Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 09271977 - R 77L IN 3
1977 SEP EM ER TUESDAY The preceding documents consist of 1482 pages t r .A F M• r.. P, — September 241, 1977 Sum y, continued Pace 5 Appointed D. Eomellini and F:. Davis to the 3oards of Trustees of declamation Districts Tdo. 2025 (:collard Tract) and 2•D53 (9:ad:ord 1sle7-d) respectively. kaproved recommendation of Internal Operations Committee that the Director, Human Resources Agency, be-instructed to review the bylaws on Council on Aging and advise said Council of any inconsistencies between the bylaws and the Board's policy on appointments. Denied proposal to amend the Cardroom Ordinance to permit the inclusion of the card games panguingue and lowball in cardrooms. Acknowledged receipt of report from County Administrator on County administered federal grant programs. Referred to Finance Committee request of Director, Hunan Resources Agency, Medicare IDIO. Fixed Oct. 18 at 2 p.m. for hearing on provisions of SB 201. DI y�z- SeLtenber 27, 1977 Sunary, continued Page _ Approved recd e:datiar, of =l annin7 Com±nission with respect to request of R. Costa & Associates, Inc. (2113to rezone land ^_ the Danv_ll e area, waived reading and fired Cct. for adon.._on of ordinance. Adopted the following numbered resolutions: 77/754, fixing Oct. 27 at 2 p.m. as time to receive bids for tlontarabay ecreation Center at Bayview Park, San Pablo Area, CSA M-17; 77/785, as ex-officio the Board of Directors of Contra Costa County Sanitation District :1o. 5, determining that future annexations to District ::o. 5 will be viewed unfavorably until such time as the District's sewage treatment facility is brought into compliance with Federal Law; 77/7816, accepting Grant Deed from First Baptist Church, Pacheco, and authorizing Chairman to execute Deed to same, conveying excess County property in exchange for the property acquired by aforesaid Deed; 77/787, fixing Nov. 1 at 10:55 a.m. as time to consider property acquisition from Mutual Investment Co. required for the Parks and Open Space Bond Program for CSA ?-8, Walnut Creek; 77/739, accepting as complete contract with Ransome Co. for shoulder widenin and asphalt concrete overlay on �4oraga 'Play, Orinda area; 7/789, accepting as complete improvements in Sub. 5844, San Ramor. area, declaring certain roads as County roads, and retaining cash deposit as surety for one year; 77/790, authorizing Chairman to execute Program Supplement No. 4 of County-State Baster Agreement, Federal Aid Secondary Project, Marsh Creek Road 3ridge, Brentwood area; 77/791, fixing Oct. 27 at 2 p.m. as time to receive bids for Flood Control Building Addition at 255 Glacier Dr. , Martinez; 77/792, fixing Oct. 20 at 2 p.m. as time to receive bids for Mechani- cal and Safety Alternations, Civic Center Improvements, 14artinez area; 77/793, conmunnating purchase and accepting deed of The Chase Co. property in Martinez, County Civic Center; 77/794, amending Resolution uo. 77/502 for additional compensation adjustments For certain County offices and employees; 77/795, fixing Oct. 20 at 2 p.m. to receive bids for construction of Miscellaneous Storm Drains Project, Crockett, Z-1 Sobrante and Alamo areas; 77/796, designating the Board as Solid Waste Management Agency and the Solid 'waste Coordinating Body as the Solid Waste Commission; 77;797, designating the Health Department as Enforcement Agency for the Solid Waste Control Act of 1976; 77/795, authorizing City of Concord to conduct building inspections in connection with Krona Lane 77 - annexation; 77/799, approving final map of Sub. 4931, San Ramon area. Acknowledged receipt of memorandum from Director, Human Resources Agency, relative to communication from Hapa State Hospital re appointments to its Advisory Boards. Approved recommendations of lnter_.al Operations Committee on appoint- . men:.s to Manpower Advisory Council. Awarded contract for the Juvenile Fall Personal Security System, I'artirez, to Lloyd F. McKinney Associates. Approved Consulting Services Agreement with doodward-Clyde Consultants for soil testing for the kitchen/dining hall at the Sheriff's Rehabilitation Center, Clayton. Olyg � September 27, 1377 Patin 5 Approved recommendation of Internal Operations Committee (Suocrriso-s F. Hasseltire and N. C. Fanden) that the Fj.0 a•.xalificaticr RpPlicatic be submitted to the State Department of iLIE. Authorized Public Works Director, as ex officio Street Superintendent, to file amended assessments for Assessment Nos. 15-A-7 and 15-A-8, Assess- ment District 1969-1, Alamo area. Approved request of Citizens Advisory Committee, CSA Ln-11, for .release of certain Park Dedication Trust Funds to the Oakley Union School District. Acknowledged receipt of communication from the Crockett Park and Recreation Association certifying to a donation to CSA P-1. As ea officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, accepted deed from M. Erb for property acquisition, Pine Creek, Concord area. Referred to Finance Committee (Supervisors R. I. Schroder and J. F. ;fenny) request of Director, Human Resources Agency, to approve submission. to State Department of health project application for coordinating hyper- tension activities. Authorized refund of park dedication fee to C. Dickinson. Approved City-County Thoroughfare Project priority list for 1977-197:. Approved issuance of Addendum No. 1 to the Special Provisions for the Traffic Signals and Highway Flashing Beacons Project, various areas. Referred to Public Works Director for report request `rom Byong 3u Karate Studio for permission to use certain roads on Nov. 6 for a 7-mile reLn. Accepted as complete private improvements in Sub. 4927, Alamo area. Accepted Grant Deed from Architectural Glass and Aluminum Co., Inc. and Offer of Dedication for Drainage Purposes from M. KcKeown, et al, for recording only. Authorized Public Works Director to execute: Deferred Improvement Agreement with G. Marshall, et al, for HS 2-76, Krightsen area; Consulting Services Agreement with J. M. Nelson for plan review and construction supervision for the new County Detention Facility. Approved Right-of-Way contract with U.S. Postal Service for the Civic Center Detention Facility Site, Martinez area. Appointed J. 3ylund to the Family and Children's Services Advisory Committee. Approved reconxendation of Planning Commission on request of Isakson t- %ssociates (2095—'7') to rezone land in the Alamo area; waived reading and =ixed Oct. 4 for adoption of ordinance. Approved rezoning request of R. Taylor (2124-RZ) for Single Family Residential R-12, Marti,ez/Vine Hill area. September 27, 1977 Summary, continued ?age 2 Authorized Director, Horan Resources Agency, to execute Subarant Modification Agreements with 30 CETA Title T_ FSE "Sustairment Program" subgrantees. Authorized the Chairman to execute: and submit to Community Services Administration grant proposal for continuation and e_zansion of the Emergency Energy Conservation Program to be administered by OLO; Satisfaction of Lien and/or judgments taken to guarantee repayment of of cost of services rendered by the County to E. A7ila and A. L. , :%aria, and Antonio Vellos, Jr., respectively, L►'.^_o have made repayment in full; agreement with AEP Associates for consulting services in preparation of SIR for "Market Plaza Shopping Center," Alamo; State Department of Health Contract for Special Supplemental Program for Women, Infants, and Children (:,SIC) Services; contract with J. WAllace, FbD. , for consultation and technical services for Civil Service Department; documents approving the Annual Program Progress Review Report for the Economic Opportunity Program; contract with T. Broome, Attorney at Law, for a Staff Development and :raining Session for Social Service Department; contract with Tnternational Institute of the East Bay for Social Service Department staff training; contract with State %ployment Development Department to provide Public Service Employment for WIN participants for Health Department; contract amendment with neighborhood House of Vorth Richmond, Inc. to increase payment limit for additional CTA Title I classroom training services; contract with H. Diaz for bilingual services to Head Start Speech Pathologist, OEO; contract with fit. Diat?o Rehabilitation Center for continuation of patient services for County Medical Services; Community Development Block Grant Program Project Agreement with Carquinez Women's Club for Activity 140 of Third Year Program; Amendments to 1977 Bead Start Delegate Agency contract with Jeighbor- hocd House of North Richmond, Inc. , Bayo Vista Tiny Tots Nursery School, Inc. , Martinez Unified School District, First Baptist Church of Pittsburg, United Council of Spanish Speaking Organizations, and Mt. Diablo Unified School District; contract amendment (CETA Title I) with Superintendent of Schools for increased payment limit for summer work experience for youth; contract with J. Owen for fiscal and statistical consultation services for the Obtrition Project; leases with Joseph Auhlman et ux and L. Wyckoff for use of premises in Martinez for continued occupancy by the Social Service and Health Depart- ments. Authorized Director, Human: Resources Agency, or his designee to conduct contract negotiations with certain service providers. Directed Auditor-Control-ler to submit a certification to State Office of Criminal Justice Planning that local law enforcement expenditures are not being supplanted by grant funds. Determined utility easement rights for R nor Subdivisions 59-77, 73-77, and 83-77, Lafayette, Oakley, and Crinda, respectively. 011-17V SUP:*',Aii ?F FRCCE=1::,S )A?J OF S'U?'__LVISORS OF C.?_TM2A COSTA CJb:lTy, S P12-— R 27, 1977, FRZE IP.RED 3Y J. R. OLSSC::, CODE-TY CL 22K k10 OF:ICIJ CI. .;:: BOARD. Approved personnel actions for Board of Supervisors, Civil Service (PS=-CETA and Exempt Medical Staff classifications), health Department, Yedical Services, and authorized appointment from eligible list of S. Morse in the class of Associate Environmental Engineer at the third step. Approved appropriation adjustments for Riverview Fire Protection District and internal adjustments not affecting totals for Building inspection, Planning and Orinda Fire Protection District. Authorized attendance at meetings as follows: P. Ledesma, Community Services Administration, to National Conference on Parent Involvement in Estes Park, CO, Oct. 31-Nov. 6; M. Richards, Health Department, to National Association of Home Health Agencies in Portland, 04, Oct. 3-7; G. Harmon, CSA, to American Speech and Hearing Association Convention in Chicago, IL, Nov. 1-5; j. Clausen, County Counsel, to Annual NIl20 at Williamsburg, VA, Oct. 29-Nov. 3. _. . .. . Denied claims for damages filed by Y. Crail, F. Eaton. D. Bellani, j. Robinson, and amended claim filed by M. Medina. Authorized Auditor-Controller to make special one-time payment of $15 to certain unrepresented exempt classifications at the same time the payment is made to certain represented employees. AcL—nowledged receipt of 1977-73 Overall Economic Development Program `Progress Report and authorized Chairman to submit same to the U.S. Economic Development Administration. Fixed Oct. 4 at 2 p.m. for discussion of the County's Surface Runoff Ne-nagement Plan. Approved relocation assistance claim payment to J. Rhines in connection with Oak Road Widening Project, Walnut Creek area. Approved Traffic Resolutions Nos. 2363 through 2379. Approved Joint Exercise of Powers Agreement with Pinole and Hercules, establishing the Western Contra Costa County Transit Authority. Acknowledged receipt of "Comments on the Report of the 1976-77 Grand jury" from the County Administrator. Referred to Director, human Resources Agency. request of Manpower Advisory Council for an opportunity in the future to participate in the selection of a Director. Fixed Oct. 18 at 11:05 a.c. and Oct. 25 at 14:50 a.m. for hearings on recommendation of Planning Commission with respect to applications of Hart (2135-R2) and R. Reiatche (2139:rcZ) to rezone land in the Danville and Oakley areas, respectively. 01 y 79 And the Board adJourns to meet on (Yr/rO6eA.. 7 i 1971- at 977at g OCA Q.M. , in the Board Chambers, Room 107, County Administration Building, Martinez, California. K. ff. Bo ess, Chairman ATTEST: J. E. 4LSSaN, CL.rRH 01471 A The Board also believes it is aware of the underlying spirit and intent of the legislation and regulations governing HM's and is sincerely committed to finding a vehicle which will permit achievement of that spirit and intent. The Board is, however, concerned about its ability to delegate certain of its statutory responsibilities to any other body, not necessarily because of an unwillingness to do so, but because of the intent of California law. However, the Board is vitally concerned about finding a mechanism which is acceptable to the Federal Government and within the parameters of the Board's ability to share its decision-making authority in the policy area. The proposal originally presented is under study by the Board and is therefore not included in the application at this time. We are hopeful that a mutually acceptable mechanism can be devised through discussions between county and federal staff and hereby commit ourselves and our staff to seeking such a solution: t �M n N -75- 740 voters whenever setting policy for the KEY Plan; however, nothing in the history of this legislation indicates any congressional willingness to permit this interpretation. The mandate provides for direct representation of enrollees on the policy-making apparatus. There is extensive discussion, moreover, of the desirability of a model delivery system in which the users have more than a token say in how the program will serve them. Nor would an advisory committee apparently meet the requirements of the law. The governing board is charged with directing the program, not advising others who may actually direct it. Although an advisory committee would be highly desirable, especially a committee more broadly representative of the membership than a small ore-third component of a governing board might be, such a committee would have to be willing and able to deal with operational questions that do not require significant policy choices. An advisory committee would not, in the end, be able to assume responsibility for the management decisions necessary to maintain a workable health maintenance organization. Meeting the governing board requirements poses a number of problems. The mere fact that each member of the Board stands for election every four years means that no one can ever guarantee what the economic, social, ethnic or sexual makeup of the Board will be or how it may change from time to time. Thus, even if one-third (at least two members) of the Board were to join the tM now, and assuming one or more of them could qualify as medically under- served. there is no way to guarantee that that situation would continue indefinitely. Also, that really doesn't seem to get at the spirit of the legislation. It would provide for technical compliance, but provides no more or less input from the members of the N!n than they have now_ The Board of Supervisors wishes to make clear at this juncture its commitment to citizen input in all aspects of its decision-making processes. 01475-74- SECTION I, SUB-SECTION A, ITEM 4 Toward Reconciling the M Governing Board: The statutory requirement for one-third enrollee representation on the governing board is dramatically contrary to structures inherent in local government. Of course, as far as the HMO laws are concerned, this is simply a late-developing artifact: such relationships were not contemplated, or intended, in the legislation, and matters of compatibility with local political-legal systems were not assessed_ DHEW regulations, Section 110.108 (b) is clear: "No later than one year after becoming operational as a qualified health maintenance organization, at least one-third of the membership of the Board of Directors of the health maintenance organization or in the absence of such, its equivalent policy-making body, will be members of the organization. No member having ownership or interest in, or employed by or gaining financing (sic) reward from direct dealings with, the health maintenance organization, or with a plan-affiliated institution or organization, and no members of his immediate family shall be included in the minimum one-third member representation on the board or policy-making body ._.. There shall be equitable representation on the member portion of such policy-making body of members from the medically underserved populations in proportion to their enrollment relative to the entire enrollment; except that if the medically underserved membership is at least 5% of the total enrollment, then such popilation shall not be without representation; ___." The policy-making and governing board of the Contra Costa County KEY Plan is the Board of Supervisors of the County. Unlike the 50-50 enrollment issue, it is more difficult to make an argument on the merits of not meeting this requirement for enrollee-representation on the policy making board of the Plan. In a large sense, of course, the Board of Supervisors, as elected officials, represent the interests of all Contra Costa County -73- 0141.1 -2- form a Health Commission to which this Board would delegate many of its policy-making and contracting pavers in the area of medical care. The Committee believes this proposal, which has been sent to each Board member, goes farther than is necessary for HMO qualification and requires that the Board delegate to the proposed Commission powers which the Board cannot legally delegate to any other body under California law. Our Committee therefore recommends that pages 73-83 of the application be withdrawn and replaced with the attached statement. This statement reflects the Board's commitment to an open public process of policy deliberation and a desire for input from the medically underserred population. It requests further negotiation with the Federal Government over a mutually acceptable method of meeting this requirement. With this change, the Committee recommends that the Board of Supervisors endorse the HMO Qualification Application as presented, authorize the Redicat Director to submit it to the Department of Health, Education and Welfare, and authorize appropriate staff to negotiate proposed solutions to the two policy issues we have identified for presentation back to this Board for consideration. Eric H. Hasseltine Nancy C. a n Supervisor, District V Supervisor, District II v 014`73 � The Board of Supervisors Contra O1w. 1 Co..nty C!wrM nnrJ �(��'`st 6 Otfiao ct-(w ut trio Board C,);.niy Administr3tion 3uiiding Costa 11Ns Gershon* ,usw" Cm*t craw P.U.C,ov 91i County / unt j 1 hlartinrr.Ciirfornia 9:553 V 1 icy st5t F?-7371 .amr s P.Kenny-RKmeona :D.stnct Nancy G Fal+don-Manow Qny D:stnct - Rapart 1.Schroder-Lstsysnt ..r3 Dlstnct W sen N.Boggess-Cortaro <;�Dsinet e.Y N.Neeoslbno-Prtlatmn SEPTEMBER 27, 1977 �m Drstnct - REPORT OF INTERNAL OPERATIONS COMMITTEE ON SUBMISSION OF THE HMO QUALIFICATION APPLICATION On September 20, 1977 the Board referred to our Committee the Human Resources Director's report which transmitted a proposed HMO Qualification Application. Submission of this application to the Department of Health, Education and Welfare is a condition of our PHP contract with the State and is essential if we are to maintain our PNP program and our HMO Medicare program. The Committee met with the Human Resources Director and Medical Services staff on September 21. Two policy questions are raised by the application. First is a request to waive the 50-50 enrollment mix and substitute a proposal under which non-cash grant Medi-Cal and other low income individuals and families are allowed to enroll and are counted as part of the "private sector" for purposes of meeting the 50-50 ratio. Although technically 14edi-Cal beneficiaries, most of them are able to pay at least part of the cost of their medical care and are, in fact, seldom making use of their Title 18 or 19 benefits. Our Committee believes this to be a far more realistic method of meeting the enrollment mix requirement. Rigid conformity to the enrollment mix requirement as reflected in federal regulations is unrealistic for our medical system. The second policy issue involves the requirement that within one year from the date of qualification, one-third of the members of the W40's Governing Board will be members of the W. Since the governing board of our W40 is the Board of Supervisors, it is clearly impossible and, in fact, inappropriate for Contra Costa County, or any other publicly sponsored HM0, to meet this requirement. The basis for the requirement is sound. In a privately managed HMO, the enrollees, and particularly the medically under- served enrollees should have input to the policy-making process. Of course, as elected officials, we have a responsibility to represent the interests of all citizens, including the medically underserved. In addition, as an elected body, all our deliberations are public and individual citizens are encouraged to provide input to our policy-making deliberations. Again, the H010 legislation never considered the possibility of a publicly operated HMO. The proposed resolution to this issue recommended by Medical Services is to Micrafflnud wft board order - 014 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of: } Approval of HMO ) September 27, 2977 Qualification Application ; The Board on October 26, 1976 having approved a contract with the Social Security Administration under which the County would operate a Health Maintenance Organization (HMO) for Medicare eligible enrollees; and The Board on March 22, 1977 having authorized limited enrollment of the patients already enrolled in the Prepaid Health Plan who were eligible for both Medicare and Medi-Cal; and The Board on September 20. 1977 having referred to the Internal Operations Committee (Supervisor Eric Hasseltine and Supervisor Nancy Fanden) a report from the Director, Human Resources Agency. transmitting a proposed HMO Qualification Application for submission to the Department of Health. Education and Welfare, which was a condition of the County's Prepaid Health Plan contract with the State of California; and The Internal Operations Committee (Supervisors Hasseltine and Fanden) having met with the Director, Human Resources Agency, and Medical Services staff on September 21. 