200 N with NEMA type enclosures . , b) Provide for each fractional HP motor Westinghouse Motor Sentinel Class 10-023 motor overload protector equipped with the proper size heater. HEATING, VENTILATING & AIR CONDITIONING 0��4� � 15B-8 76-33 104. 30. AIR HANDLING UNIT: Trane Climate Changer, arrangement and size shown on drawings . Units complete with adjustable sheave blowers,' vibration isolators, heating and coiling coils and filters. 31. ELECTRIC HEATING COILS: Indeeco or equal, with contactors and overload protection.' Sizes and ratings as shown on the Drawings. 32. AIR COOLED CONDENSING UNIT: Trane Co. RAUA or equal with field hermetic compressor, size and rating as shown on the drawing. Hermetic motor to be protected by two built-in winding thermostats to protect motor by stopping compressor in the event of over- heat, plus a three-leg trip overload protection sensing line current. The unit shall be equipped with a control panel with 208 volt, 3 phase, 60 cycle part winding starter, dual pressure control, oil pressure control and one time pump down relay. Unit to be shipped from factory with crankcase heater, hot gas muffler, oil separator, and internal spring-type vibration isolators. Provide flexible suction, liquid and hot gas connections. Wiring and control tie-in of compressor unit to be done by a factory authorized representative. Mount on concrete pad. 33. TEMPERATURE CONTROLS: a) Furnish and install a Honeywell, or equivalent Barber Colman, electric system of temperature control as here- inafter described and as shown upon the drawings. Controls must be installed and supervised by trained representatives of the control manufacturer. A contractor installed system will not be acceptable. The control system shall be guar- anteed to be free from defects in material and workmanship for a period of one year. All control and interlock wiring except that shown on the electrical plans shall be furnished and installed by the control manufacturer. All wiring shall conform to Electrical Division specifications. b) Damper Control: The outside air/return dampers shall have economizer controls with morning warm-up. During morning warm-up OA dampers shall remain closed until return air reaches 630, at which time dampers will be modulated by the mixed air controller at 550 unless the OA temperature is over 700. At that point the dampers shall go to their minimum air position. When the fan is off the OA damper shall be closed and the RA damper open. 0498 i� ( � -HEATING, VENTILATING 004 9 ) 15$ 9 C0NDZTIONINIGU S' r ?6-33 ': c) Panel: Furnish and install a pre-wired code gauge steel panel with locking door to contain an S659B time clock with weekend skip and ten hour mechanical carry-over, a 60 minute bypass timer, relays and related devices for a complete program control for the building. Panel shall be complete with numbered terminal strips to which external wiring shall be furnished and installed. All devices in the panel shall have a name plate to identify each piece of equipment and its function. INSTALLATION 34. PIPING: ' a) General: Install all piping parallel to building lines unless otherwise shown on the drawings. b) Install pipes free from traps , true to line and grade with suitable supports properly spaced. Pipes shall be installed free from undue stresses and with provision for expansion, with pipe sleeves at wall and roof penetrations . Support pipes at 6 ft. intervals - C) Cut ntervals .c) Cut tubing with tube cutter and size with sizing tool. Smooth off tubing with emery cloth. Do not cut threads in copper tubing. Make all joints with solder as specified. Replace tubing damaged or weakened by overheating. Remove packing and glands from valves before soldering. d) Fill refrigerant tubing with nitrogen at atmospheric pressure during soldering. Install all valves and fittings in accessible locations . Piping penetrations of roof shall be flashed and counterflashed. Refrigerant valves and accessories shall be installed in the manner diagrammed on the drawings and shall include valved bypass on dryer, charging valves , sight glasses , and purge valves. e) Condensate pan drains shall be extended to and turned down into floor drain. 35. DUCTS: a) Sheet metal ducts , louvers, motor drive guards and other miscellaneous sheet metal work shall be made up of first quality hot-dip galvanized mild steel. Weight for ductwork shall be as specified in the latest edition of the ASHRAE Guide. b) Install ducts true to line and grade. Curved elbows shall be rade with inside radius equal to the duct width. Square elbows and right angle turns shall be fitted with duct turning vanes , double thickness . Form transitions with uniformly tapering sections with slopes not exceeding 1:5 . Hammer up all joints to make practically airtight, and and then tape with vinyl duct tape. "Hardcast" fiberglass tape. 004191+ r,� HEATING, VENTILATING 9`a9 AIR CONDITIONING 158-10 76--r33 , 106. c) Mhere shown on the drawings fit ducts with volume or splitter dampers . Manual dampers shall be provide with approved quadrant for setting the damper. d) The spacing and size of transverse stiffeners shall be as outlined in the latest ASHRAE Guide. e) Support each section of ductwork from construction with 7/8" x 1/8" galvanized strap hangers bolted to 'sides of ducts , and cross break to prevent buckling or vibration. f) Install flexible connections at all inlet and discharge connections to fans. Install connections in accordance with manufacturer's recommendations . g) Fire dampers shall be installed in accordance with the applicable codes. Fire dampers shall conform to the requirements of NFPA Pamphlet No. 94A. h) Provide access panels to ducts at all fire dampers, electric duct heaters, and automatic dampers , except in suspended accoustical file ceiling, where removable tile will be furnished and installed at appropriate locations under another section. i) Bird screens of .1/4" galvanized mesh shall be provided at all fresh air intakes, discharge, exhaust and relief openings, unless otherwise specified. No insect screen shall be allowed. J) Adjustable locking type dampers shall be provided in all supply duct take-offs and fresh air intakcc; : These shall be in addition to supply outlet volume dampers. 36. EQUIPMENT INSTALLATION: a) Air handling units shall be mounted on with vibration isolators as applicable. b) Motors, fans, etc. are to have grease bearings with grease fittings extended to an accessible position. HEATING, VENTILATING & AIR CONDITIONING 15B-11 t� t, 76-33 '00500 t DIVISION 16 SECTION 16A ELECTRICAL SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1 , GENERAL REQUIREMENTS, shall be considered part of this Section as fully as if repeated herein. ` SCOPE Furnish all labor, material, equipment and services required for the execution and completion of all ELECTRICAL work indicated on the drawings and/or specified herein. a) In general the work in this Section includes the following. 1) Low voltage conduit system from existing Flood Control Building to new structure to include modifications to existing distribution panel. 2) Complete low voltage distribution system, including main distribution panel and feeders. 3) Complete system of branch circuit wiring and equipment for lights, receptacles , and power. 4) Furnish and install lighting panelboards , lighting fixtures, wall switches and convenience outlets. 5) All hangers, anchors, sleeves, chases and supports for fixtures, all electrical materials and equipment . 6) Provision for Pacific Telephone and Telegraph Co. telephone system. 7) Furnish, install and connect switches , etc . required for equipment covered by other sections of this specification. 8) All lamps shall be furnished and installed by the Contractor. 9) All work shall be done and materials furnished in accordance with this specification and accompanying drawings in a manner satisfactory to the Architect . 10) Furnish access panels, where required, for work under this Division. ELECTRICAL 16A-1 Vt 7633 108. THE BOARD OF SUPERVISORS MET IN ALL ITS CAP. "ITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 _N REGULAR SESSION AT 9 :00 A.M. , TUESDAY, SEPT BER 27, 1977 .174 ROOM 107 , COUNTY ADMINISTRATION BUI ' ING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. 14. Boggess , presi ng Supervisors 1J. C. Fanden, R. Schroder, E. H. Hasseltine. ABSENT: Supervisor J. P. Kenny. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Cle2 The following ,are the calends- prepared for Board consideration by the Clerk, Count Administrator and Public Works Director. a 0001