1977 to fully consider the proposed HMO Qualification Application; IT IS BY THE BOARD ORDERED that the report of the Internal Operations Committee (Supervisor Eric Hasseltine and Supervisor Nancy Fanden) dated September 27, 1977 is HEREBY APPROVED and the Contra Costa County Board of Supervisors ENDORSES the ;..X0 Qualification Application, with the following two stipulations on policy issues to which they have taken exception: 1. The standard 50-50 enrollment mix requirement should be waived and a substitute proposal submitted under which non-cash grant Medi-Cal and other low-income individuals and families are allowed to enroll and are counted as part of the `private sector' for purposes of meeting the 50-50 ratio requirement; and 2. Pages 73-83 of the HNO Qualificatiot. Application are withdrawn and replaced with the Board's statement reflecting its responsibilities in the matter of membership on the HMO's Governing Board. IT IS FURTHER ORDERED that the County Medical Director is HEREBY AUTHORIZED to submit the HMO Qualification Application to the Department of Health, Education and Welfare, and appropriate staff of the Human Resources Agency and the Medical Services Department are AUTHORIZED to negotiate solutions to the two aforementioned policy issues with which the Board is not in agreement and report back to the Board at the earliest opportunity for its consideration and resolution of these policy issues. PASSED BY THE BOARD ON SEPTEMBER 27, 1977. CERTIFIED COPY I o4ta1 lkat om,V b NII,nua a.".et espy w abet! a d+esmiat wbhb M an We is my Mtkr. Orig: Human Resources Agency sey.e.I.a,of c°''n C;to C cwjf,,/M1a"„. Medical Director 'k'due ih' .ATTV`"T: i- It. OLSkItlY,Catmr C%Wk 4 ntotntb Clrrk 0 said Hoard of suto nl.o+- PHP Administrator by nevoy Clerk. Department of HEIi ,,. .� SEP 27 1911 County Administrator -- County Counsel Contracts Unit. HRA Oid i1 ENDORSEDC. F I L E D y AV G 124 RUG 2� 1977 Et SUG WORKS DE.°ARRIZE .i J. Q. OMON aAM AGMIST TE COUM OF COMA COSTA CLM eCa:o C. SUPMw;M f CONT"t4SJA co. Pacific Gas and Electric Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 at. seq. Clainant's Name and Address: Pacific Gas and Electric Company, 2030 Detroit Avenue, Concord, CA 94524 Send Notices To: Pacific Gas and Electric Company, Attn: L H. Nielsen, P. 0. Box 5308, Concord, CA 94524 Date of Occurrence: August 4, 2977 Place of Occurrence: 104, 204A, 206, and 243 Center tenue, Pacheco Circumstances Causing Claim: A grader operated by Ernie George for Gallagher and Burk, Inc., broke a gas service while grading curb return for street reconstruction for Contra Costa County. Total Amount of Claim: $200.00 .e�' PACIFIC GAS AND ELECTUC COMPANY A1AkTofitaied with boord order 034 A) C. 2nARD ACTIO' BOARD 0= SUPERVISORS OF CONTRA COSTA CALF=O?_`:Fs" Sept. 27, 1377 NOT- TO CLAI31t`.7 Claim Against the County, ) Tne copy a,% Z',is dnc=&..t r-c-c-T7_ to you cd yau't E ,uting Endorsements, and ) noti.ce. o4 . to action taken on youwt eZ. im by the Board Action. (All Section ) gaajtd oS Supexui6oab (Panagnapft III, beZavi, references are to California ) given pA&4=xt to Govetnment Code Seerti.on6"911.8, _ Government Code.)--' ) 913, 5 915.4. Pt=Ae note the "wttrtxixg"betota_-` Clair..ant- Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord California, 94524 (]&C 26487P) Attorney: Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P. O. Box 5308, Concord, California 94524 .L�oumt: $200.00 via Public Works Date Received: August 24, 1977 By delivery to Clerk an Aug. 24, 1977 By mil, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File late Claim. DATED: Aug. 25, 1977J. R. OLSSON, Clerk, By _/j,mLct�, - Al� , Deputy Jamie L. J hn n II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Clain complies substantially with Sections 910 and 910-2- C -I-) 10.2.( •I-) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a Late Clain (Section 911.6). DATED: 4 %"T JMS B. MMISM. County Counsel, By Deputy loe III. BOARD ORDER By unanimous vote of Supervisors present (Check'one only) . (XX) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. �/ .rte DATED E-tt. 27. 1977 J. R. OLSSON. Clerk, by e,/ �o a!/1- /, .4 j724_,&-70. Deputy l anmra u. 51t:13521 WARNI.%G TO CLABMT Government Code Sections 911.8 6 913 You have onZy 6 mo 6rtom a =AxAxg os .cs naxLLce to you au.B w*i,ch to p2e a com t action on thia nejeeted Claim Isee Govt. Code Sec. 945.6) on 6 aanth6 J1trm the den iat o f youA AppLi ceti.on to Fi.Ze a Late Claim mi tkin ufuch to pet ax a. eoutt lot aetceS 6k=Section 945.4"a c&m-jiting deadZine. (bee Section 946.61. You may sees ttte advice o6 any a=itney oS yours cko.ice.in connection Lai& this m tWt. 16 you want & coxsatt an azroaxey. you should do so immediateZy. IV. FROM: Clerk of the Board TO: i County Counsel, (2) County Adainistratar, 6 () Public Works. Business 6 Services Division Attached are copies of the above Claim or application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this tlaim in accordance with Section 29703. DATEo:sept. 27, 1977 J. R. OLSSO.sl. Clerk, By r/_t-A-I.#,? 7 . l�.rG�n±rDeputy amaraL.ale.LU314"` V. FROM: (1) County Counsel. (2) County Administrator. TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED:Sent. 27, 1977 County Counsel. By County Administrator, Sy Public Works. By 8.1 01469 3/77 11►. _ -L-E-D UrF I li u '_' pUSLIC VIORKS DEPARn,-:�.1 AUG7, i 1717 J. R, oLsoN CLAIM AGAINST THE OOUM OF COM& COSTA CLER c O RO c OF SUPIca SOBS Pacific Gas and Electric Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 et. seq. Claimant's Name and Address: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord, CA 94524 Send Notices to: Pacific Gas and Electric CA mpaay, Atte: K. R. Nielsen, P. 0. Boz 5308, Concord, CA 94524 Date of Occurrence: August 4, 1977 Place of Occurrence: 218 Center Avenue, Pacheco Circumstances Causing Claim: A loader operated by Andy Sugbes for Heim Brothers broke our gas service while removing trees and pieces of cement sidewalk as subcontractor for Gallagher & Burk doing road reconstruction for Contra Costa County. Total Amount of Claim: $200.00 �/ Q _ PACIFIC GEIS AND ELBClRIC CMWAXY Miaroftwd with board ordw 01465 D. BOARD r:CTIG`: BOARD Or SUPERVISORS OF CO\'TF-1 COSTA CCUNTY, G'.LUO?':rA Sept. 27, 1977 NOTE TO CLAI}t4.\T Ciain Against the County, ) T're copy o3 tLZA t!cc=-rent CQ.I zd ,'.a ycu .id yot:.- Routing Endorsements, and ) notice o,4 L4e action tahrA an yaut cZ--&i by :r2 S33-rdAction. (All Section ) hoard oS SupeAu.iaoas (P=agnapk III, betotv), references are to-California ) given pu&6ucnt.to Gouvuwnt Code Sections 911.8, Govern,zent Code.) ) 913, 5 915.4. Ptea4e nate At "uaakning" betow. Claimant: Pacific Gas and Electric any, 1030 Detroit Avenue, Concord California 94524 �&C 26486E attorney: Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P. O. Box 5308, Concord, California 94524 A.xount: $200.00 - via Public Works Date Received: August 24, 1977 By delivery to Clerk on Auo. 24, 1977 By mail, postmarked on 1. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. A4TED:Aug. 25, 1977 J. R. OLSSON, Clerk, By —A,,,,U,7 �.- Til-.7t.N-�7 Deputy Jamie L. Johnson II. FRAY: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( v7 This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 25 days (Section 9LO.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). , ( ) The Board should deny this Application to File a LateeCClaim (Se tion 911.6). DATED: 251-7-7 JMM B. CL4USEX, County Counsel, By f cl.. Deputy III. BOAM ORDER By anvamous vote of Supervisors present (Check'one only) (gY) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED:S-pt, 27-1977 J. R. OLSSOV, Clerk, by xjoh,A ? Deputy *+a WARNING To CLAIRMIT Government Code Sections 911.8 6 913) You, have OnLy 6 mo 6UM the MULUtg 0o tnc.s natcce to YOU 6aEVLin u,,*ich tO gte c couAt action on thin rejected Claim (see Govt. Cade Set. 945.6) arc 6 months arum the denial o6 you&Apptiea. an to Fite a Late Ctain u:Z. Lin tu'`LiP1t to pe#.ctZon a ccu&t dor reZieo p um Section 945.4'a cZaim-6iti tg deadL&te (dee Section 946.6). You may 4eek tfte advice o5 any attbaney ea yom^t cna.i.ce in connection with this ec,; I. yo¢7 1Lt to con6u t an attonnu. you aho LZd do 6o &=ediate4. ----- - IV. FRQk: Clerk of the Board T0: 1 County Counsel, (2) County Administrator, & (3) Public Works, Business & Services Division At-ached are copies of the above Chiu or Application. We notified the claimant oz the Board's action on this Claim or application by mailing a copy of this do"tAent.-and a memo thereof has been filed and endorsed on the Board's Copy of this Claim in accordance with'Section 24703. // �/� Z:TED'.S`, t_ ?7. IQ77J. R. OLSSOH, Clerk. By 0-47.)( d 7 F i�lAl f►r Deputy ,Sandra-L. Nielson V. FROM: (1) County Counsel, (2) County .administrator, TO: Clem of the Board (3) Public Yorks of Supervisors Received copies of this Claim or Application and Board Order. DATED:SP. ,t 97� i o77 County Counsel. 3y County administrator. By Public Norks, By inwrl 8.1 , 3/77 qn, F I L E D �T L AU AU u `?.1 1911 PUBIAG WORKS DEPARMLE- ! J. R. a_ssON CLUX BOARD Of Su►EQ/jS0RS CLAM AGAINST THE COMMY OF OONTBA CMACONMA T^Co. Do Pacific Gas and Electric Company presents a claim for damages against the County of Contra Costa as provided in Government Code Sections 900 et. seq. Claimant's Name and Address: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord, CA 94524 Send Notices To: Pacific Gas and Electric Company, Attn: Y. R. Nielsen, P. 0. Boz 5308, Concord, CA 94524 Date of Occurrence: August 8, 1977 Place of Occurrence: 204, 104A, 106, 243 Center Avenue, Pacheco Circumstances Causks Claim: A grader operated by Ernie George for Gale A Bark, Inc., broke a: gas service while grading for street reconstruction for Contra Costa County. Total Amount of Claim: $200.00 PACIFIC GAS AND BiWMIEC COMPMY /�arofiGaed twifft l7oCtd order I.l146-1 A. sC?.='-D ACTION SOA:D OF SUPERVISORS OF CONTRA COSTA OJ7: ' C�Li:G?:F.� S,pt. 27, 1977 ::OiE TO CLaItrt`i Claim Against the County, ) Tl:e Copy o, vttS dazfLTj;7tt a:t L� ,.o ycu ca you_ Routing Endorsements, and j roti_ce ob dice action ta..ea an yowt ct—,&: by the Board Action. (All Section ) Seam ob Supelwiaou (Paug+:cpit III, betcv1, references are.to California ) give- pwtdutrtt to Gov&=nettt Code Sections 911.8, Government Code.)- ) 913, 5 915:4. Pl=ae. note.the `"camping" betow. C:aimant: Pacific Gas and Electric Company, 1030 Detroit Avenue, Concord California 94524 (IBC 264MF) Attorney, Pacific Gas and Electric Company, Attn: K. R. Nielsen Address: P.O. Box 5308, Concord, California 94524 A.ount: $200.00 via Public Works Date Received: August 24, 1977 By delivery to Clerk on Aua_ 74. 1977 By nail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Clain or Application to File tate Claim. DATED: Aua. 25.1977 J. R. OLSSO.Y, Clerk, By Lirhi�, C/o�vrtn-ate Deputy Jamip I.- II_ FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ✓S This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannon act for 15 days (Section 910.8). ' ( ) Claim is not timely filed. Board should take no action (Section 911_2). ( ) The Board should deny this Application to File a Lat�laim (Sec on 911_6). DATED: �( 3(-7 JaiN B. CLAUSEI, County Counsel, By 1 f±,_ Deputy :II. BOARD ORDER By moan mous vote or Supervisors present (Check'one only) . ( XX) r:-,-;s Claim is rejected in full. ( ) This Application to File Late Clain is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED=Sent. 27. 1977J. R. OLSSOK, Clerk, by i✓•ti Deputy —Sadirra i,. Nielson WAR:NI\G TO CLAIi kXT Government Code Sect,-ons 911.8 & 91'3 You I=e onty 6mo prtom amU4.otg oJ tkcA naLtee to you,w t_A'in U.*i.Ch to b.i.Le a ccw%t action on tkZ6 -ejected Min laze Govt. Code Sec_ 945.6) o2 6 mones p.wm the denial o6 you-t Appti.cati,on to Fite a Late Ctaim wi,L'un tdtich tc petiX.on a count baa ae.Ueb boos+ Section 945.4's c.Pitiaaa-bang de=V.ne (see Section 946.6). Ycu may seek the advice ob any a=:tney ea your choice .cat connection tui,& tk.i.s m 'tee_ Ib you w a to consult an attraneu, uouaiouLd do so ;.MedfzteZy. IV. FROM. Clerk of the Board TO: 717 County Counsel, (2) County Administrator, g (3) Public Works, Business & Services Division Attached are copies of the above Claim or application. We notified the claimant o` the Board's action on this Claim or Application by mailing a cony of this document,-and a memo thereof has been filed and endorsed on the Board's copy of tris Clain in accordance with Section 29703. o� .1=J. R. OLSSON, Clerk. By `A7A,X Jj.7. ! rr�n F:i ) Deputy Sandra L. Nielso= V. FROM: (1) County Counsel, (2) County Administrator. TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED:Sent. 27, 1977 County Counsel, By County Administrator, By Public Korks, By �� . 3!77 j M 5 I CLAIM AGAST THE [DIARY OF COMA COSTA, STATE OF CALIFORNIA Declaration of Presentation of Claim by Mail I 3 I an over the age of 18 years and an not a party to the claim affixed I d to this declaration. I an employed in the County of Contra Costa, California. I i My business address is 6006 Macdonald Ave., Richmond, California. I presented i I 6 the affixed claim by depositing three originals thereof in the United States i Mail in Richmond, California, an August 23, 1977, at the United States Post i 8 Office in Richmond, California, on August 23, 1977, in a sealed envelope, with. � 9 postage thereon fully prepaid, with the name and address shown on envelope 10 being as follows: 11 Clerk of Board of Supervisors 651 Pine Street 12 Martinez, CA 94553 13 Dated: August 23, 1977, at Richmond, California. 14 I declare under the penalty of perjury that the foregoing is true and � 15 correct. 16 I i 1' ` 18 I 19 K I 20 21 23 2; 25 26 0464 ?i •i ; n i r I Church Lane and was crossing San Pablo Avenue with the green signal light 4 2 when cla cant's vehicle was struck by a Contra Costa Sheriff's Department i 3 patrol car which was northbound on San Pablo Avenue. i 1 4. A general description of the injury incurred so far as it is now s known to claimant is as follows: j 6 Severe multiple injuries, including but not limited to, severe fj concussion, fractured ribs, pelvis and left shoulder, and ruptured spleen. 8 Additionally, the vehicle which claimant was driving, a 1965 Chevrolet pick-up 9 truck with camper, was rendered a total loss. 10 5. The name of the public employee causing the injury as now known by 11 claimant is Daryl R. Olsen. 12 6. The amount claimed on account of claimant's said injuries is not 13 presently known inaSm u-h as claimant is still undergoing treatment for said II 14 injuries and the prognosis for his recovery therefrom is not presently known. I 15 Dated: August 23, 1977 16 GRYL•YR b PIERCE (( I 1? By Qrs% ?J \ LIGGt� 18 70118 R. PIERCEI Attorneys for Claimant 19 t/ 20 21 22 I 23 24 25 I 26 pp 'i' �I h _ ENDORSED 1 GRYDYK li PIERCE F I L E D � 1 Attorneys at lav 2 4006 Macdonald Avenue Richmond, CA 94805 AU G 2 _1 1977 3 (415) 233-8787 ' 1 R. oLsSON ` 4 Attorneys for Claimant eco R° o raFco'SM 5 - 6 8 In the Matter of the Clair of ) 9 FRANCIS D. BATON, ) ; 10 Claimant, 11 vs. j 12 THE CODNTY OF CONTRA COSTA, ) STATE OF CALIFORNIA. ) 13 ) 1.1 GRYDYK & PIERCE, on behalf of FRANCIS D. EATON, claimant, hereby i 15 presents this claim to the County of Contra Costa, State of California. 16 1. The claimant's name and post office address are as follows: 1 1? FRANCIS D. EATON, 2919 Roosevelt Ave., Richmond, CA 94804 18 2. The post office address to which GRYDYK b PIERCE desires notices I 19 of this claim to be seat is as follows: 20 GRYDYK 5 PIERCE, 4006 Macdonald Ave., Richmond, CA 94805 21 3. The date, place and other circumstances of the occurrence or trans- 22) action that gave rise to this claim are as follows: 23 The date of the occurrence was May 31, 1977 at approximately 3; 1:49 a.m. The location of the occurrence was at Church Lane and San Pablo 25 Avenue in the City of San Pablo, County of Contra Costa, State of California. 26 The facts of the occurrence are that the claimant was driving westbound on i Waofilmed with board order 01W BOARD OF SUPERVISORS 0•- CON7-4.1 CQS`-X S,20t- 27, 1977 `u%: TO CLii`!L`T Claim against the County. ) rez eepy az C;: oej-ru:t c_„u7= to •r?1 .is youp Routing Endorsements, and ) noticC as - t2 scti.ar- tai:zx on yot:.t CZZZM by tt e Board Action. (All Section ) Saud o5 SupeAuisotA (PaRa3t4a t III, bezavi, references are to California ) given putsuaxt to.Govetxaerst Code Section6 911.8, Government Code.)- ) 913; 5 91S.4. p4ease nate tke "Untwing" below. Claimant: Francis D. Eaton, 2919 Roosevelt Ave., Richmond, California 94604 Attorney: John R. Pierce Address: Grydyk & Pierce, 4006 Macdonald Avenue. Richmond, California 94805 A.3unt: not presently known Date Received: Au,. 24. 1977 By delivery to Clerk on By sail, postmarked an Aua. 23, 2977 I. FROM: Clerk of the Board or Supervisors 70: County Counsel Attached is a copy of the above-noted Clain or Application to File Late Claim. DATED: Aug. 24, 1977 J. R. OLSS0:1. Clerk. By --c//etlw . . �f1iL4-t�h Deputy T T II. FRO.K: County Counsel TO: Clek of the Board of Supervisors (Check one only) ( This Clain complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a Late-,Claim (5act�ion�311.6). DATED: 'e "�� - JOWL B. CLAUSEN. County Counsel, By��it_ `C� Deputy III. BOARD ORDER By unanimous vote of upervzsors present (Check'one only) (}�� ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boar3s Order entered in its minutes for this date. GG DATED: SP t. 27, 19771- R. OLSSON, Clark. by 1L/�4/! (0,({r.!szr j. Deputy --r-- pndr4 L. WARNING TO CLAINAA'F Government Code Sections 911.8 F91.3) You have anZy 6 wontft4 itan the mutAng op ZUA notice to you cvttrwt wrcc t to Site a eouA t action on thio rejected Ctc,:m (see Govt. Code Sec. 9115.6) an 6 months i+tom the denial o J youR Appt i cation to Fite a tate CZa.im =Z t'ttn td i ch to petition a couAt tort AetZ26 bun Section 945.4'.5 etadm-6i.,Zir:3 decdZ ne (see Section 946.61. You maty seek the advise o6 any att-ourtey o6 yowt chaise in connection et.idt Zt,is mattes. I6 mom uktxt to co"Autt an attoute , you ahautd do ao imrrediztettf. IV. - FROM: Clerk of the Board T0: 1 County Counsel, (2) County Administrator, 6 (3) Public Works, Business 8 Services Division Attached are copies of the above Claim or Application. We notified the clamant of the Board's action on this Claim or application by mailing a copy of this document.-and a memo thereof has been filed and endorsed on the Board's copy of this C1aim in accordance with Section 29703- DATED.-Sept. 27, 1977J. R. OLSSON. Clerk. By A4 M AIZ ,1 D 170 Pati ;. Deputy Sandra L. Nielson-i V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Worsts of Supervisors Received copies bf this Claim or Application and Board Order. DATED:Sept. 27, 1977 County Counsel, By County Administrator, By Public Horks, By B.Z Kiev. 3/77 1 I STATE OF CALIFOMICTA ) ss. 2 COUNTY OF CONTRA COSTA) 3 YVONNE L. CRAIL, being first duly sworn, deposes and says: 4 That she is the clai—nt in the above-entitled matter; that 5 she has read the foregoing CIAIM FOR DAMAGES FOR PERSONAL INJURIES, 6 and knows the contents thereof, and that the same is true of her 7 own knowledge, save and except as to the matters which are therein 8 stated on her information and belief, and as to those matters that 9 she believes Vt to be true. 10 YVCrM L. CRAIM, C a M-?nt 12 13 Subscribed fund sworn to before me this 2j.,'/-,day of August, 1977. 14 15 WICCW1 P. pAQ5E5 i P. MOSES, Notary P-519f c `` W'A'i* °"' K .•.:�,,vu 16 in and for the County of Contra CeUMA Castes Co WTV Costa, State of California. e" 59VftwbW 4, 19M 17 My commission exQires: 18 19 20 21 22 23 24 25 26 v_uE7 ABS 1 MOSES LRS0 �6tf e CAON 1 JDJ. .O ST.LLT . P"V'3.C.Ur.04/06 i FNQQP ZRIZ-3 DS 77 1 CLAIM ;'OR DAMAGES FOR PERSONAL ",50n2 TO: THE BOARD OF SUPERVISORS o. COUNTY OF CO.YTRA COSTA 3 COURTHOUSE MARTINEZ, CALL-FORNIA 94553 4 5 YVONNE L. CRAIL presents her claim for damages against the 6 COUNTY OF CONTRA COSTA, a political subdivision of the State of 7 California, in the sun of Three Hundred Thousand ($300,000.00) 8 Dollars for damages for personal injuries received by said claimant 9 on dune 26, 1977 when struck by a Sheriff's vehicle in front of the 10 Rio Theatre, 140 Parker Avenue, Rodeo, Contra Costa County, 11 California. '. 12 This claim arises from the following circumstances: On June -,13 26, 1977 claimant was struck by a police car driven by an employee 14 of the County of Contra Costa, Don Stuart Bell, a deputy sheriff in 15 andfor said county and knocked to the ground. Claimant received 16 injuries to all of her body and has since had knee surgery. Said 17 accident was caused by the negligent and careless operation of 18 said police vehicle by said Don Stuart Bell, an employee of the 19 County of Contra Costa, acting within the course and scope of his 20 employment. 21 The claimant resides at 1004 Appian Way, E1 Sobrante, California 22 Notices are to be sent to: 23 PELLETREAU, MOSES S LARSON 2090 - 23rd Street 24 San Pablo, California 94806 Telephone: (415) 234-8890 25 Attorneys for Claimant nn t 26 Dated: August 24, 1977 E'.LETREAU.MOSES Y'J JNE L. CRNIL, Claimant e L]RSON >TTCwnCYS♦T LaW 1&W-F eo,c. ■ur-aaso. I Microfilmed with board order e]a.eeeo BOARD ACTION i BOARO OF SIFERV_ISORS OF CO.`TI: COSTA CGU.`Tf, CALFFC)PNEA Seat. 27, 1977 Second ?emended .':oic TO CLAI'4i:.T Clain Against the County, ) i7:2 copy o. tris document na.c - to you is yout Routing Endorsements, and J notice oS the action takzn on. yowl c ai= by 4-lie Board Action. (All Section ) Soa;td oS Supexviaou (ParWtaph III, beZael, references are to California ). given p:sR.suawt to Govvtnix nt Code Seetiona 911.8, Government Code.)- ) 913, 5 915:4. Mane note the, "kizkning" beeow. Claimant: Yvonne L. Crail, 1004 Appian way, E1 Sobrante, California Attorney: Pelletreau, Moses 6 Larson Address: 2090 - 23rd Street, San Pablo, California 94806 Amount: $300,000.00 Date Received: Aug. 26, 1977 By delivery to Clerk on hand delivered By mail, postmarked on - I. FROM: Clerk of the Board of Supervisors TO: County Counsel Amended Attached is a copy of the above-aotedAClain or Application to File Late Claim. DATED: Aug. 29, 19772. R. OLSSCM, Clerk, By o ?/f�c.t(� ;�„ --,� Deputy n II. FROW County Counsel T0: Clerk o the Board of Supervisors (Check one only) ( ✓) Th*s a a' complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8)_. C ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File arLaca Cl (Section 911.61. ��\-C`L` DATED: f'j -?7 Jai e. CL+IUSEN, County Counsel, By . Deputy III- BOARD ORDER By intanimus vote of Supervisors present (Check*one only) - (XX) T::isYClain is rejected in full. Imended ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. ��./�' �,,� /1 DATED: Salt+. o?, 1 o27J_ R_ OLSSO?N, Clerk, by 5�f� 1 6!F� � Deputy Sandra 1..due son MARhIrG TO CLADWN (Government Code Sections 911-8 6 913 Yost have OnZy a mo d-Um op .ce no.tcCe to yo:c •' t4ich to 6.ite a eou&t action on this -tejected Claim We Govt. Code Sec. 945.6) oa 6 months II4an tke deniat oS youx Apptiration to Fite a Late C2a.im u:i,L4.in tdrick tQ petition a corm Solt ne..iea Ston Section 945.4's c•Pa im-S•i eixg dead.Cine (see Section 946.6). You may sees the advice o6 any c#24ney oS yourt choice.in connection eaL& this matceat. ISyou Quant to consult as a,ttotney, you 4hcu,Zd do .i _so =ew'iateZy. IY_ FROX- Clerk of the Board TO: 1 County Counsel, (2) County Administrator, 3 (3) Public Works, Business 8 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claire or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance wit.: Section 29:05. y, DATED: 5�4,+ ->7- 19271. R. OLSSON, Clerk, By X4 ,2 stCC�:t :/i �a���A�r } Deputy Sandr:� T._ ?lial4n V. FROM: 1) County Counsel. (2) County Ad=insstrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: 4yn nt. 27, t 977 County Counsel, By County Administrator, By Public Works, By E., o Fcev. 31" ■ In the Board of Supervisors of Contra Costa County, State of Califomia September 27 01977 In the Matter of _ APPROVAL OF TRAVEL REQUEST FOR HEAD START PARENT COORDINATOR TO ATTEND THE SECOND NATIONAL CONFERENCE ON PARENT INVOLVEMENT IN ESTES PARK, COLORADO OCTOBER 31 - NOVEMBER 6, 1977 The Board of Supervisors hereby AUTHORIZES the attendance of Pa. Priscilla Ledesma, Head Start Parent Coordinator, at the Second National Conference on Parent Involvement in Estes Paris, Colorado, October 31 - November 6, 1977 with the understanding that the Economic Opportunity Council at its September 15, 1977 meeting approved of the request and the expense will be charged to the Training and Technical Assistance Grant under the Head Start Program. APPROVED BY THE BOARD September 27. 1977 „r•t� w a } f $ + x I hereby certify tbat the foregoing is a from and corned copy of an order entered on the minutes of said Soord of Supervisors on the dole oforasoi& Orig. Dept.: OEO 1Mr nm my hand and the Seal of the Board of cc: County Administrator Auditor-Control ler affixed"27th day of Sentember 19 77 Head Start J. R. OLSSON, Clerk eY4'--- +"?'Gf `�� i l i Deputy Clerk Janie L. Johnson 01f57 fi-?a 9:76 ISm In the Board of Supervisors of Contm Costa County, State of Califomic September 27 ,19 77 In the Auffer of APPROVAL OF TRAVEL REQUEST FOR HEAD START SPEECH PATHOLOGIST TO ATTEND THE ANNUAL AMERICAN SPEECH AND HEARING ASSOCIATION CONVENTION IN �'•; CHICAGO, ILLINOIS, NOVEMBER 1-5,1977 The Board of Supervisors hereby AUTHORIZES the attendance of Ms. Gloria Harmon, Head Start Speech Pathologist at the Annual American Speech and Hearing Association Convention in Chicago, Illinois, November 1 - 5, 1977 with the understanding that the Economic Opportunity Council at its September 15, 1977 meeting approved of this request and the expense will be charged to the Special Handicap Grant under the Head Start Program which Is entirely Federal Funds. APPROVED BY THE BOARD pa. Segtenber 27,.j977. K f� a S. I bweby amity that the fanVoinp h a tna and anneet anpy of on order *nkwod on the minutes of sold Board of Supmv6m an"dote aforesaid. Witness my band and the Seob of the Board of Orig. Dept.: OEO SUP- 130-cc: County Administrator Auditor-Control teraffixedoxed dds27th cloy of September . 19 77 Head Start 1 R. OLSSON, Clerk Nvx1311-71i '4 h..��_ Deputy Clerk Jamie L. Johnson 01456 H 2i i.'G fSm In the Board of Supervisors of Contra Costa County, State of California September 27, _19 77 In the 1Maner,of Appointment of Stephen L Morse in the class of Associate Environmental Engineer On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the eligible list of Stephen L Morse in the class of Associate Environmental Engineer at the third step ($1827) of Salary Level 493 ($1.657 - $2.014), is AUTHORIZED, as requested by the Public Works Director. effective October 11, 1977. Passed by the Board on September 27, 1977. k� S � t x 3 1 hereby certify the the farepoinp is a true and cornu copy of an order entered on the minutes of said Board of Supervisors on the dote-F, ---i I Orig: Civil Service Department Witness my hand and the Seal of the Board of cc: Public Works Department supenbors Auditor-Coatrolle r affb-d this271hdoy of Sentember . 19 77 Administrator J. R. OISSON. Clerk Deputy Clerk Jamie L_ Johnson 01455 In the Board of Supervisors of Contra Costa County, State of California September 27 .19 77' 1n the Malbr of _ Authorizing Attendance at Meeting 1 IT IS BY THE BOARD ORDERED that Margaret Richards, Home Health Agency Coordinator, Home Health Agency, Contra Costa County Health Department is AUTHORIZED to attend the Annual Meeting of the National Association of Home Health Agencies in Portland, Oregon, from October 3, 1977 through October 7, 1977. Costs will be charged to the Home Health Agency. Passed on September 27, 1977. y r µ. hereby car ify that the foregoing is a true and cos ad copy of an order enia on the minutes of said Board of Supervisors on the dots oforesakL Witness my hand and the Seal of the Board of Orig. : Director, HRA Supervisors affixed this ?7th day of September 19 77 cc: County Health Officer J. R. OLSSON. Clerk County Administrator a,,z -< . .%., n �c D Uerk County Auditor 9" H. Richards Jamie L. Johnson 0.1454 H 24 ens 301.1 In the Board of Supervisors of Contra Costa County, State of Califomia September 27 ..19 77 In the Matter of Authorizing County Auditor-Controller to submit Certification required by the State of California Office of Criminal Justice Planning. WHEREAS the State of California Office of Criminal Justice PI requires a certification that local lav enforcement expenditures are not being supplanted by grant funds; and WHEREAS such certification must be submitted within 90 days after the end of each fiscal year; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the County Auditor- Controller is AUrWRIZED and DIRECTED to submit the certification required by the Office of Criminal Justice Planning. PASSED by the Board on September 27, 1977. C kfi h I hereby xrfify 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. Waness my hand and the Seal of the Board of Supervisors affixed this day OISEP '27 1977 19 J. R. OLSSON, Cterk Byi i t e. Deputy Clerk N x 12"4. tsar : r.��p,;� ,;nrr ./' Originating office Auditor-Controller cc: State of California Office of Criminal Justice Planning C/o County Auditor Regional Office of OUP c/o Canty Auditor County Administrator County Auditor 01453 IN TM MUNICIPAL COURT FCR THE MT. MART JUDMAL MSTRICT IN AND FOR THE COUNTY OF COM& COSTA, Sun OF CLLUORKA COUNTY OF CONTRA COSTA, a body ) corporate and political of the ) State of California, ) No. 19260 Plaintiff ) SATISFACTION OF JUW2K T vs. ) A. L. Vellos Defendant ) The Judgment of County of Contra Costa., entered on December Ile, 1972 in the above Court, recorded in Book 6821 , at Page 220 having been paid in Rill is hereby fully satisfied. Datede SEP Z 7 1977 By order of the Board of Supervisors Of the of pervisora Contra Costa County, California State of California AI KUMLSDMOT (CC 1181, 1184) County of Contra Costa) • On S EP ?7 1977 , before me, EaSb=- G,,r• WreLl a Deputy County Clerk of this County, personally appeared V4 N_ Sonet , k mm to me to be the person who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. By Wcountzric of tna county (1.1 2100 7/75) 01452 IN THE HMMCIPAL GO= FOR THE KT. DIASLO JUDICIAL DISMCT IN AND FoR THE COUNTY OF CORM COS?A, STATE OF CALIFORNIA COUNTY OF CONTRA COSTA, a body ) corporate and political of the ) State of California, ) No. 14626 Plaintiff ) SATIWAC71021 OF JUMMIT vs. ) Antonio Vellos, Jr. and ) Maria Ysllos Defendant } ) The Judgment of County of Contra Costa, entered on October 23, 1969 in the above Court, recorded in Book 8989 , at Page 226 hawing been paid in dill is hereby fully satisfied. Dated: SEP 2 7 1977 By order of the Board of Supervisors f l �. the pervfsors Contra Costa County, California State of California ) ACtQJOitLSDi MT (CC 1181, ll8tt) County of Contra Costa) ss. On SEP 2 7 1977 before me, RcWe G.1Keff= , a putt' County erk of this County, personally appeared known to me to be the person who subscribedand to the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. By Yee e r-OuAMFlarko unty (M 2100 Ins) 01451 ' In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 19' In the Matter of Satisfaction of Judgments Antonio Vellos, Jr., and Maria Vellos A. L. Vellos On recommendation of the County Auditor-Controller IT IS BY To BOARD ORDWO THAT the Chairman IS HMM AVMUZED to execute satisfaction of Judgments which were taken to guarantee repayment of the cost of services rendered by the County to Antonio Vellos, Jr., and Paris Vellos, A. L. Vellos who have made reaayment in full. Passed by the Board on SEP 2 7,1977. s I hereby certify that the foregoing Is a inn and correct co"of on order entered on the e►inutes of sold Hoard of Supervisor on the date aforesaid. fr_3?Rdtirtg Dept: Audito_--Can troller Witness my hand and the Seal of the flood of cc: Cc:nty Administrator s'p"lar SEP 2 7 1977 affixed this day 19 _ J. R. OLSSON. Clerk H 24 tura- ISL Deputy Clerk .c 01450 1ENUATTON OF REIMMRSEMn AGREElffiNT the RSI OIRL F2M AGREEKENT and NOTICE OF LIEN executed on jure 17. 1960 by Emilia Avila and recorded in the official records in the office of the County Recorder of this County on ju—�I, 1960 is Volume 16L at page 164 is hereby released. Dated.• SEP 2 7 1977 By order of the Board of Supervisors. CHAIRMAN OF SNE BOARD OF SOYER ORS Contra Costa County 'STATS OF CALIFORM County of Contra Costa On (date) SEP 2 7 1977 before me, RobStc C�:irs'c_ a depu11.794= yy camcyy clock oe this county. personally appeared YJ �. 8y'l ..s knowa to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R.Olsson, County Clerk 7 by .6 6o01449' Deputy CounIty Clerk (H 2029 11/72) ,, rd oder, In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 ,19 in the matt"of Termination of Reimbursement Agreement Emilia hvila On recommendation of the County Auditor-Controller IT IS BY THE BOARD OEM Tn:1T the Chairman IS IMEBY MEGRIM to execute Termination of Beimburumnt ;.greement vhich was taken to guarantee repajment of the cost of services rendered by the County to milia AvUa who has made repaymnt in 15:11. Passed by the Board on SEP 2 7 1977 ?F J v, 1 hereby cwfify that the foregoing is a true and coned copy of on order entered on the minutes of sold Board of Supervisom an the date aforesaid Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of S-pen1-- SEP 2 7 1977 cc: count~ Rdainistrator affixed this day of. 19 _ J. R. OLSSON, Clerk By I 7%�_ �' " Deputy Clerk H 24 12r?4-Is-" QOIJ�tC' .,:ice-zCy �f Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 10"77-1031-77 Department: civil Sesvice Subject: Consnlution and Technical Services 2. Parties. The County of Contra Costa. California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: John Wallace. PLD Capacity: Self-employed individual ( . . . consultant) Address: 1691 St. James Parkway, Concord. California 94521 3. Term. The effective date of this Contract is October 3. 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 600.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for vhich this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 30.00 per service unit: ( ) session, as defined below; or (1) calendar da (insert day, week or month) NOT TO EXCEED a total of 20 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation and technical aasistame with County personnel in conducting and evaluating a group assessment exorcise in a County facility (ministration Br+ldlns) on County designed reporting forms for the dasignated tm above. One session for payment purposes shall be defined as the provision of at least 8 full hours of such services. B. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant. employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections "°° 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COMMAOF CCORT ! OSTA CALTFQMA CONTRACTOR BF 0 By Designee Recormended by Department (Designate official capacity) gy /l ''` De (Form appto d by County Counsel) i (A-4620 7/76) �- MiC:ci:e .. . - goer In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 09 In the Maher of Contract #103-77-1031-77 with John Wallace, PhD.for provision of Consultation and Technical Services. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #103-77-1031-77 with John Wallace (self-employed consultant) for the provision of consultation and technical services from October 3, 1977 through October 31, 1977 with a contract payment limit of $600.00, under the County Civil Service Department's budget for FY 77-78 and under terms and conditions as more particularly set forth in said contract. PASSED BY TSE BOARD on S E P 2 7 1977 N A r 2 1 hereby ce"lly*ad the fonnp*a is a true and coned copy of an ardor araered on the minutes of said Boo td of Supervisors an the data aforesaid. Orig: Civil Service Department WItnem my hand and iha Sed of the Board of cc: County Administrator n SEP 2 7 1977 County Auditor/Controller affixed this day of 19 _ Contractor J. R. OLSSON, Clerk BY_ l� 6-77,1"Ie", Deputy Clerk Pnh6ie e3utin_mez 01446 In the Board of Supervisors of Contm Costa County, State of Califomia September 27 ,19 77 In the Motfer of - Request to use certain roads for seven-mile run. Supervisor W. N. Boggess having advised that he had received a September 20, 1977 letter from Kerry Gardette, representing Byong Yu Karate Studio, 1839 East Street, Concord, California 94520 requesting permission to use certain roads on November 6, 1977 for a seven-mile run; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Public Works Director for report as soon as possible. PASSED by the Board on September 27, 1977. t I hereby C"fly ON* lite foregoing is a true and coxed Copy of an Order entered on tt+s minutes Of said Board Of.Superoisars on the dote oforesold. ac: Byong Yu Karate Studio Mlitnass my hand and"Sea of the Board of Public Works Director Supervisors affixed this 27tbday of_Seotenber . 1977 J. R. OISSON, Clerk Deputy Clerk Helen C. Marshall ism 01445 H-24 3/:6 15m associates CONSULTANTS IN ARCHITECTURE ENGINEERING PLANNING s September 15, 1977 Arnold Jonas EIR Division, Planning Dept. Admin. Bldg. Martinez, Calif., Re: Alamo Plaza EIR s Dear Arnold: This letter is intended to confirm our telephone conversation today regarding our proposal to prepare the Alamo Plaza Shopping Center Draft EIR for your Department. As verbally outlinedto both you and Nr. Redman, project applicant, we propose to prepare tte Draft EIR within 30 days of authorization to proceed for a contract price not to exceed $3,700 unless site plan modifications are made or otherwise authorized. A Preliminary Archeological Survey will be conducted by Dr. David Frederickson as part of the Draft. The Traffic Report by Renato G. Martinez, C.E., dated August 1977 should be satisfactory for impact analysis and consideration of measures of mitigation, and we will make minor revisions of the basic data based on the proposed elimination of the Payless Drug Store by the applicant. It is our understanding that the Marketing Study submitted by the applicant will be expanded by John S. Thompson Co., Inc. to include an analysis of the entire shopping center; and that this study will be available to us within 10 days of authorization to proceed. We understand that the contract will be authorized on Tuesday September 27 at the earliest, and we will be prepared to proceed with the work at that time. Robert R. Graham, AIP Alice E. Bonner Planning Consultant '0� Environmental Consultant RRG:AEB:bg Enc: None � 01 444 ' 1620 NORTH MAIN STREET WALNUT CREEK CALIFORNIA 94596 (415)938.1242 APPENDIX"A" Consultant shall prepare a Draft Environmental Impact Report in accordance with the California Environmental Quality Act and County guidelines for the project specified in I(c)of this agreement. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a"working draft"form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than thirty (30) calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the"final Consultant draft" for review and acceptance by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than ten (10) calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond June 30, 1978 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a"Final EIR"for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below. F 4 F 4 1 01443 7. Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Impact Report a fee not to exceed I(d) above. (i) The first installment, in an amount to be determined by the Director of Planning of not more than 50%nor less than 30%of the fee noted in 7.A.above, shall be paid after receipt by the County of the"Working Draft"report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above,shall be paid after the Director of Planning receives and finds acceptable the"Final Consultant Draft". B. Ten percent(10%)of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning,whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the fee limit specified in Section 1(d) without prior written approval of the Canty. S. Termination. At its option,County may terminate this agreement at any time by written notice a to he Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time,and will be paid,except as provided below, without duplication, all amouuits due or thereafter becoming due for services rendered to the date of termination. It the Consultant is in default at the time of termination, County may complete the work(scope of service)and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any employment, otFWr than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review,for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will utilized—as background or source material by the Planning Department for its exclusive use,all or in part,as it sees fit. The Consultant agrees not to release,disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views,opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A r Page 2 of 2 ' ` 01442 CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultants Name and Address: AEP Associates, 1620 North Main Street, (b) Effective Date: SEP 2 6)9977 Walnut Creek, CA 94596 (c) Project Name,Number and Location: Environmental Impact Report for Development Plan No. 3052, Market Plaza Shopping Center', Alamo (d) Payment Limit: Three Thousand Seven Hundred Dollars ($3,700) 2. Si s. se signatures attest the parties'agreement hereto: TRA CONSULTANT G A 17> B . ' . �[— � V5/zt,,� Chairman,Board of Designate official capoty in business Supervisors ' N ':gen ATTEST: J.R.OLSSON, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT 63y. 7 The person(s)signing above for*Consultant,known eputy to me in those individual and business capacities, personally appeared before me today and acknow- Recor)i vended ledged that he/they signed it and that the corporation or partnership named above executed it. J AAthonj A.Dehaesto If )Date: NO, M77 Diiect r of Planning Form approved: ta4a�rc: til John B.Clausen r r.c i i SEAL C4 � . County Counsel := , Deputy,.,, � w, c....f,,,i«.,:•��.,. •,.w ,, way,� �xu�titcr_y+u:a x�s5::st�•:x s,t 3. Parties. Effective on the above date, Contra Costa County and the above-named oonsuTtant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant,and Consultant accepts such employment to perform the professional services described herein,upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. insurance. The Consultant shall,at no expense to the County,furnish certificates or other evidence acceptable to the County of (a)public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than$500,000.00. Thirty days• notice to County of policy lapse or cancellation is required. Page I of 2 01MAI Microfilmed with hoard order In the Board of Supervisors of Contra Costa County, State of California September 27 1977 In the Motter of Agreement with AEP Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with AEP Associates of Walnut Creek, effec- tive September 28, 1977, in connection with the preparation of the Environmental Impact Report for Development Plan No. 3052, "Market Plaza. Shopping Center" in Alamo, at a cost not to exceed $3,700 under the terms and conditions as set forth in said agreement. PASSED by the Board on September 27, 1977. I hereby certify that the foregoing h a true and corm copy of an order entered on the minutes of said Board of Supervisors an the data ofonnoid. Orig.: Planning Department Wteess my hand and the Seal of the aoord of Pervium cc: AEP Associates affixed thb27thdoy of September 19 77 c/o Planning Dept. Director of Planning County Auditor-Controller J. R. OLSSON, Clerk County Administrator B �/ C Deputy Clerk hax.lw _ 01440 jj •.... _:—o—nia—Heattn anC WIATat♦F96nCY GnO.Wm"t of M�Jl1 EXHIBIT 13' CALiFOR,%IIA WIC PROGR,:0.1—PROJECT BUDGET Contractor Name Contra Costa County Contract Number 77-53551 Contract Period 10-1-77 to 9-30-73 A. Personal Services Hours or * Salary TOW Per Budget Position Em o ee %rum Rate Position Itern To:31 Nutritionist D. Lowitz 100% $1,231/:x. $14,772 Nutrition Aide I. Ureta 1007 870/[x. 10,440 Clerk P. Puba= 1007 850/:x. 10,200 S. MaCoy 100% 9381mo. 11,256 1t. Uacek 100% 7721ro. 9,264 1,100 hrs. 4.901hr. 5,390 PiL`t 1,400 hrs. 9.16/hr. 12,824 Less salary savings -1,000 fa. Total Salaries and wages $ 73,146 B. Operating Expenses Frim Benefits 16.091 Travel: Mileage at 150/toile and State Approved Passenger Fare and Per Diem 4,063 Office Supplies 2,200 Rent 719 NOTS: Average salary rates adjusted for autocratic step increases and/or anticipated cost-of- living adjustments during term of contract. 01439 ` BUDGET TOTAL (809-797-65-00) $ 96,219 . I SUI•='.n.Zt S_ t�CC�.=:l�_..iJ '^.',:t=. `:' �VlL:,J CT Str�Ri�IJi�:w 0-- CONTRA COSTA COUTITY,, SENT ?c cT, 19?7, r., ::t�� ^Y R. CL::JC'' , COiT 1Y Ci.:..? E:J ===CiJ CL _c-•C= BOARD. Approved personnel actions for Board of Supervisors, Civil Service (PSB-C Mi. and Exempt iiedical Staff classifications), Health Department, Kedical Services, and authorized appointment from eligible list of S. 'Morse in the class of Associate Environmental Engineer at the third step. Approved appropriation adjustments for Riverview Fire Protection District and internal adjustments not affecting totals for Building Inspection, Planning and Orinda Fire Protection District. Authorized attendance at meetings as follows: P. Ledesma, Community Services Administration, to National Conference on Parent Involvement in Estes Park, CO, Oct. 31-::ov. 6; M. Richards, Health Department, to National Association of Home Health Agencies in Portland, OR, Oct. 3-7; G. Harmon, CSA, to American Speech and Hearing Association Convention in Chicago, IL, Nov. 1-5; j. Clausen, County Counsel, to Annual NILLEO at Williamsburg, VA, Oct. 29-Nov. 3. Denied claims for damages filed by Y. Crail, F. Eaton, D. Bellani, :r_.E, J. Robinson, and amended claim filed by M. Medina. Authorized Auditor-Controller to make special one-time payment of $15 to certain unrepresented exempt classifications at the same time the payment is made to certain represented employees. Acimowledged receipt of 1977-73 Overall Economic Development Program :rogress Report and authorized Chairman to submit same to the U.S. �conoaic Development Administration. Fixed Oct. 4 at 2 a.m, for discussion of the County's Surface Runoff 1•1anagement Plan. Approved relocation assistance claim payment to J. Rhines in connection with Oak Road i'idening Project, lValnut Creek area. Approved Traffic Resolutions Nos. 2363 through 2379. Approved Joint Exercise of Powers Agreement with Pinole and Hercules, establishing the Western Contra Costa County Transit Authority. Acknowledged receipt of "Comments on the Report of the 1976-77 Grand Jury" from the County Administrator. Referred to Director, human Resources Agency, request of Manpower Advisory Council for an opportunity in the future to participate in the selection or a Director. Fixed Oct. 13 at 11:05 a.c. and Oct. 25 at 10:50 a.m. for hearings on reco=endation of Planning Commission with respect to applications of b:. :art (2135-RZ) and R. Reimche (2139—RZ) to rezone land in the Danville and Oakley areas, respectively. low 01438 September 27, 1977 Summary, continued :a_e 2 Authorized Director, Human esources mercy, �te SubgranIt .odi__cation Agreements with 30 CETA Title V: r:,_ "Sustair_=ent __ogr=m" subgrantees. Authorized the Chairman to execute: and submit to Cocm:[unity Services Administration grant proposal for continuation and expansion of the Emergency Fnergy Conservation Program to be administered by OrA; Satisfaction of Lien and/or Judgments taken to guarantee repayment of of cost of services rendered by the County to E. Avila and A. L. , .:aria, and Antonio Vellos, V-r. , respectively, who have made repayment in full; agreement with AEP Associates f:,r consulting services in preparation of EIR for "Market Plaza Shopping Center," Alamo; State Department of Health Contract for Special Supplemental Program for "omen, Infants, and Children (WIC) Services; contract with J. Wallace, PhD. , for consultation and technical services for Civil Service Department; documents approving the Annual Program Progress Review Report for the Economic Opportunity Program; contract with T. Broome, Attorney at Law, for a Staff Development and Training Session for Social Service Department; contract with International Institute of the East Bay for Social Service Department staff training; contract with State Employment Development Department to provide Public Service Employment for WIN participants for Health Department; contract amendment with Neighborhood House of North Richmond, Inc. to increase payment limit for additional CETA Title I classroom training services; contract with iii. Diaz for bilingual services to Head Start Speech Pathologist, OEO; contract with Aft. Diablo Rehabilitation. Center for continuation of patient services for County Medical Services; Community Development Block Grant Program Project Agreement with Car_uirez ;omen's Club for Activity s40 of Third Year Program; Amendments to 1977 Head Start Delegate Agency contract with neighbor- hood mouse of i:orth Uchmond, Inc. , Bayo Vista Tiny Tots Nursery School, Inc. , Martinez Unified School District, First 3aptist Church of Pittsburg, United Council of Spanish Speaking Organizations, and Mt. Diablo Unified School District; contract amendment (CETA Title I) with Superintendent of Schools for increased payment limit for summer work experience for youth; contract with J. Owen for fiscal and statistical consultation services for the :Nutrition Project; leases with Joseph Bu loran et ux and L. Wyckoff for use of premises Martinez for continued occupancy by the Social Service and Hialth Depart- ments. Authorized Director, Human Resources Agency, or his designee to conduct contract negotiations with certain service providers. Directed Auditor-Control-ler to submit a certification to State Office of Criminal Justice Planning that local law enforcement expenditures are not being supplanted by grant funds. Determined utility easement rights for Minor Subdivisions _9-77, 73-77, and 53-77, Lafayette, Oakley, and Orinda, respectively. 9140-1 September 27, 1977 SU=_-F__Y' corti._':e' ale r pproved recommendation of _�ern.al Dpers tions Couv erviscrs iiasseltine and N. C. r anden) that the �.i•:C Guali_`i�# illication be submitted t:� the State DepartLe_nt of .. Authorized Public "corks Director, as ex officio Street Superintendent, to file amended assessments for Assessment Nos. 15-A-7 and 15-A-3, Assess- ment District 1969-1, Alamo area. Approved request of Citizens Advisory Committee, CSA LI3-11, for release of certain Park Dedication Trost rands to the Oakley Union School District. communication receipt of com� �cation from the Crockett Park and Recreation Association certifying to a donation to CSA P-1. As ex officio the Board of Supervisors of the Contra Costa County food Control and "Vater Conservation District, accepted deed from Y.. rrb for property acquisition, Pine Creek, Concord area. Referred to Finance Committee (Supervisors R. I. Schroder and J. F. _es.y) request of Director, :human Resources Agency, to approve submission_ to State Department of health project application for coordinating hyper- tension activities. Authorized refund of park dedication fee to C. Dickinson. Approved City-Co.mty Thoroughfare Project priority list for 1977-1979. Approved issuance of Addendum No. 1 to the Special Provisions for the Traffic Signals and highway Flashing Beacons Project, various areas. Referred to Public Works Director for report request from Byong Yu urate Studio for permission to use certain roads on Nov. 6 for a 7-mile run. Accepted as complete private improvements in Sub. 4927, Alamo area. Accepted Grant Deed from Architectural Glass and Aluminum Co. , Inc. and Cffer of Dedication for Drair.age Purposes from 14. KcY.eown, et al, for recording only. Authorized Public Works Director to execute: Deferred Improvement Agreement with G. Marshall, et al, for MS 2-76, 'Ix ightsen area; Consulting Services Agreement with J. M. Nelson for plan review and construction supervision for the new County Detention Facility. Approved Eight-of-flay contract with U.S. Postal Service for the Civic Center Detention Facility Site, Martinez area. .appointed J. Byl,=d to the Family and Children's Services Advisory Co=it tee. Approved recommendation of Planning Commission on request of T-sakson c• Associates (2095-R?) to rezone land in the Alan area; waived reading and xed Ce-IL. 4 for adoption of ordinance. Approved_rezoning request of R. Taylor (2124-RZ) for Single Family Residential R-12, Fart=nez/Vine Hill area. {1143 Imm 3e7tember 27, 1977 S,rrnmart, continued { Amwa�e :approved recomne.natio:. of 71a::-jr- :G—issiOr with rescect to recuest of R. Costa x Associates, Inc. (2Z4;—z:} to rezone '-a_.n in t e _:__ area, waived reading and fixed Cct. for ada.tion of ordinance. Adopted the following numbered resolutions: 77/784, fixing Oct. 27 at 2 p.m. as time to receive bids for Alontarabay Recreation Center at Bayview Park, San Pablo Area, CSA M-17; 77/735, as ex-officio the Board of Directors of Contra Costa County Sanitation District : o. 5, determining that future annexations to District ,:o. 5 will be viewed unfavorably until such time as the District's sewage treatment facility is brought into compliance with Federal Law; 77/736, accepting Grant Deed from First Baptist Church, Pacheco, and authorizing Chairman: to execute Deed to same, conveying excess County property in exchange for the property acquired by aforesaid Beed; 77/787, fixing ;;ov. 1 at 10:55 a.m. as time to consider property acquisition from Mutual Investment Co. required for the Parks and Open Space Bond Program for CSA R-3, Walnut Creek; 77/788, accepting as complete contract with Ransome Co. for shoulder widenir. and asphalt concrete overlay on �_oraga :lay, Crinda area; 77 7 39, accepting as complete improvements in Sub. 3044, San Ramon. area, declaring certain roads as County roads, and retaining cash deposit as surety for one year; 77/750, authorizing Chairman to execute Program Supplement No. 4 of County-State Piaster Agreement, Federal Aid Secondary Pro,4ect, Xlarsh Creek Road Bridge, Brentwood area; 77/791, fixing Oct. 27 at 2 p.m. as time to receive bids for rlood Control Building Addition at 255 Glacier Dr., Martinez; 77/792, fixing Oct. 20 at 2 p.m. as time to receive bids for Mechani- cal and Safety Alternations, Civic Center Improvements, 1,.artinez area; 77/793, consummating purchase and accepting deed of The Chase Co. property in Martinez, County Civic Center; 77/794, amending Resolution vo. 77/602 for additional compensation adjustments for certain County offices and employees; 77/795, fixing Oct. 20 at 2 p.m. to receive bids for construction. of Miscellaneous Storm Drains Project, Crockett, S1 Sobrante and Alamo areas; 77/796, designating the Board as Solid :taste Management Agency and the Solid 'waste Coordinating .Body as the Solid Waste Commission.; 771797, designating the Health Department as Enforcement Agency for the Solid Waste Control Act of 1976; 77/799, authorizing City of Concord to conduct building inspections in connection with Krona Lane =7 annexation, 77/799, approving final map of Sub. 4931, San Ramon area. Acknowledged receipt of memorandum from Director, Human Resources Agency, relative to communication from Irapa State Hospital re appointments to its Advisory Boards. Approved recommendations of Internal Operations Committee on appoint- ments to Manpower Advisory Council. Awarded contract for the Juvenile Hall Personal Security System, Iartinez, to Lloyd F. McKinney Associates. Approved Consulting Services Agreement with Wood-lard-Clyde Consultants _'cr soil testing for the kitchen/dining hall at the Sheriff's Rehabilitation Center, Clayton. r�1�35 September 27, 1977 Summary, continued Fage 5 Appcj-,ted D. ?:omelli::i and 1% Davis to the Boards of Trustees of :.eclamatio:: Districts No. 2025 (Holland =race) and 2055 (Bradford Island) , respectively. Approved recommendation of Internal Operations Committee that the Director, human Resources Agency, be instructed to review the bylaws on Council on Aging and advise said Council of any inconsistencies between the bylaws and the 3oard's policy on appointments. Denied proposal to amend the Cardrooa Ordinance to permit the inclusion of the card gases panguingue and lowball in cardrooms. Acknowledged receipt of report from County Administrator on County admi-nistered federal grant programs. Referred to Finance Committee request of Director, Human Resources Agency, Medicare 1010. Fixed Oct. 13 at 2 p.m. for hearing on provisions of SB 201. _ f 9 { A. '! nil x _ t jy' m i t - 01434 o 3 W� �- o �Ll O 1) u i i c 0 Btu 2¢ U C D J r- <W �- WEm M W COD z ¢ ¢ O W O J W m t W J a o z M o ~ z t 4 ZI,m ` 6W-o Q U ¢ ax FF ¢ O OW m z z O m~ 121 o v m ¢F0 D z z ¢m O V O OC W ULL n J o O Q p z O Z U o Z a Q c W e w a z$ © z z o1;, a z Q a H¢ LJ a ¢ o~ Q tt!o C! O c J Q � M a O � W � CL p� W o c o� 0 a E v - c � ego u via � O ` 0 0 O? O m F D O r= z JU ON o w « b W i O c H Q 4 O O lu N < 121zus ccMe s LL_ I w _ 00 S v n o W x c u 2 r an. J $ c >Q ' O 14fbq a 4 i M EXHIBIT 110. A 1 M-I'M CTIONS Please complete this report in triplicate, return the original to tae Department of Health, Business Services Section, 744 P Street, Sacramento, California 95814, Attention: Property Control Element. The second copy should be forwarded with your WIC Invoice requesting reimbursement for the item to: WIt: Program, 714 P Street, Room 3000 Sacramento, California 95814. The third copy should be retained by you for your records. For infor- mation - Telephone: (916) 322-5277. Upon receipt of the report listing non-expendable equipment that has been acquired, the Department of Health will forward to you identi- fication decals which are to be affixed to the equipment by you or your staff. IDENTIFICATION OF noN-Exmm.BLL ?.ih n%Ezrr Within practical limits all equipment to be identified will be tagged as follows: Tables, desks, and Place tag on upper left-hand similar articles corner of the front of the left leg or pedestal just under the top. Chairs Place tag, at center of the rear edge of the seat. One piece files Place tag on the upper left- or cabinets hand corner of the front of the frame. Upholstered furniture Place tag on the side of an exposed les. All items will have tags so placed as to be in plain sight and easily read. Manufacturer's marks will be left intact. 01432 Exhibit A(F) (20) Notice of Complaint Procedure The Contractor shall. subject to the approval of the Department of Health.establish procedures under which recipients of service are informed of their rights to file a complaint alleging discrimination or a violation of their civil rights with the Department of Health. (21) Only Applicable to Hospitals The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, creed, national origin, or sex, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d. rules and regulations promula ted pursuant thereto. or as otherwise provided by law.The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,religion,sex. or national origin. Such action shall include, but not be limited to the following: advertisement conspicuously displayed advising the public that emergency halth services are available without regard to race.color,religion,sex.or national origin and without regard to ability to pay. (22) Only Applicable to Hospitals Accepting Aiedi"Patients 1 The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color. religion, sex. or national origin in accordance with Title VI of the Civil Riots Act of 1964. 42 U.S.C_ § 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided scmices without regard to race,color,religion,sex, or national origin. Such action shall include, but not be limited to the following: advertising conspicuously displayed advising the public that .Medi-Cal services arc available to the public without regard to race.color.religion.sex,or national origin. 01931 -5- (16) Covenant Against Contingent Ices The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage. brokerfe, or contingent fee, excepting bund fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this umuanty the State shall have the right to annsl this contract without liability or in its discretion to deduct from the contract price or consideration,or otherwise recover, the fall amount of such commission,percentrge,brokerage,or contingent fee. (17) Inspection The State, through its authorized representatives. has the right at all reasonable times to inspect or otherwise evaluate the wort: performed or being performed hereunder and the premises in which it is:king performed. (18) Nondiscrimination in Services.Benefits,and Facilities The Contractor still not discriminate in the provision of services because of race, color. creed. national origin.sex.age.or physical or mental handicap in accordance with Title V1 of the Civil Rights.1a of 1964. 42 U.S.C.Section 2000d,rules and regulations promulgated pursuant thereto. or as otherwise provided by state and federal law. For the purpose of this contract. distinctions on the grounds of race,color, crced. or natimial origin include but arc not limited to the fallowing: denying-aparticipant any service or bencfu or avaHability of a facility;providing airy scFvice or benefit to a participant which is different, or is provided in a different manger or at a different time from that provided to other participants under this contract;subjecting a participant to segregation or separate treatment in any matrcr related to his receipt of any service;restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differen_dy from others in determining whether he satisfied any admission. enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; the aaignment of times or places for the provision of services on the basis of the race,color,creed,or national origin of the participants to be served. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,creed,national origin,sex.age,or physical or mental handicap. (19) Procedure for Complaint Process The Contractor agrees that complaints alleging discrimination in the delivery of sen-ims by the contractor or his or her subcontractor because of race.color.national origin,creed. sex, age, or physical or mental handicap. will be resolved by the Statc through the Department of 1 lealth's Affirmative Action Complaint Process. -4- 01430 Exhibit A(F) (12) E;.xamination of Accords (a) The Contractor agrees to maintain books. records, documents, and other evidence pertaining to the costs and expenses of this contract(hereinafter collectively called the ..rttor.ls")to the extent and in such derail as will properly reflect all net costs,direct and indirect, of labor, materials, equipment, supplies and services and other costs and expenses of whatever nature for which reimbursement is ctaia,cd under the provisions of this contract. (b) The Contractor agrees to make available at the office of the Contractor at all reasonable times during the period set forth in subparagraph (c) below any of the records for inspection,audit or reproduction by an authorized representative of the State. (c) The Contractor shall preserve and make available his records(i)for a period of four years from the dace of final payment under this contract.and(ii)for such longer period,if any,as is required by applicable statute,oy any other clause of this contract.or by subparagraphs 1 or 2 below. 1. If this contract is completely or partially terminated,the records relating to the work terminated shall be preserved and made available for a period of three years from the date of any resulting foul serd=ncnt. 2. Records which relate to (i) litigation or the settlement of claims arising out of the performance of this contract, or (it) costs and expenses of this contract as to which exception his been taken by the State or any of its duly authorized representatives, shall be retained by the Contractor until disposition of such appeals,litigation,claims,or exceptions. (d) Except for the records described in subparagraph(c)2 above,the Contractor may in fulfillment of his obligation to retain the records as required by this clause substitute photographs, microphorographs, or other authentic reproduction of such records, after the expiration of two years following the last day of the month of reimbursement to the Contractor of the invoice or voucher to which such records relate,unless a shorter period is authorized by the State or its duly authorized representative- (13) epresentative.(l3) A final invoice and.if required by this contract,a final report shalt be submitted by the cetntractor within 4S days after t•e termination date hereof except as may be otherwise specified herein, if a final report is required by this contract final payment hereon shall be withheld until after receipt by the State of an acceptable report. (14) Any inventions made in the course of or under this contract shall be promptly and fully reported to the Chief Deputy Director, California State Department of ffcdrh. Patent applications shall not be filed on such inventions without the prior written consent of the aforementioned individual. (1 S) Offiiciats Not to Benefit No rucanbcr of or delegate to Congress or the State Legislature shall be admitted to :uty slhary or part of this cw imet,or to any benefit that may arise therefrom;but this provision shall not Ile construct to exterd res►this conn-act if msdr with a corporation for its general benefit. 3_ 0 1�,9 means of enforcing such provisions including sanctions for noncompliance —provided. however, that in thr cvent the Contractor becomes involved in. or is threatened with. litigation with a subcontractor or vendor as a result of such direction by the State, the Contractor may request in writing to the State. who. in turn, may request the United States to enter into such litigation to protect the interests of the State and of the United States. ( it) Any reimbursement for necessary traveling expenses and per diem shall be at rates not to exceed those applicable to regular State employees under State Board of Control rules.No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment. material, suppLi-es, or property of any kind purchased from. funds advanced or reimbursed under the tests of this agreement and not fully consumed in the work described herein shall be the property of the State_At the time of purchase of equipment under the terms hereof the Contractor s1=11 submit a list of such equipment in accordance with the instructions and format contained in the armed:rd Exhibit A-1. Contractor shall at the request of the State, submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the same purpose. Such inventory will be required not more frequently than annually. At the dose of the project covered by this agreement the Contractor shall provide a final inventory to the State and dull at that time query the State as to the disposition of said equipment. Final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and requesr for disposition instructions. (10) Prior authorizatiurr in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1.000 for any articles, ' supplies.equipment or services or for any fee.or other pavmcnt, for consultation of one hundred fifty dollars($ISO)or more per day.The Contractor must provide in its request for authorization all particulars necessary for evaluation of the necessity or desirability of incurring such cost.and as to the reasonableness of the price or cost.For purchase of any item exceeding such minimum dollar amount. three competitive quotations trust be submitted with the request, or the absence of bidding must be adequately justified.The Contractor must include in a written agreement with the srndor,or the subcontractor the following duce: "Name of Vendor or Subcontractor) agrees to maintain and preserve. until three years after termination of (Contractors name),s agreement with the State of California. and to permit the State of California or any of its duty authorized representatives to have access to and to examine and audit any pertinent books. documents, papers and records of (Name of Vendor or Subcontractor) related to this(pmbase order)or(subcontract)." lrbe terms"purchase order" and "subcontract" as used in this paragraph(10)only, excludm (a) purchase orders not exceeding S 1.000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. (11) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment, as determined by the State. if the Contractor maintains a local merit or civil service system,then the personnel employed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by:the State. -2- 01 Exhibit A(F) STA'Mof C^UFORY1A DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor will not disaimimate against any employee or applicant for employment because of race, color. religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment without regard to their race,cot".rclgion.sex or national origin.Such action shall include. but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; layoff or termination; rues of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employmeat,notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity clause. (2) The Contactor will.in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants will receive consideration for employment without rgsrd to race,color,religion,sex or►.atioml origin. (3) 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,advertising;the labor union or workers'representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous plates available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Federal Executive Order No. 11246 of September 24. 1965,and of the rules,regulazzions and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports requited by Federal Executive Order No. 11246 of September 24. 1965,and by the rules,reguLuions and orders of the Secretary of Labor. or pursuant thereto,and will permit access to his books,records and accouncs, by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations and orders (6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, rcgutations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24, 1965.and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. t 1246 of September 24. 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (7) The Contractor well include the provisions of paragraphs(1) through(7)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of I.atxar issued pursuant to Section 2G4 of Federal Executive Order No. 11246 of September 24, 1965. so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the State may direct as a HAS 1197141761 014'7 3 Contra Costa County 77-SS551 Page 3 maintain continuity of participation in the NIC Program- 3. The period of this contract shall be from October 1, 1977 through September 30, 1978 4. This contract may be cancelled by either party by giving 30 days written notice to the other party. 5. The attached Exhibit "A(F)," entitled "Additional Provisions," is made a part hereof by this reference. 6. The State shall provide direct assistance by issuing food vouchers to the Contractor for distribution to a maxi— of 2,500 participants monthly. Contractor will be notified in writing by the State of periodic adjustments in caseload and shall adhere to any changes made in maximum caseload. 7. This agreement is funded entirely from Federal funds trade available to the State by the United States Department of Agriculture. The State may termi- nate this agreement whenever such federal funds are no longer made available; and the State shall immediately notify the Contractor of such termination. 8. In consideration of the above services, performed in a canner acceptable to the State, the State shall reimburse the Contractor monthly, in arrears, upon submission of an invoice in quadriplicate stating the time period covered, and stating the contract number, for actual expenditures in accor- dance with the budget (attached hereto and shown as Exhibit "B"), to: De- partmait of Health, WIC Supplemental Food Section, 714 P Street, Zoom 300, Sacramento, California 95814. The Contractor may wake changes in any indi- vidual line item in the budget, provided that such changes in the aggregate as to any line item shall not exceed $2,000; that the Contractor submit an explanation of the need for such excess with the claim for reimbursement and to specifically identify the line item(s) to be reduced in order to increase the excess item(s) and provided further that the State reserves the right to deny any such claim for any excess reimbursement on any item. It is further understood that in no event shall the maximum amount payable under this agreement exceed the maxim— amount specified in paragraph 9 of this agreement. 9. The total amount of this contract shall not exceed $ 96,219 10. Budget: See attached Exhibit 881. 01426 Contra Costa County Page 2 77-58551 E. Determine eligibility according to the criteria prescribed in the "Program Manual for Special Supplemental Food Program for Women, Infants, and Children" published by the State Department of Health, and determine eli- gibility on the fora entitled "Certificate of WICEligibility." F. Enroll only those eligible persons Contra Costa County G. Provide WIC Program participants with ongoing prenatal or well-child care from a Clinic operated by Contractor and monitor receipt of health care including maintenance of records in accordance with State directives for those participants receiving pre-natal or well-child care from providers possessing WIC Project Provider Agreements with Contractor. H. Collect such medical information as is required by the State to evaluate the Program, issue identification tarda, and distribute food vouchers to eli- gible individuals- _ I. Submit reports in the format and in accordance with the time schedule pre- scribed by the State, which reserves the right to assess a 1.5% penalty to the monthly claim for reimbursement for failure to adhere to specified time schedules. J. Assume liability for identification cards and food vouchers during the inter- val between Contractor's receipt fres the State and issuance to eligible WIC participants. The State reserves the right to assess a penalty equal to any monetary loss resulting from unauthorized persons redeeming vouchers stolen from or lost by the Contractor or such loss resulting from vouchers issued to ineligible persons. K. Conduct a nutrition education program in accordance with a plan approved by the State for nutrition education including in-service training for the Con- tractor's staff, and offer such approved nutrition education services accord- ing to the following priorities: First, pregnant and lactating women; Second, parents or guardians of infants and children; and Third, children if appro- priate. L. Orally inform each WIC applicant of her right to a fair hearing. H. Neither deny nor threaten to deny services to participants on any basis other than those defined in State and Federal eligibility guidelines nor shall Con- tractor use the WIC Program to promote interests other than those described in Federal regulations and the State WIC Program Manual. 2. Contractor agrees upon notification of termination of contract to cooperate in any and all efforts to refer participants to other WIC agencies i 0��25 L ne Contractor agn•as to inde.mmil►,denfe-td and save harmless the State,its officers,agent% and curpluyees from any and all ciai:-us and krsscs acrruitrr or rv%uhing to any and all contractors, suhcoatrsrtors. uuteti&K-n. lalwtcn and any other pcnu►n,�trmn or owparation furnishing or or supplying%toil,ser ices,matc ]rUh or 31/t/lits in 1L14Mtttttn��lUl lite performance:of this contract, and from any and all cktinn and lanes accruing,or rmulling to:nay person.'firm or corporation who may lis injures}or tLunagcd by the Contractor in the perform:uur of this rnutrtct. 9 The Contractor, and the agents and etnploticYs of Contractor, in the performance of this - agm-ment,shall act in an 6ulependcot calucity and toot as of icers or ctnployem or agents of State:of Cahruntia. 3. The State nasty terutinate this argmVinent and be relir%ed of the paymcofoE any comukration _ to Contractor should Contractor fail to perfono the cZvv:uuts lutein coutaint-d at the tune and in the inatubcr herein provided. In lite event of sucla lermitution the State may proceed%rids die work in any manuer deente d proprr by the State-The cost to the State shall lar deducted from . any sum due the Contrctor under this agreement. ahad the Iralance, if any, shall be paid.the Contractor upon demand. " _ 4 Without the written conwnf of the State. this agrcrmcnt is not assignable by Contractor - eiiher in whole:or in part. ' S. rime is the essetice of this agreement.: 6 No alteration or%mcriation of the terrors of this conte act shall he valid unless made in`-writing- and signed by the parties hereto.and no oral undent:uding or agreement not incorporated herein, shall he beading on any of the parties hereto, 7- Ile consideration to be paid Contractor, as pro%ided herein,shall he in compensation for all of Contractor's expensrs uacur:cd in the p.^rforrna6ce hereof, including travel and per diem. unless othcruise expressly so provided. 01424 s , The.Co tea for asreac to indeser*.defend and save harmless the State.its officers.agents and a nplo_vees fr6w any and all claims and loins accruing or resulting to any and all contractors, subcontractors, matertahnen, laborers and Any other person, firm or corporation furnishing or supplying wort:,services.materials or supplies in connection with the performance of this contract. and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. '_ The Contractor, and the agents and employees of Contractor, in the performance of this agreement, shall act in an independent capacity and not As officers or employees or agents of State of California- 3 The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provide& to the event of such termination the State may proceed with the work in any manner deemed proper by the State_'the cost to the State shall be deducted from any sum due the Contractor under this agreement. and the balance, if any. shall be paid the Contractor upon demand. 4. %Vithout the written consent of the State, this agreement is not assignable by Contractor either in whole or in part_ S. Tune is the essence of this agreenwat. ti. No alteration or variation of the terms of this contra*shall be valid unless made in writing and signed by the parties hereto,and no oral understanding or agreement not incorporated here* shall be binding on any of the parties hereto. '* The consideration to be paid Contractor. as provided herein,shall be in compensation for all of Contractor's espereses incurred in the performance hereof, iaduding travel and per diem, unless otherwise expressly so provided. s. 01423 -STANDARD ANDARD AGREEME` T— °YES ar TN[ ❑ CON TR+C TOR :.. _ • t:)±- ❑ D[P r.OI 6[N.SEA. ❑ CONTwO—Ew TIIIS AGREEMENT.trade and entered into this 1st day of July -19 77 ❑ in :!te Sate of California, by and between State of California.throug5 its duly elected or appointed, ❑ qc:di:ird and acting ❑ TITS\: ;c O�WIC£w.CT.WM FOR ST.T! AaWtY NUYYER Chief, Program Services Branch 1lepiartment of Health 77-58939 Tx,: jlr.al.ed:.a$twit.and 29 - 208 - 5 COUNTY OF CONTRA COSTA (Health Depart3sueat) "er:.af:nr calved the Contractor. WITNESSET'd: That the Contractor for and in consideration of the covenants,conditions,agreements,and stipulations of the State hereinafter evptessed,does hereby agree to famish to the State services and materials,as follows: iSe:Irvth service w be randwed by Conoticim.amass:to be poid Cosaaeeror.time for perfasasas or eampietioe,and amicti plans and specifications,it any.) The Contractor shall render performance under this agreement according to the teras and conditions set forth in attached Exhibits A(A) entitled "Terms and Conditions". AM entitled "Additional Provisions". B entitled "Project Budget" consisting of 3 pages and C entitled "Project Narrative'" consisting of 9 pages which are made a part hereof and constitute the additional provisions of this agreement. "FORK APPROVED 1aN rELv TFLyN D The provisicns on the reverse side heteaf constitute a part of this agreement, IN MTNESS WHEREOF. this agreement has been executed by the parties hereto,upon the date first above written. STATE OF CALIFORNIA CONTRACTOR •GENCY co" OT.re Tf4\H 144\114y K.Sf-TE—9T.4.�G'` C'llr4��ri0, Department of Health I � F COSTA He Departnenrl by i+uTnO.ueD siaN�TuwE� Y N' T..o w yam• D _ Wr N. Bogge3s TITh ac-.Yard Stahlberg T. Chief, Program Services Branch Chairman, Board of SuperiltSors $ p 2 66 1977 .00R[SS 651 pine Street �cCNT�n•.ie,ON S.\e[TS W.C. sU... Q Nw P Nrw. r w W D Sea.ipe ..au"T aftcu.ee Rea .calwo►esu r\OY ruND epsrr.�.wr e/G.wewl Use ONLY S 26,28L.00 Local kms;st uatNttrr.e[wto s.t.aNc[ \TLM cn.lrew sr.ru rrs nsc.� •[.w 254 1977 199711978 is I..1.\w C.[.Mw.[YaWr\Yet IVNG T• Pediatric 1=munization Program .K Krwe.M..e+tw....tt lIN[\TW.6CO rv[NT 810-260-48-00 !hetes E+ertih opal aw ons pereesst heor7PdM ttgt bsdt{ead are avabble for the perwd cad perpase of the eapind\ttee stated oboes a1GN&Tt3wc OF ACCOUNT\Na OPPrt[R O.T[ I hereby cart"f1 that oft conditions for exemption set forth in State Adsuiaistrotrm Manual Section 1209 bare!can complied.nth and this document is etempt from review by the Department of Finance. t\aN.TUR[O►O -Cra ON eEN.t1 01 TMC .a[NCY OAT[ Mcrofifined with board order RIM IF A In the Board of Supervisors of Contra Costa County, State of California September 27 .19 77 in fhe Matter of _ Approval of Women Infants and Children (WIC) State Department of Health Contract IT IS BY THE BOARD ORDERED that it's Chaixuan is AMMORIZED to execute State Department of Health Contract #29-203-6 (State 177-58551) for provision of Women, Infants, and Children (WIC) Services, Special Supplemental Program, administered by the Health Department for the period October 1, 1977 to September 30, 1978 at a cost of $96,219 in Federal funds. PASSED BY THE BOARD on$eptember 27, 1977. x b _ S I hereby certify tbot the foregabs u a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aNrasal& Orig: Human Resources Agency Vfitness my hand and the Seal of the Board of Attn: Contracts 6 Grants Unit Supe cc: County Admini,trator County Auditor/Controller ofxsd thy2/thday of 3eotember _ 19 77 Department of Health / J. R. OLSSON, Clerk a-- , r � / Deputy Clerk i'I87Cllle Fi. :leaf ld EH:sh 1 H-24 i;76!Sm 0142.E ; 44 t � T� �.�`` ) 1}✓t 1 ,,1, � 'til. _77. la '3`' _ `-P�. •i;•+ - YL p. s a+`"a.,•a`'� '�4th .� F�.4rly i _�+ 'fir � Y°� '` , 140 00 0 ta to 17 v .. � tt � � •.jl� 9l �•a 'i. ' l 3 � �ui r "� ":• - _ .it ( 1•_,.'+{ti,t•ii •! ,' ti,la's }� ` 4� 2< r � �o it-. i •t / i ;. ._ t.` � is g yt� d< W 1` � M �z a ' irk ,f' • , 's s. _•t ,•...�.-r y �• s ., '�` �; \t, V�". • �'1 ll• •''�. '�'� Eis • � •tel �� �f 1 r ',+'1 .1'.is ��' t � _{ V ;. ;� ��' 1 7: j s �k� •: ., a ':, '+"_ ri •4•(• •s �� t}sJ''i S � -�% �µ j� ;re�1• s x ti' JI .\\L". /�-' •tit s. �j + - .� �Vis'• '� r — � •' t '. ,4 law of the United States or of the State of California, or otherwise be uncaforeeable or ineffectual, the validity of the remaining parts, terms, portions, or provisions shall be deem- ed severable and shall not be affected thereby, provided such remaining portions or provisions can be construed in substance to constitute the agreement the parties intended to enter into in the first instance. IN WITNESS WHEREOF, the parties heieto have executed this agree- ment by their duly authorized officers and representatives s of the day and year first above writ CrAI;T4OVED AS TFORM: CI OF PINO By Cit ttor ayor EST- City Clerk APP O(yED AS TAORM: CITY /OF�RCULES l �- City Attorney '/Acting yox ATTEST: Czty er APPROVED AS TO FORM: CO S UNTY JOHN B. CLAUSEN, COUNTY COUNSEL By ,GA4t �2 • - rman, Board o isors . By. De.piity ATTEST: JAMES R. OLSSON, CLERK By d gm—x�► l Deputy -7- 01419 co i-he W(:C•a:TA ;;.id to COU:;i Y, 111*i 'F' and )i•:ittalL":S rhe r r:,�trnL of -obey he holtis for tA:C",FA, Lce ;?ioiiiiL of 1'ul:uipts S:Loco :pis last roporL --:,id the ._c:ount paid out :;ince his last rrport. su.:!nt to the roqu1r4,.,-nt of Section 6505.5 of Ll:e Government Code, the Auditor of C0LW1'Y shall perform tine .Functions of audi- rov/controller. Ne shall draw warrants to pay demands against Lhe ..'CCCTA when the demands have been approved by the 1dCCCTA. -i!iere shall be strict accountability of all funds and the Audi- tor udifor of COUNTY will report to the WCCCTA all receipts and dis- bursoments. In addition, Auditor of COUNTY will either make, or contract for, an audit of the accounts and records at least annually, as prescribed by Section 6505 of the Government Code. in each case, the minimum requirements of the audit shall be those prescribed by the State Controller for special districts' under Section 26909 of the Government Code, and the audit shall conform to generally accepted auditing standards. The books of account shall include records of assets, liabilities, and con- tributions made by each party. 13. PARTIES' LIABILITY. The debts, liabilities, and obliga- tions of WCCCTA shall not be the debts, liabilities, or obliga- tions of the parties to this agreement or of any of them. 14. TERM OF AGREEMENT. This agreement shall become effective on the ay and date first above written and shall continue in force for a period of tiro (2) years thereafter. 15. EXTENSION OF AGREEMENT. By mutual consent of all parties to this agreement, said agreement may be extended for additional periods of time -pon ter--:s and conditions as tray be mutually agreed upon. 16. DISPOSITION OF PROPERTY, EQUIPIrEAT AND SURPLUS FUNDS. In the event this agreement is not extended beyonil said Lwo-(2) year term, or if it is so extended, at the end of the period of such extension(s), all property, equipment and surplus funds shall be distributed to the parties in the same proportion as the contributions made by the respective parties. If the par- ties cannot ;agree as to valuation of property or the amount of the respective distributions, the valuation or distribution shall be made by a panel of three referees. One referee shall be appointed by the party or parties disputing the valuation or distribution, one referee shall be appointed by the party or parties supporting the valuation or distribution, and one referee shall be appointed by the two referees first appointed. 17. ANTEM)MEN'TS. This agreement may be amended by a written a:, neiTent unanimously approved by the parties. 18. SUCCESSORS. This aJrecrient shall be binding Myon and shall inure to the benefit of any successors to or assigns of the parties. 19. SFVF ABILITY. Should any part, terra, portion, or provision of this agrc-cr-�ent be finally decided to be in conflict with any -6- 01418 C01.0 d f,-,2.1 L 7. 7 'its of, OC ,2,d Ll;a f J m ? 1: (71,'TA opC:rat i to i I S. 11 . T1%%NSPCRT.A'f ION _:'E"'.'VICES TO BE PROVIVED. All transportation prey � - I by_!-.1CCCfA shall be conformance vices pl: V1. ,,,iLh Lhe regional transportation plan adopted by the Netccpolitan Transportation Connission. Fnch party, by resolution of its governing body, tray subt-.1it a re- quest to WCCCTA for transportation service changes within said party's jurisdictional boundaries. Said request shall include an aOcquate description of the requested transportation services. 14CCCTA may provide said transportation service changes provided they .Arc in substantial conformance with the adopted regional transpor- ration .plan and compatible with the overall service being provided. The ROARD sh. lall make a fit-ding and report to the party of the dis- position of each request. This agreement shall in no way prohibit any party from providing its ox-:n transportation services or from contracting with WCCGTA or with any other transportation operator to provide transportation services, except that such transportation services may not be funded v?ith Transportation Developrrznt Act funds or other funds originally allo- cated to AUTHORITY by a party for the budget period. VICCCTA nay provide service to points outside the corporate and jur- isdictional limits of any of the parties. The area encompassed by this agreement shall be in the area shown on the exhibit marked Exhibit "A". which is attached hereto and in- corporated herein. Tn the performance of its function, 14CCCTA shall utilize all avail- able assistance prograirs and shall establish and maintain close liaison with other transit operators and with Federal, State and regional advisory and regulatory agencies. WCCCTA shall strive to provide for the reasonable needs of the trans- portation dependent, the elderly, handicapped, and poor through spe- cial programs or the inauguration of innovative concepts. 1XCTA shall cooperate fully with BART, AC Transit, and other transit providers to the end that a mutually compatible and integrated trans- portation service is provided. 12. FUNDS. AUDIT, t%XD ACCOU1,11TING SERVICES. Pursuant to the re ux-re- !."o 1)ts- Section 6505.5-6-f—t-We- Government Code, the Treasurer ol Contra Costa County is designated to be the depository and to have custody of all WCCCTA funds, from whatever source, and to perform the following functions: (a) Receive and receipt for all money for the WCCCTA and place it in the Treasury of C01,7NTY to the credit of WCCCTA; (b) Be responsible upon his official bond for the safekeeping and disbursement of all 14CCCfA woney so held by him; (c) Pay any sums due from the IMCCTA or its assigns from !-.CCCTA, 0. or any portion hereof, only upon warrants of the public of- ficer perfor.ning the functions of auditor or controller '..,ho shall be so agreement;designated pursuant to this reement; and Q3. C> (d) Verify and report, in writing, within 15 days the first day of July, Octob-c-r, January, and April of- each ;ear -5- 01417 Y :In e S t t 0- of C.i L 1 E I rl:i,,-7 s _cT,,nL to r_;L Fk; i ds :;1', 111 F,e p ru v i 0.-d Jy iIn such -_nner as is :-,ax 1, i:it-,n of Fed"rals St8te3l and oL*,,2!r funds av:t[lable from ot" .--r uri�n Cie parties to this agreement siuill be actively sought. 'fhc supr.orL required for the ct-,.!ra_tjng budget and the capital ex- p4-aditure budget shall be equitably apportioned among the parties by the BOARD on the basis of the population within each party's jurisdiction, after consideration of the following factors: (a) Funds available from State and Federal grants and other sources; (b) Transportation service requirements for capital expendi- ture for replacement and general system uses; (c) Special capital costs required for equipment and facili- ties to provide additional or increased services within any party's jurisdiction; and (d) Such other factors as the BOARD may deem appropriate. Administrative, planning, and other costs incurred by WCCCTA that are not directly attributable to the cost of transportation services provided within each party's jurisdiction shall be proportioned to each party based on the direct cost of transportation services re- quested and provided within each party's jurisdiction. In such case where WCCCTA does not provide transportation services within a party's jurisdiction, the BOARD shall determine an equitable sum required of said party to support indirect costs incurred by WCCCTA. Following the adoption of WCCCTA's budget, the BOARD shall inform the legislative body of each party of the BOARD's determination of financial support required for the budget period and the computa- tion of each party's share. No party shall be required to contri- bute any money from its general fund for any fiscal period until the governing board of that party shall have specifically approved the share allocated the party by the BOARD. When the share allocat- ed to a particular party has been approved by the governing body ' of that party, the party shall be required to deposit its share allocated within thirty days of the beginning of the fiscal period established by the BOARD. The legislative body of each party shall assign by resolution the portion of its Local Transportation Fund (TDA) or other fund allo- cation required to finance its share of the operating budget and capital expenditure budget. The assignment of Local Transporta- tion Fund allocation shall be made in accordance with the claim procc,dures established by the Metropolitan Transportation AVency rind other appropriate entities. 10. COMPLIANCE WITH FEDEPUA%1. STAINDARDS. In the arformance of its r *f r function, WICCUVA sli comp y with tic VI of Je Civil Rights Act of 19643 as amended (Public L 83-352), and all requirements im- rosed by the U. S. Department of Transportation. 1.'000TA's function , s, to be performed in accordance with Title VI of that Act o tf-e rind that no person in the United States shall, on the ground of -4- 01416 aecvpt contributions, -r::oLs, ur .r.a ns thefore .,o?ng sources; , (e) Invest in the treasury of too Cc,,tiity of Centra Cr,sLa money that 3.s not needed for T.::S xdiate necessities, as the BOARD determines advisable, in the same manner and upon the same conditions as other -local entities in ac- cordance with Section 536101 of the Government Code; (f) Do all other acts reasonable and necessary to carry cut the purpose of this agreement; and (g) Sue and be sued. The powers to be exercised by WCCCTA are subject to such restric- tions upon the manner of exercising such posers as are imposed upon the County of Contra Costa in the exercise of similar powers.- WCCCTA shall be held strictly accountable for all funds received, held, and disbursed by it. 7. TRA\SIT 'MVLACER. The Transit ;tanager shall be selected by, and shall serve at the pleasure of or upon the terms prescribed by, the BOARD. Under rules and regulations provided by the BOARD, the powers and duties of the Transit ;tanager are: (a) To lead and coordinate the technical and administrative office of I?CCCTA and to be responsible to the BOARD for proper administration of all affairs of h'CCCTA. (b) To supervise and direct the preparation of the annual operating and capital improvement budgets for the BOARD and be responsible for their administration after adop- tion by the BOARD. (c) To formulate and present to the BOARD plans for transit facilities within the AUTHORITY and the means to finance them. (d) To supervise the planning, acquisition, construction, maintenance,- and operation of the transit facilities of the ALT HORITY. - (e) To attend all meetings of the BOARD and act as the secre- tary of the BOARD. (f) To perforce such other duties as the BOARD may require in- currying out the policies and directives of the BOARD- S. FI;IA\CIPG AND BUDGET. The fiscal period of the AUTHORITY shall he the year beginning July 1 and ending June 30. For each fiscal, hoar, the BOARD shall adopt capital and operating budgets which are consistent with funding ability and the requirements of the Mletro- politan Transportation Co11Z1iss1'0n, th., California Transportation P, %clops .ent Act, the Federal Highc;ay Act of 19732 and LDITA Act of 1016as amended from time to time, and all other funding and regu- Iatory agencies involved in the execution of the purpose of this A t;'i i€ORI!'Y. Q. CzPiTAT. AhTD OPERATION'S FU'.-)I':G. At the time of submitting its �•tc�i�s:d budget and proposed capital Lmprovecent program to tate overning bodies of the parties for approval, the BOr.R.D shall sini- -3 Din?" (d) lZe.coive !aid it il i��c -ill for.,s of �-.il :d 's ucfor Lc_:-;;I: pli,,; to of Lhe pai:LL2s I.;!LIIDi L__ ;,"".1 ,:nco:spassed by LMS 4. CgrLX_IONOE AUTHORITY. Upon the effective date of this aggroc- iv.en there is es cablished and constituted the Western Contra Costa County Transit Authority, hereinafter referred to as NCCCTA" or "AUTFORITY." a separate and distinct public entity, as the author- ity to exercise the coz-ion powers provided for in this zigreerzent and to administer or otherwise execute this agreewent. S. BOARD. l%ICCCTA shall be governed by a Board of Directors, here- inafEe—rreferred to as "Board", comprised of seven members, with the governing body of each party to this agreement appointing mem- bers as follows: County, three members; Pinole, two members, at least one of whom shall be an elected official; and Hercules, two members, at least one of whom shall be an elect- ed official. Members selected will serve terms set forth by their respective governing bodies. A majority of the members of the BOARD shall constitute a quorum for the conducting of business, except that less than a quorum may adjourn a meeting. At its first meeting the BOARD shall: (a) Appoint a chairperson and vice-chairperson; (b) Establish necessary rules of procedure; and (c) Establish a time and place for regular meetings. At any meeting, including its organizational meeting, the BOARD may consider such matters as it deems proper for carrying out the pur- poses of this agreement, provided that no item shall be considered, except by unanimous consent of the BOARD, unless written notice shall have been provided to the BOARD at least twenty-four hours in advance of the meeting at which such item is to be considered. 6. POWERS AND FUNCTIONS. WCCCTA shall have the common power of the parties to own, operate, and/or maintain a public transit sys- tem and, in the exercise of the power under this agreement, WCCCTA is authorized in its own name to: (a) Employ agents and employees and contract for professional services; (b) :Make and enter into contracts for transit operations and other put-poses; (c) Incur debts, obligations, and liabilities; (d) Accept contributions, ;;rants, or loans from any public agency, or the Vnited States or any department, instru- mentality, or agency thereof, for the purpose of financ- ing the planning, acquisition, construction, r;aintenance, or operation of transit facilities. WCCCTA ray also -2- 01414 jOIRT FXIzRCiSE OF iOl': S AC-0; :-i!'%T wi-T ERN CUti Civ1 GOSTA GL U:iY Vii,:+S t'i Contra Costa County, Pinole, and 11eveules- 1 1. PARTIES AND DATE. Effective on -'� 4.f , 1977, and �ursuant to Governrzent Code Section et seq. herein called Che Law"), the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, herein called "County", the CITY OF PINOLE, and the CITY OF HERCULES, all situated in Contra Costa County, California, and herein collectively referred to as "Cities", as individual public entities mutually promise and agree as herein- after set forth. 2. PURPOSE. There exist opportunities for meeting public trans- portation reeds in Western Contra Costa County; and COUNTY and CITIES now desire to provide for the development and im- plementation of public transportation services in WESTERN CONTRA COSTA COUNTY, said program to be integrated with, and otherwise constitute a part of, the regional transportation plan; and affirm the need for an organizational framework through which they may provide public transit service to all their citizens recognizing that many persons are dependent upon others to furnish them mobi- lity, that an alternative to the private automobile is needed, and that a viable transit service can assist in carrying out environ- t::ental and conservation policies, and certain efficiencies of operation and set-vice are available through a unified, cooperative effort; and Tha State of California Transportation Development Act, as enacted by Chapter 1400, Statutes 1971, as revised by Chapter 1408 of the Statutes of 1972, and Chapters 740 and 873 of the Statutes of 1973, and the Urban floss Transportation Administration Act of 1964 as amended, and the Federal Highway Act of 1973, make available fin- ancial assistance for transit-capital and operating expenses; and The purpose of this agreement is to enable the COUNTY and CITIES to provide public transit service to all their citizens within the area encompassed by this agreement. 3. MZT11OD. The parties to this agreement desire by a joint exer- cise or Mair common powers to create and constitute a new public transportation authority separate and distinct from each party to this agreement, with the authority to: (a) Oran, operate, and administer a public transportation sys- tem, both within and without the corporate limits of its me:.ibers. (b) CuntL'aet with any person, firm, or public agency to use, manage, and cpr.rate its trLtnsportation facilities, or :any porLion th,'nGof. (c) Contract with any per_on, firm, or public agency to pro- vide tracsportation facilities and service or to improve tra-sit facilities and service being operated by said pc_son, firs, or pcblic .•-eacy. 01413 fi IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tions of the Public Works Director are approrred_ PASSED by the Board on September 27, 1977_ C JMFIEQ COPY j erift am thio is a fnu.true E torrn:t cops at tb.w4mal dorvaat Wbkb is on we in MY ortke. WW that It tras tu,tad E adoot'd by Lbe Board of sopnrtst+a of contra cotta County. Caurwnl6 an pts date shorn.ATTC4T: J. R OLUM.Counts (7eri ryofri�yo Clerk of acid Buard of 3operrteom Ar Dept"(lett77 ff Originating Department: Public Works (Transportation Planning) cc: Cities of: Pinole With executed copies of the SEPA via F1W Hercules Public Works Director (2) Director of Planning County Auditor-Controller ,County Administrator 4 z ,t 01412 In the Hoard of Supervisors of Contra Costa County, State of California September 27, 1977 In the Hatter of ) Approval of the Joint Exercise ) of Powers Agreement with Pinole ) and Hercules, Establishing the ) Western Contra Costa County ) Transit Authority. ) The Public Works Director, having advised that: 1. On June 24, 1975, the County entered into a joint powers agreement with Pinole and Hercules to study existing and future transit needs in Western Contra Costa County; 2. The Study is now substantially completed, with a recommendation that a fixed-route public bus transit system be implemented initially through contracting for the service with Alameda-Contra Costa Transit District with supplemental demand responsive service in Rodeo-Crockett; 3. A new joint powers agreement creating a new authority is necessary to provide the agency the power to contract for the service, own and overate the system, receive and utilize Federal and State funds, and accomplish other works necessary to provide the public transit system; 4. The =roject ccn=orms to the Local Transit Policy (Resolution 76/319) adopted by the Board of Supervisors; 5. The Cities of Pinole and Hercules have approved the agreement; 6. WCCCTA will be governed by a seven-member board, three of which will be County appointees and two each from the Cities of Pinole and Hercules; 7. A Negative Declaration of environmental impact pre- pared for the project was posted on September 1, 1977, with no protest received, and the project has been designed to conform to General Plan. The Public Works Director having recommended that the Board: 1. Determine that the project will not have a significant effect on the environment and direct the Planning Director 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. 3. Instruct the Clerk: of the Board to post and publicize Notice of Vacancies to the WCCCTA Board of Directors. 01411 .iC c 1. G:aract T6r-ntificatien. I:i a r 77-209 Depart-1=rit: Office oEeono-nie 0paortunity - Head Start S:bject: Parent Assistant to head Start Speech Pathologist 5 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the fblloiang nerved Contractor mutually allee and promise as fb lovas: Contractor: Hrs. filaria Diaz Capacity: Individual Contractor Address: 1922 hharket'Avenue, San Pablo, CA 94806 3. !era. The effective date of this Contract is September 12, 1977 and it terminates June 9, 1978 unless sooner terminated as provided herein. A. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance Britten notice thereof to the Contractor, or canceUed immediately by writte'i mutual consent. 5. Pat;aent Limit. Chxmty's total payments to Contractor under this Contract shall. not exceed .204 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon sutmission of a properly documented demand for payment in the manner and form prescribed by County.(Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (x) hour; or FEE RATE: $ 4.50 per service unit: ( ) session, as derined below; or ( ) calendar m ffil day, week or NOT M EXCEED a total of 712 service unit(s). 7. Contractor's Uolipations. Contractor shall provide the following described services: Consultation, specialized instruction and training in language assessment of Spanish speaking children in Head Start; assist in the development and implementation of appropriate parent education projects and the development and implementation of Spanish language related materials and activities for County selected persons in the time, place, and manner required by the County, including the provisions of any related materials and supplies. 8. Indeoendent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture,.or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and esployees fro© all liabilities and claims for damages for death, sickness or injury to perswas or property, including wdthout limitation, all consequential d=ages, from any cause %batsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negliE,trt or otherldse, of the Contractor, its agents or employees, the County, its agents or mployees, or any other person or entity. 10. Lei;al Authority. Phis Contract is entered into under and subject to the following legal authorities: California Governvent Code Sections 26227 and 31000. 11. Sirnatures. These signatures attest the parties' agreement hereto: COWRY OF i0ftRA 00= CALMru'ffB" 0 NTRACrOR i W Designee F.ecm-iendcd by Dapartnent (Designate official capacity) hbrm Approved 01410 John B. Cl-n sen, County Counsel AihorvTprrwf! wthii`tSoar �DFs r �- In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 In do Maur of Contract #77-209 Bilingual Assistant to Head Start Speech Pathologist IT IS BY THE BOARD ORDERED that its Chairman is AVMRIM to execute the following Short Form Service Contract: NUMBER: 77-209 CONTRACTOR: airs. Maria Diaz TERM: September 12, 1977 - June 9, 1978 PAYMENT LIMIT: $3,204 DEPARTMENT: Office of Economic Opportunity - Head Start SERVICE: Bit_'-m-1 Assistant to Head Start Speech Pathologist FUNDING: 0___cs of Ch'?3 Development, Department of Health, Education and Welfare PASSED BY THE BOARD on September 27, 1477 1 hereby certify that the foregoing Is o true and correct co"of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Office of Economic Opportunity Wdnam my hand and the Seal of the Hoard of cc: County Administrator supenia— County Auditor-Controller afrnrad this 27tYsday of 3entember . 19 77 Contractor J. R. OLSSON, Clerk t �r.?r. �_�! .✓ /_ Deputy Clerk .axine F. XetOeld H-24 3/76 tem 01409 29 - 23 this Contra:;z; haz; been execute—i _^ and on behalf" of the parties htc regio, chc "ay a:.d 1^ fir s� a0G l,. itten. TPL Y=H n �PLCY6'�":, 1:�:OP! iaT D e — .G ti�Znatui a JIEf.-2tLIre Warren N. seas Rex C. Batchelor, J.. Y i!n:.ea.t rine Vrinted Name E Chairman of tAie Board Partager Title FORM APPRO19ED WPit L e t Ni _ 651_Pine Street 2126 Liao Square Address Aaaress Martinez, CA 44553 Pittsburg, CA 94565 If F^tployer is a public agency, a resolution, order, -notion, or ordinance confirming the above certification must be attached to this agreement. Do Not Write in This Spee* Ate"!OF t..s CSI..119 Ai►.ra'1Ar1o. rum* S :. M.(>•Cr�11(Ke►►lute 1TW C.Ast[' Si AIYTti r,S�AL r(A. s aar..K.tAs..s E't1..1NAK[ r1t.:r.oa S Ae..QtC't AS.'(tr--UYlrasC( L1111.tr.1 A1L*'"L%r 1 b.rab) cortin sprAw rrl earn prru.rlall;ero[rlyd r that lxrrhrtrd prods,err arailable l..r 11-r period aadprrp,sr of !hr rxproditorr sta►rd a1.u'r. s.NAt.et or ALLOCk""errlct. Darr brrcl.y certify that all cooditiuns farcarmptian sot forth in Stair Administrative Slanual Section 1APP bare been complied'With ard t i+document is exempt from review or appro a., by the DerArtalent of Ei[unce. 1 hereby certify that all cualiitions for exemption have beta complied with and this cun[r.sct is cxcmpE from approval by the lkr(rtment of General Services. sta.Aruec of pr11C0 s/a..es oft oc.Aa♦or r.t Act.cr DATE i:� 8306 (Rev. 12-76) -6- [lAicrofi:crud 'r':rn E��4c r Re-iscr:tion. 1:o. 77C08181 ATTACRMT 2 SUMA.RY OF PUBLIC SERVICE S1dPLOYIChT PROVIDO FOR PARTICIPANTS List each occupation and a descriptive sumrarl of the duties Involved. Attach additional sheets as necessary. Typist Clerk: Under superrision to perform typing and clerical work of a varied and routine nature; other work required. ^vpical Tasks: Will participate in record conversion for Medical Department. Will type case histories, memoranda, reports, documents, and miscellaneous fo--=s peculiar to department assigned to. Will operate office equipment such as mimeograph and xerox as required. Will perform various filing duties as assigned either numerical or alphabetical. s 0140"r Registration P:o. 77xr ATTACHNIEW I COST SCHEDULE AMD BUDGET SUAiM.ARY Three Clerk Typists 209.386 7 Months at $634.00 per oath X 3 positions $13.314.00 =rinse Benefits at 25%. Includes: 3,727 92 Medical Insurance, F. I. C. A., Retirement, Workers Compensation 3 Physical F.raainatioos at 520.80 each 62.40 TOM CWT 1F17,IWf.32 N x t, xa 01406 contact in relation to the contract ::it any e:^,)I oyee of the United States Department of La;;or. Upon ::reach or violation of this cozci tion, the contract, is ter:ainable at the option of the United States Department of Labor without liability to the Department. 19. very reasonable course of action will be taken by ::mployer in order to maintain the integrity of this expenditure of public funds and to avoid any favoritism, questionable or improper conduct. This contract will be administered in an impartial manner, free from personal, financial, or political gain. :employer, its agents and employees shall, in administering the contract, avoid situations which give rise to a suggestion that any decision was influenced by prejudice, bias or personal gain. 23. Attachment 2, Summary of Public Service F-moloyment Provided to Participants, is attached hereto and incorporated herein by this reference. 21. hottrithstandirg any other provision of this contract, if the Employer is a state agency, since performance of this contract will benefit both state agencies, costs under this contract are not computed in accordance with Section 8760 of the State Administrative Mm,al. r � y t gs DE 8300 (Rev. 12-76) -5- 01405 rt:ei srJ,r.__ .:it.. _ta i Gula !' :�10;�.:.... p•'aC�_CcS, G„ ;.:'' ._ _. ::L'�� f'4:� :.:°� Licip:.'nL af his or her unsatisf:.tory t__fi :';e a.-fi I:m or her ;.,it.; an opportunity to i.'..prJ'le; thercor.; provides further, that Diployer may terrirate :,aca carcizip^Zt(z) only after %)tifying t'le Department oriDr tn or notification a: termiration, whichc fer t_::.-Urs i Any and all tools and equipment purc'ras- ay the Department for the 3xlraose o: this contract, except tho:; itprovided tothe t,articipant:. as uniforms, are the aroa n't'y of he United States 5epartme- n t of Labor and the State of Cap.iferaiz, --nn?oyment Development Department. Upon the terrination of the agre-axert, the imp-o�z- shall irsrediately return to the Deparnert such tools andtor e=aip:nens The E.-aployer and its asggents and employees ( ncludirg participants) shall act in an independent capacity in ti:e aerforcance of this contract and n+.or, as officers or employees or ra-Ints of the Depart,-ent and/or the Federal Government. In addition, the Employer ar6 its agents and empioyees (including oarticipaats) shall not. encuminc= or in any way contract on behalf of nor in the rzme of the Department ani/or the Federal Government. ployer ag es to provide per canent enplo_rr;erlt in its regmlar :pork-.force. .:aic.: shall be financed from funis other than rur3s from ICl ?rc,,ra. to all participants .:::o perfci'm satisfac- torily in Lnei.r respective work assirr_-:er,tz after r:he subsidized pariod sp,::zifie. :n Attachment 1. This ursu:rsi.:izc;a erplojrnent shall bt at a le-A, of-responsi.!:-;Ht y arri ;pay co:.parable to that which :as ^rovi ed each: respective particivar'it during the period of su: ,:i°: ..;: .;:•_ploy^ent under the pre,,•rar:. It i; a,,..... :led-e-d that there :are contitv,• r�cz_•s not aithin the control �f the z.:::p?oy er whicht:ould limit its ability to poly in full :'_t:2 this paragraph 17. Such circu rs.ances include Cases :,lie..: t::e part?c;pant does not oerf or. satisfactorily on the job; lnds to nrcride for continuid employment of the participant are re-:uested :Zy the employer from its aparopriatirg authority but are riot annroved; the Employer places a freeze on further hirirZ after the contract is signed; the Participant is unable to comply :.th Civil Service regulations Which are re-faired by law and are i<cesor_ahle and appropriate to the job. However, this co=nitro n.. re-r„ires all good-faith efforts. to provide such unsub- Sidlsi 3 t r�10;.nent "or each participant 400 per':•Or':.^.s satisfactorily. As re::-ire! cy 41 Code of Federal Regula:,_ors 29-61.1(a), m inai:•i.:;:al retained or hired by the L►ploy,�r has perronned or will nc-r orm "renresentational activities" ael'ore the United StatesJep�;.^_.. of Labor if such individual .:ss formerly emillnied In thi: Cf f ice of the Assistar_t o_Cry .1 r'y for _l:UT O]i Sent ;i:tG Arai r.1 2z,, tai -iployment and `irai ni mg dri r��:rat?On, Or any szbriiv_sic^ zhercof in a position GS lu or ^.i*Qve .:ithin two (2) ;;ears c ricr to the performance of such activity, de'_'i:..-3 tc _.._1 •3e any appearame, convar-ztion, or other djr?vL 01404 no= :t: t3= :Z. ..'alb," �e r%ZL B�1r;t'�: ter its ccszs, ir,_-ludir;t; t.!i c0>t or c�r..r:,�;e•'for fri:;r.e c::_ca•-r'i:..;, for �::, irL+iric:ual Participant iii excess of 312,U YJ per acite:r.: per month) ,.ro.-- funs :�ade available under this contract; provided, however, subject to availability of funds order this contract, the unpl oyer may be reirbursed for its costs incurred for providing uniforms and./or pre-employment physical examinations to participants irrespective of the alp, per an w. (S1,OOJ per month) limita- tion. 9. The Employer shall maintain the confidentiality of any information regarding participants or their immediate fornilies which may be obtained through application forms, interviews, tests, reports from runic a encies or counselors, or any other source. Without the per.rission of the Department, such information shall be di- vulged only as necessary for the perfor.:cance or evaluation of this contract and to persons having responsibilities under the contract. 10. The Employer shall reclaest reimbursetent monthly within 30 days following the last payroll period of the preceding month for participants' salaries, including the costs of coverage for fringe benefits, by means of a IN-PSE invoice fore supplied by the-Department. The invoice form, together with a completed kployer payroll report, shall be submitted in triplicate monthly in-arrears to: Employment Dev_elo=ent Deaartcent _ 2126 Lido Square Pittsburg, California 941,,65 Attention: YIf. Supervisor 11. Ibis contract is subject to Title VI of the civil Rights Act of 1964 and the regulations issued under that title. Any service, financial aid, or other benefits to be provided under this con- tract shall be provided without discrimination because of race, color, or national origin. The F=ployer shall permit reasonable inspection of its records by the Department to insure compliance with this paragraph. 12. This contract may be amended only by written agreement of both parties. There are no oral understacaings or agreements not incorporated herein. 13. The Department may terminate this contract at any tire, upon written notice to the Employer; the ^.ployer may ter=_=nate: this contract upon ten days' r::itten notice to the Depar=,unt. in the event this contract is terminated pursuant to this oarawrapn, the amployer shall be paid for its actual.allow able cosi of pro- vidirg employment to Project participants in accordance with the terr^s of this contract prior to termination, -the Employer mall �Jt a final invoice within 60 day n folloaing ter,-i'naLion. -3- 01403 z ' .. _:.�- :,,'::;fit}. - - •__ c' '' - - = =" .f._�'!:'L:' :., ..L�.. ': .., ._� :::L�.L•.:: ilyi:_,I de recoras of aer orxance a.= ;,,11 jobs a%jer this contract s'ha = Jr- i.%,-r the ;fork- ::UL::, t,t:4 ::�:f•:., th-z fringe benefits, af:.f t::. :::1r,c;; prevsili,rl for simi?ar a::cupatiors by the same enplolur. `."rle amployer shall nay to all tx: :•:.icip:ntz a wage which zhatl fit 'cast �,e c n:al to the higher of the applicable State or Federal minirztm wage, or Lhe orevailing waU2 for the work performed ';/ ;x!rsoris in similar . 111c occupations by the same employer. :tee mployer shall provide workers, compensation coverage to all narticlm clts. in no case shall the .mrkers' compensation cover- a-,,i nrovid-!d suets participants be less char_ the coverage provided ay tie Employer _`Jr i:s r ezular employees. Departae::t or its designee and, in additicct, the Secretary ^_ Labor ��:• his duly authorized representati•re aced/or the owarroller General or his dull authorized repr-sentative have the right to obserte and to monitor all the 6nditiona and activities inva_.;3 in the Project under this contract c•.•i.th prior pezr..issio the :r._ployer. Such perr-ission shall not z>e "-_z Ut vela u..e:as-J:'a*_,l. _:_oloyer --halI maintain such program. and fiscal rc-corr-'s and make Vach Program atm fiscal reporis as are reasona;.,ll requfvred by the Denartr-enL and shall maintain ssch records and r-ccrtz for three :ars frog. chi zerminatior. of this agreement. T_rsofar as ;:uziziz are available to the Dnpartr_ent under 3ectior. L31(a) of Lhe Social Security Act. for the purpose of financing this contract for Federal Fiscal fear � a.nd Federal fiscal Year ?S/?g the Deoartwent sna_ reimburse the ::..pioyer a total cosE seder this contract of Z 17,104-32 , as .sh•:):c:e ic: the Cost Schedule and :3udoet Su=ary, at�,ac�hed hereto a:J ircorz:oratej herein as Attachment. 1. 2"ne total cost to be r.:ir.burr,ea to the '.:.ployer shall not exceed Z1 1a;_ 2 in ederal Fiscal year 77/78 with the balance o: the total cost .un,.:er this contract to oe reiaaursed to the Zmployer in Federal Fiscal Year 4M This to"-al shall be an amount not to exceed 1')?.- Lne r� o: �oyer-s costs, including; the cost of cottragc for f ri.-Ce benefits, of employing par.icipants, as snecified in ;,:.La,;,:rzent 1; provided, however, tea, overtime shall be paid cy the Employer and shall not be a cost reimburs- aUe under this contract. The cost of coverage for fringe benefits --hall be Biased upon axil is limited to the premium cost recurred by the a.^o?oyer or, where the Smployer is self-insured, the averts-a aen�t'i:, cost per employee (includirg zmnpartici.pant employeeslo: the employer. :.o C.ea1� --hall Fkployer incur costs reirbirrsable under this contract in ex=ess of the total arount for each federal fiscal s � d in or computed psrslanc L7 this para,,raph d, 014M f.__.. 7 C 29 '233 CONTRA4T DET::EEX Ti:;, 3TA:'t. G? .ALIFC :JA :.A'?LCYi►12UT D'-.I:ice,?MENT OSFA.-(f NT .�-._. AND .n Contra Costa County 00 1R. FO?. - K PUBLIC SF_R'llf,_r r, ?LOYMENT THIS CONMACT is made and entered into this 29th day of September 1977 . in Martinez County o. Centra Costa , State or 6atz.:ornza, ny and between tine 6taoe of c lfornfa t rough its Employ-ant Development Depart- nent, hereinafter called the Da paracent, and Contra Costa County (Eealth Derartnert) , hereinafter called the :.mp oyer. This agreement provides for a PUBLIC SERVIC: 1V?LOY1:E1%T PP.OJECT (hereinafter •-Project") authorized by Section 432(b)(3) of the Social Security Act (42 United States Code 632(b)(3)) and Division 2 (com=nencina with Section 5003). of the California Unemployment Insurance Code. The parties hereby agree that: 1. The term of this contract shall be from October 3. 1977 through Jule 3o, 1978 , not to exceed one year. 2. The Department shall refer individuals who are registrants unser the :fork Incentive Program (Title Itr-C, Social Security Act), hereinafter WIN, to the Employer, who will consider them for rualic service employment. Employer shall employ -3 such individuals as employees, hereinafter "participants , referred to it by the Department. rIEmployment of participants shall not conflict with any applicable collective bargairnirg agreement, nor shall operation of the Project result in either full or partial displacement of the Employer's current full-time employees. If a collective bargair.- ing agreement is applicable, aaaropriate union officials shall be informed of the hirirg of the participants, and partieipams shall be informed of the existence of the collective bargainirg agreement. 3. The Employer shall provide such supervision, safety instructions, zaaterials, space, equipment and timely job instruction as are necessary for the operation. of the Project. ::Here special cloth- ing or equipment is provided to the :1-.pla erl s regi:lar employees, the Employer shall. provide the sarae type of clothirg, or e(Taiaxent to the participants. The :krployer•s facilities and equipment used under this agreement shall comply :lith all applicable Federal, State. and local heaJ.th and safety lairs. 0-1401 soft y # D� 83D5 '(Rev.f "2-7t-1) Miwithboacd order In the Board of Supervisors of Contra Costa County, State of Califomia September 27 19 77 In H1e Matter of Contract #29-233 with the State of California/Employment Development Department to Provide Public Service Employment for WIN participants The Board having authorized contract negotiations for the below specified contract, by its order dated August 2. 3.977 IT IS BY THE BOARD ORDERED that its Chairman is AUMORIZED to execute Contract #29-233 (State Registration No. 77008181) with the State of California/Employment Development Department to provide public service employment for Work Incentive (M) Program participants as typist clerks in the County Health Department for the term from October 3, 1977 through June 30, 1978, with the State reimbursing the County for up to $17,104.32.in related costs, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 27, 1977. F os l f¢ 1 hereby asrfy lilac 1116 folepnil0 is a bae and Carred copy of on order entered on the 11Ua11et Of said Board of Supervlsm an dw dale Qlaresc d. Orig.- Human Resources Agency Wdnew my hand and the seal of the Board of Attn: Contracts 5 Grants Pnit cc: County Administrator allured thlr 7tb doy opeptember 19 77 County Auditor/Controller County Health Officer State of California Employment I J. R. OLSSON, Clerk Development Department By w'1 X� xine M. tieuf-elm Deputy Clerk RJP:sh .v H-N 3.;V ISm . '01400 am i In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 in the Matter of Proposal to Allow Playing of Panguingue and Lowball in Cardrooms. The Board having received a September 20, 1977 letter from Harry D. Ramsay, Corr.ty Sheriff-Coroner, transmitting memoranda from County Counsel and the District Attorney discussing provisions-of state law as it relates to the card games, panguingue and lowball; and Sheriff Ramsay having advised that a request had been received from Attorney Tom Coll, on behalf of his client tr. J. Schireck, for variance permits to allow the playing of lowball and panguingue at the outpost Clubroom, Pacheco, and the Outpost, San Ramon; and Supervisor E. K. Hasseltine having indicated that state law provides for the plavi.ng of certain card games and that it might be feasible for the Board to consider modifying the County ordinance Code to allow those card games permitted under state law, calling attention to the numerous requests for cardroom variances that have been appearing on the Board agenda in recent months: and Supervisor W. t1. Boggess having responded that the increased activity on cardroom licenses is a result of recent amendments to the Countv Ordinance Code which now provides for transfers of ownership and variances (such as location, number of cardtables and hours of operation) which have greatly increased the value of cardroom licenses; and Supervisor Hasseltine having commented that he did not believe the Board should regulate every aspect of the cardroort activity, moved that the Countv ordinance be amended to include those card games allowed under state law, and Supervisor R. I. Schroder having seconded the motion, the vote was as follows: AYES: Supervisors R. 1. Schroder, E. ff. Hasseltine. NOES: Supervisors N. C. Fanden, W. N. Boggess. ABSENT: Supervisor J. P. Kenny. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of sold Board of Supervisors on the date afore=;& CC; Mr. T. Coll Witness my hand and the Seal of the Board of ?fir. J. Schireck supw"imn County Sheriff--Coroner affumd this27thday of Geotember . 19 77 County Counsel County Administrator d R. OLSSON, Clerk District Attorney f Br=Q .�� Deputy Clerk Jamie L. Johnson � .1 Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 9 1. Contract Identification. Number 2 0 — 1 6 2 - 1 Department: Social Service Subject: Staff Development and Training in "The Impact of Due Process Upon the Role of the Social Worker: Preparing Testimony and Surviving Cross Examination," for Child Protective Services and Conservatorship Social Workers 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: THOMAS J. BROOME Capacity: Self-employed individual (Attorney at Law) Address: 145 East 14th Street, Oakland, California 94606 (alternative office: 3526 Macdonald Avenue, Richmond, California 94804) 3. Term. The effective date of chis Contract is September 27, 1977 and it terminates Septenber 27, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 245 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (X) hour; or FEE RATE: $ 35 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of seven (7) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in The Impact of Due Process Upon the Role of the Social Worker: Preparing Testimony and Surviving Cross Examination for County selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent. servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the U. S. Social Security Act, as amended (P.L. 96-647); 45 CFR 1228.84. 11. Signatures. These signatures attest the parties' agreement hereto: 6F f COSTA U CONTRACTOR ay sngpe,. B ' C Designee Recommended by Department �C.IL G.r,0 oYrd fAd6v6Jv1,1 CI-f tiT/� By � %'�x (Desi nate official capacity) , Designee (](FF�orm approved by County Coun (A-5620 7176) 013Mi110filmad with board order In the Board of Supervisors of Contra Costa County, State of California September 27 _74 77 In the Matter of Contract #20-162-1 with Thomas J. Broome, Attorney at Lav IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract X20-162-1 with Thomas J. Broome, Attorney at Lav, for provision of a Staff Development and Training Session entitled "The Impact of Due Process Upon the Bole of the Social Yorker: Preparing Testimony and Surviving Cross Examination" for Social Service Department staff, to be conducted on September 27, 1977, with a contract payment limit of $245, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 27, 1977. 1 �X Y, 1 hereby cw*that the foregaUM to a true and correct oWy of on order anh ed on the minutes of said Board of Supacvhan as dre data afar evsid. Oris: Human Resources Agency Witness my hand and d»Seal of the Board of Attn: Contracts 4 Grants Unit Sup*rA— cc: County Administrator affixed 7t�day of SpywmbPr 14 County Auditor/Controller Social Service Departnent Contractor J. R. OLSSON, Clerk 01V16 Deputy Clerk ne !-_. N d SD:sh 01397 H-.a G'7t,15m V1L7a7 L Coutra Costa County _ Srandard Form SHORT FO.!U! SERVICE CON-rip-ACT, 1. Contract Identification. Number 20 - 159 Department: Social Service Subject: Staff development and training in "Working with Aliens" for Income Maintenance and Social Services staff. 2. Parties_ The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: ���t io ns itu o Alameda County (d.b.a. International Capacity- Rpa-P�o�eit ifo���oration Address: 297 Lee Street Oakland, California 94610 3. Term. The effec0ve date of this Contract is July 12. 1977 and it terminates July 17. 9ZZ unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance writes:.n notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30 6. Countv's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE ROTE: $ 30 per service unit: (x) session, as defined below; or ( ) calendar (insert day, week or wonth) NOT TO EXCEED a total of- service uait(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in Working with Aliens for County-selected persons in the time, place, and manner required by County,including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least 3 full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture. or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and3100 7. Title XX of the United States Social Security Act. as amended P.L. 96-64771 45 CFR 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY F A, CALIFO CONTRACTOR Designee Recoareaded by Department ��/����� �64� (Designate of(nf�iict��al{{��c++apac ) By U1t7 . Designee (Form approved by County Coudso— Mcrofilrnad with beard c.der In the Board of Supervisors of Contra Costa County State of Califomia September 27 19 77 In the Matter of Contract 020-159 with International Institute of the East Bay for Social Service Department Staff Training The Board having authorized negotiations for a contract with International Institute of the East Bay for provision of staff training by its order dated August 16, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-159 with the International Institute of Alameda County (dba International Institute of the East Bay) to provide training for Social Service Department staff, on July 12, 1977, with a contract payment limit of $30 and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 27, 1977. x 1 hereby certify thot the foregoing is o tris oad uorrac!cW of on order ordered on the minutes of soil Board of Supervisors on tbt daft okwesokL Orig-. Human Resources Agency 1Mdam my hand and"Seal of the Board of Attn: Contracts a Grants Unit th Sep 77 cc: County Administrator ofHxed this day of_ 19 _ County Auditor-Controller Social Service Department J. ft. 01 SSON, Clerk Contractor ' %f Oeputy Clerk Maxine M. Neufeld �n Ina 01395 In the Board of Supervisors of Contra Costa County, State of Califomia September 27 ,19 77 In fbe Mahar of - Approving and Authorizing Payment of Claim for Relocation Assistance to Joyce Rhines. 19 Parnell Court, Walnut Creek. Oak Road Widening Project No. 4054-4189-663-74 IT IS BY THE BOARD ORDERED that the following Relocation Assistance Claim Form is APPROVED and the County Principal Real Property Agent is AUTHORIZED to sign the claim form on behalf of the County. Reference Claim Date Pdyee Amount Oak Road Widening August 15, 1977 Joyce Rhines $500.00 Project Number 1729 Baywood Or. 4054-4189-663-74 Concord, CA 94521 Toe County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Real Property Division. p;55E; by the hoar: onSeatember 27, 1977. ,n I hereby certify that the f, i3 O true and correct copy of an order entered on the minutes of said Board of Supervisors an 1he dote aforesaid. Originator: Public Works Department Wdne" "y hand cod the Seal of the Board of Real Property Division supervisors affixed this, 7thday ofSagta•nb-r 19 77 cc: Auditor-Controller J. R. OLSSON. Clerk By�1 AIst11 i Deputy Clerk Sandra L. Hiel'soa � 01394 In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 In the Matter of In the Matter of Refund of Park Dedication Fee On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORe $35IZED to refund to Charles Dickinson, Box 21, Byrn fee (P.D. No. 936-72) paid in connection with the issuance of a building permit on Parcel No. 3-130-10- PASSED by the Board on September 27, 1977- I hereby cartify that the farepoina fs a true and correct co"of an order er►taed an the minutes of sold Board of Supervisors on the dote aFore� yJitnew my hand and the Seal of the Board of Orig: Planning Department svpervi— cc= County Auditor-Controller affixed"22tbday of con ambar , 19 Charles Dickinson J. R. OLSSON, Clerk Deputy Clerk Jamie L_ Johnson H-'a 3/70 Ism V 1 t7a7U In the Board of Supervisors of Contra Costa County, State of California Sentemher 27 .19 77 In the Matter of Release of Park Dedication Fees to the Oakley Union School District The Clerk of the Board on September 20, 1977 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Committee the request of County Service Area LIB-11 for release of$8,000 to the Oakley Union School District for use in developing tennis courts at the Oakley Bliddle School Park Site in Oakley;and In a September 22, 1977 memorandum,the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved and the County Auditor- Controller be authorized to release$8,000 from the Park Dedication Trust Fund (2711), in accordance with the July 15, 1975 agreement between the County and the Oakley Union School District; IT ME _Y THE BO ?._• ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on September 27, 1977. I hereby axHfy that the foregoing h a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforasoid. Orifi: Planning Department Witness my hand and the Sed of the Board of cc: County Administrator Supervisors County Auditor-Controller affixed thb r day of c��rP.-tion 19 7_7_ County Service Area LIB-11 Public Works Department J. R. OLSSON, Clerk By /rr�,.c._ s F=� ,r .! Deputy Clerk Jamie L. Johnson If-24 3.,-.615m 01 MW In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 to Ole Maher of Authorizing Out-of-State Travel On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that John B. Clausen, County Counsel, is AUTHORIZED to travel to Williamsburg, Virginia from October 29, 1977 to November 3, 1977 to attend the 42nd Annual National Institute of Municipal Law Officers Conference, at County expense including meals and lodging; PASSED by the Board on September 27, 1977. r s x I hereby Certify that flee foregoing is a trim and Correct Copy of an order entered on the minute of said Board of Supervisors on the date oforasaid. Orig: County Counsel Wttms my hand and the Seal of the Board of S n cc-_ County Administrator affixed 27tCounty Auditor-Controller h day of SePtA.,heX , 19_Z2_ J. R. OLSSON. Clerk By' •-wif l�n'. Deputy Clerk Jamie L. Jo son 01391 H-24 4.177 ISM \ CONTRA CWjii COUNTY COMMUNITY OEYELOPHU11 PROGRM, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY HUMBER: 40 PAGE 1 OF i BUDGET PERIOD: July 1. 1977 - June 30, 1978 Original 1 Amendment No. (a) (b) (c) (d) BUDGET ITEM CO FUNDS - S + OTHER FU11US - = TOTAL - 8 Historic Site Renovatioa 3,950 3,950 Exterior Refinishing Sathroom Facilities • Historic Plaque Landscaping Permits e TOTAL S 3.950 $ $3,950 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules b Regulation). (c) Estimate of other necessary expenditures that cannot be funded with CU monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Community Develolwent funds. (e) Contract Payment Limit for CO project. M PROJECT V%h:t': 1 ROGRrA G. BUDGET OF ESTIMATED PROGRAM 011H01TURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi-• tures: LINE 110. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES. SITE IMPROVEMENTS $3,950.00 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. PAYMENT FOR LOSS OF RENTAL INCOME B. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SNARES 11. COMPLETION OF URBAN RENEWAL PROJECTS l2. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL C09TRACT AMOUNT $3,950.00 2._ Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. t i - 3 PROJECT NUW' PROGRAM D. PERFORMANCE STANDARDS Contractor should indicate. where applicable, what performance standards (details of project implementation) will be applied in implementing the Work Program. 1. All contracts, purchase agreements and invoices shall comply with appropriate HUD regulations including equal opportunity and Section 3 provisions as provided in Assurance No. 3 and Appendix vI of the "Guide for Compliance with Assurances and Certification Under the (lousing and Community Development Act" provided by the County Planning Wpartment. 2. The Contractor shall obtain all required permits prior to commencing any renovation work. All contracts under $10,000 entered into shall be in compliance with procurement procedures contained in RIC 74-7 attachment 0 and any other applicable HUD regulations. 3. The Contractor shall comply with all applicable building codes and laws in the renovation work, in particular those laws and regulations pertaining to access to handicapped persons. 4. An executed copy of all contracts let or purchase invoices under this agreement shall be transmitted to the County Planning Department prior to demands for payment to insure that all appropriate clauses and provisions have been included. - E. PROGRAM MONITORING 1. Contractor'F staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. OMS Er111. !I .A CONTRA CO`.1A COU111Y COMMUNITY DEVELOPHCIII PROGRAM 1977-1978 PROJECT WORK PRDGRAM A. PROJECT DESCRIPTION Renovation of the "Old homestead", California Historic Landmark, in Crockett. The renovation work will include: i. Refinishing exterior of building. 2 Replacing historical plaque mocker. S. Replace bathroom facilities. 4. Renovate landscaped (park.) area. B. PROJECT TIME SCHEDULE Time Schedule on a month-by-month basis for the above Project- indicating when major activity items are expected to be undertaken and completed. Refinish Exterior September 1977 Replace Bathroom Facilities September 1977 Replace Historical Plaque (order) September-October 1977 Renovate landscaped (Park) Area September-October 1977 (if funds adequate) a C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. pauline Del Agostino 1799 Pomona Avenue Crockett, CA 9452S - 1 OBEs 1 12. It will establish safeguards E•rohibit employees from using positions for a purpose that is or gis, the appearance of heing motivated by a desire for private gain for themsl-lees or others, particuarly those with whom they have family,.business, or other ties. 13. It will comply with all requirements imposed by 1111D concerning special requirements of law, program requirements, and other administrative requirements approved in accordance with Federal Management Circular 74-7. 14. It will administer and enforce the labor standards requirements set forth in Section 570.605 and IIUD regulations issued to implement such require- ments. LL ry: � j 5 Y (*Assurances 4 and 11 are applicable only if Contractor is a city.) X1355 S. It will: a. Provide fair and reasonable relocation payments and assistance in accordance with Sections 202. 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable IRRD regulations (24 CFR Part 42). to or for families, individuals. partnerships, corporations or associations displaced.as a result of any acquisition of real property for an activiiy assisted under the program; b. Provide relocation assistance programs offering the services described in Section 20S of the Act to such displaced families. individuals, partnerships, corporations or associations in the manner provided under applicable 11UD refulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will he available in the same range of choices to all such dis- placed persons regardless of their race. color, religion, national origin, sex, or source of income; d. .Inform affected persons of the benefits, policies, and procedures provided for under IIUU regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion. national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) and the provisions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures under HUD regulations (24 CFR Part 42). 7. It will give IIUU and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, or documents related to the grant. 8. It will comply with the provisions of the hatch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296. relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and h. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the federal courts for the purpose of enforcement of his responsibilities as such an official. •11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of slums or blight. IYhere atl or part of the Community Development Progr ,ctivitics are designed to meet other Comminity Development needs having a pa -cular urgency, such needs are specifically described in the application winder the ,ainity Development Plan Summary. +1355 ASSUit<tir.'; The Contractor, as recipient of funding under Title I of the Housing and Community Development Act of 1974, assures and certifies that- 1. . hat:l. . It will comply with the regulations, politics, guidelines and requirements of Federal Management Circulars 74-4 and 74-7, as they relate to the County's Community Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (21 CFR Part l), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.1.. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the lousing and Comtunity Development Act of 1974, and the regulations issued pursuant thereto (24 CFR 570.601), which provides that no person in the United States shall, on tine ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity funded in whole or in part with Title I funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing Built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CFR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- nent advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of tine Housing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and eq)loyment be given lower income residents of the project area and'contracts fnr work in connection with the project be awarded to eligible business concerns which arc located in, or owned in substantial part by, persons residing in the area of the project. •4. Prior to the submission of the "Project Work Program", the following have been complied with: a. Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project regluirements; h. Citizens have been providt.' 7} adetlitate opportunity to participate in the development of the project and in ti levelopment of any revisions, changes, or amendments. ���„ 20. Notices. All notices provided 1— I-y this Agreement shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to Contra Costa County Planning Department, P.O. Box 951, 6S1 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the malls or of other delivery. 21, Available Copies. Copies of the County's Project documents (as specified in Paragraph S. Project, of this Agreement), and all pertinent federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. q. if the Project includes acquisition of real property, the purchase price for such real property shalt he determined from two County-approved appraisal. reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence or title which is determined to he sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might interfere with the operation of the Project. In condemnation actions such title defects must he eliminated by the final judgment. 11.11'/dh -4- V1Ti7t) lb. Conflicts of Interest_. Con- 'err agrees to furnish to the County upon dem:md a valid copy of Lire QK-t recenmI. I pted hy1.iw5 of anv Corporation and also a complete and accurate list of the g.,,;,.,,. m.g body (lk,ard of Directors or Trustees) and to timely update said bylaws or tr.,- + of its governing body as changes in such governance occur, if Contractor i• urporatioil. Contractor promises and attests that the Contractor and any m:r:h.•r, of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations recpeciing confidentiality, including but not limited to, the identity of recipients, their racords, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. !g. Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or Property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of. either in whole or in part, whether directly or in- directly. the organization. development. construction, operation, or maintenance of ti►e Project except for liahility-arising out of the concurrent or sole negligence . of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 19. Insurance. During the entire term of this Contract and any extension of modification thereof, the Contractor shall keep in effect insurance policies-meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Cow+ensation. The Contractor shall provide the County with a certificate of insurance evidencing worker,' compensation insurace coverage for its employees. c. Additional Provisiuns. The policies shall incl►xle a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies steal! constitute primary insurace as to ,the County, the State and Federal Coverumrnt4, thr +fficer:-,, agents, and employees, so that Olv-r• insurance policies held by them shall be required to contribute to any ,loss coverr,d under the Contractor's insurance poli:. policies. Not later than the effective date of this Contract, the Contractor shall g n.vide the County With a ce i (s) of insurance evidencing. the above liahilit . insuranCe. O� -3- further Sp_ec i I t,:at icor,- for 1 int; Vrkiccdttre�, petal led S I,vc i fiC;10011S ,I- operating, I)roct-dnrc .!doets required by this Agreement, including but not limited to nottitorit,I --lithig. billing, or regulatory changes, rmy he develolve.1 and sot foot?, %rittcti "InforT.i.0 Agreements" entered lietween like Contractor and Ito- .!%:y. Such "Informal Agreements" when entered shall not he modificatioiv: i.- this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as Provided herein. "Informal Agreements" any he approved for. and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee. 8. Modifications and Amendments a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the Contra Costa County Board of'Supervisors. subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program, C. Extension of Term for Performance. Without requiring Contractor to provide consideration in addition to that supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under "Term" (Paragraph 3). Any such extension must be in writing and shall he at the sate discretion of County. 9. 'Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. iThis Agreement is made in Contra Costa County and shall be governed and construed accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof. this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, inspections or approvals. or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Agreement as prescribed; nor shall the County be thereby stopped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. l.i. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14, Assignment. This Agreement hinds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become- due hereunder, without the prior written consent of the County. Is. Independent Contractor Status- This Agreement is by and between two independent contractors and is not intended to and shall not be construed to , rrcaie the relationship of agent, servant, oployce. partnership, joint venture or association. 013M GENERAL t R .;t I IlONS 1. Compliance with Law. Contractor shall be subject to and comply with all Federal,-State and local laws and regulations applicable to public agencies with respect to its performance hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Val. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein b_v reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to 1111), except as follows: (a) Records that are the subject of audit finding's shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. S. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. In the event that federal funding for this Agreement ceases, this Agreement is terminated. e. Failure by the Contractor to perform properly any of its obligations under this Agreement may he cause for suspension of all obligations of the County thereunder. 6. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. uxcept as expressly provided herein and in the "COOPERATION AGRE1311:Nf, U.C.D.A. 197.1" effective January-20, 1976 and amendments relating thereto. if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. OMOV 7. Cost Report and Settlementlater than sixty (GU) days following the termination of this Agreement, Cun: for shall submit to County a cost report in the form required by County, ;,,,wing the allowable costs that have actually been incurred by Contractor undo this Agreement. if said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Agreement. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract_ Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. 8. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days.of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph 8. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any. to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. I11F:dh U13"19 . , PAyrIF,;r r�.. � :luras 1. Payment Basis. County shall in -vent pay to the Contractor a sum in excess o the-total amount specified io Hie Payment Limit of this Agreement. Suhject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Agreement shalt be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such Federal fields, Contractor agrees that County shall have no payment obligation hereunder. 2. Payment Amounts. Subjectto laer adjustments in total payments in accordance with the below provisions For Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement, County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project Work Program. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to 'ride 1 of the Dousing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may he revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a direct or an indirect basis, must he in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance with the above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Agreement is made or his designee, County will make payments as specified above. S. Right to Withhold. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented ,,ame, or (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. 6. Payment Adjustments. (a) If any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement, County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, wages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project Work Program. Any, such reduction in expenditures may be deemed sufficient Cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. _I COMMUNITY K-VLL0VkII_'., •'OCK GRLti"f PROGMV-1 1. Agreement Identification.. Number 40 Department: County Planning Department .Subject: Allocation of Federal funding under Title I of the Housing and Community Development Act of 1974 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Carquinez Women's Club Address: 991 Loring Avenue Crockett, CA 94525 3. Term. The effective date of this Agreement is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein, subject to all terms, co— ttd ai of ns, and assurances contained or incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor Under this Agreement shall not exceed $ 3,9SO.00 S. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program" attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- ment Block Grant Program Application dated April 6.1977 and approved by CRA on June 9, 1977 ; and as more particularly described in the "Project Work Prograld', attached hereto. 9. Signatures._ These signatures attest the parties' agreement hereto: /NT��4�CO fj'A. CAL1 CONTRACTOR G� W. K 6099"y & Chairman, Board of Supervise . ELEANOR R. BASSETMn 0 ATTEST: J. R. OLSSON. unty Clerk -r��' anregY o�r,l�ererano ` COUNTY OF COUTRA COSTA By t bbie No tW.. M&P-!=0 4 a f pub t�c ag ncy Deputy Ro , cfesignac cFtYf�. Itecommett eii b) p tment capacity in public agency and attach a certified copy of the governing 8)__ 3i �� body resolution authorizing execution of this agreement. (2) If a corporation, Anthbn) . DchAesuts f" desirnate official capacity in business, yf'orm Approved: Jounty Counsel execute acknowledgment form and affix corporation seal. lleputy 01377 MiCrOfi'med with board order In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 .t9 In the Matter of Project Agreement for Activity 140 of the Third Year Community Development Program (1977-78) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council that it approve the Community Development Block Grant Program Project Agreement between the County and the Carquinez WomeWsClub in the amount of $3,950 for Activity €40-Renovation of the "Old Homestead°, in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period of July 1, 1977 to June 30, 1978; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on SEP 2 721977. YL _ d t 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. Orig: Planning Department 1Nitness my hand and the Seal of the Board of supermors SEP 2 7 cc: Carquinez Women Club 1977. affixed this day of_ ' . 19 c/o Planning Department — County Administrator County Auditor-Controller J. R. OLSSON, Clerk Planning Department By i Deputy Clerk 013-16 R ■ Contra Costa County Standard Form CEN€'AL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and naives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 013 � (A-4616 REV 6/76) -3- Contra Costa Count, Srandard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Lav and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County, Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and ro timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the ad.-Ministration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by lav may be guilty of a �;isdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sea, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction- (A-5616 RE ,. . :; -2- 01214 00 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lay. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal. State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan say be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. s' {- 019 3 � (A-5616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising frog or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance_ 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 6 Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553_ Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. .2 s A�tl�i! (A-4616 REV 6/76) -3- i V Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. G. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval. by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendm..nrs may not materially change the Payment Provisions or the Service Plan. , :- 5 01373 (A-4616 REQ' b176) -I- J PR~ EiLA-TT3 PLNY Su3COYL3.ACt R=QL'I—�YES 12. Contractor vill notify the Department of Ppalth and Cos_-issioner of Corporations in tha event the contract referenced by number above is araecdad or terminated_ Notice is considered given when in the L. S. Registered Nail with first class postage addressed as follows: Alternative Health Systems Departcznt of Corporations Department of Health 600 South Cocoonlealth 714 P Street, Suite 1540 Los Angeles. California 90005 Sacramento, California 95314 13. approval of the contract referenced by number above by the State Department of Heaith does not constitute approval of the sethod and amount of compensation specified in t1 e contract_ 14. Contractor will hold harmless both the State and PH? enrol-leas in the event the Co;:aty cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters oma or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements recci_ed by State Department of Eealth Contract 06-56983, Article XI. Subcontracts, as specified in this Attachment, Lust be included in such subcontract, except that County instead of State Department of Healch is responsible for approval and notification, responsibilities. 16- Contractor shall not mace assignz:eot and/or delegation of this subcontract unless County has obtained prior written approval of the other party a-ad State Department of Eealth. t ?Q- 4 xy 1. , k u 012 (A-4632 herr 3/77) ,2, Concrac_ ::u bar fl tJ 1 O PREPAID HEALTH PLAY SLBCO.YTSACT REQUI3.E'MMS ?ursca t to State Departneat of Health/County Contract 976-56983 (County #29-609) :factive December 30, 1976, s:asaa-Duffy Prepaid Health Plan Act, Section 14200 et seq., -al=are and Institutions Code and a waiver granted under Section 222, P.L. 92603, under wHica the Countp provides Prepaid Health Plan (PHP) seniums, the follos:ing subcontract rec:_rznents (Article 1I Subcontracts) are incorporated into the contract referenced by n tea- above: 1. Contractor shall be subject to and comply with all Federal, State, and local la::s aa'- reogulatio:s and State contract referenced by number above as applicable with rasp_ct to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally a?grarad by the State Department of Health, unless the Department of Health has ackaou- ledazd receipt of the proposed subcontract and has failed to formally approve or disapprove tce s ucontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to p_-or_ie PE services. but does not terminate County's legal responsibility to the State Daaart=ant of Health to assure that those services are provided to PHP enrollees. Any eateasioa or renegotiation for service provided under teres of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use Cousty's.Departmeht of Health approved medical record sysre=, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a ainim,um of four years from termination o' Stare Department of Health Contract 076-56983 or until any audit or matter under investigatioa by the County, State Department of Health, U. S. Department of Health, �_ecatioa and Welfare, or the Comptroller General of the Uniced States has been resolved. If Coatractor's service I&provided on a referral basis only, Contractor will provide_ _'ege3_a docu—ntation of the service provided each YHP enrollee for entry into the enrallea's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PET enrollees' medical records and enrollment information and prevent unauthorized disclosure. 5. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, azd U. S. Department of Health, Education and Welfare, and Contractor trust comply with rear_reaents issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting regt__agents. 8. Contractor will submit utilization reports, in relation to FSP enrollees, as req,_red by County. 9. Contractor will comply with Couaty's PHP grievance procedure and abide by any L-eter_ination of PHP's grievance-committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enro lleas or PHP services by the County, State Departmeht of Health, State Department of Corporations, the U. S. Department of Health. Education and Welfare, the Comptroller Ceaeral of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding Caneral Conditions paragraph 3, P.-:!cords, if a part of this contract, Contractor will maintain financial records for a maig= of four years from termination of State Department of Health Contract D76-56983 or until any audit or matter under investigation by the County, State Department of Health, C. S. Department of Health, Education and Welfare, or the Comptroller General of the Gaited States has been resolved. 01311 0-4632 Nev 3/77) -l- •N%t� _mss:,�r ,'»"�':.1'z-a.. __. SERVICE PLAN Humberl2r�Q1.&_ d. Summer Clinic for Handicapped Children. Contractor shall provide for County under this Contract a Summer Clinic for Handicapped Children, serving up to 20 eligible, full-fee children who have impaired perceptual-motor development, due to physical, neurological, and emotional handicaps. Contractor may serve more than 20 eligible children to the extent that client fees (i.e., client's liability or share of cost) are collected (pursuant to Paragraph 2. of the Payment Provisions) uhicb permit the serving of additional children at partial-fee under this Contract. Contractor's clinic program shall seek to improve the learning ability, perceptual- =otor skills, and behavioral functioning of the children served under this Contract and shall consist of the following services: (1) Language Development. Classes to develop oral language expression emphasising training in syntax and conceptual and auditory perception. (2) Speech Therapy. Classes to improve impaired speech conditions, emphasising remedial traiaing in articulation, acquisition of specific sounds, and speech development. (3) Physical Therapy. Classes to improve both gross motor and fine motor functioning, emphasizing training in movement, balance, gross motor coordination, eye-hand coordination, small muscle development, finger dexterity, and strength development. These services shall combine a variety of speech, occupational and physical therapy and audiological and rehabilitative techniques performed by Contractor's staff, including an educational therapist, speech pathologist, occupational therapist, and physical therapist. Contractor shall provide a 7-week clinic session under this Contract, with services available from 9:00 a.m. to noon, Monday through Thursday, in its facility located at 490 Calf Club Road, Pleasant Rill, California. 2. Service Eligtbilitz. Contractor shall provide services under this Contract only for persons who have been certified to be eligible by written authorization fro= County pursuant to Paragraph 2. (Eligibility and Amount) of the Payment Provisions. All persons receiving services hereunder must meet the eligibility criteria set forth in the County's Medical Care Eligibility Policy. 3. PHP Subcontract Re uireMentz. Contractor shall provide services under this Contract also called subcontract-) in accordance with the Prepaid Health Plan Subcontract Requirements which are attached hereto and incorporated herein by reference. Initials: Contractor County Dept. 2 1y. t� —3— 013'70 � Number 6 — 0 1 V — 3 Individual and/or group treatment services will generally be provided twice weekly with sessions varying from one-hslf hour to one hour, depending on the tolerance of the child, for periods up to 40 weeks in duration. Re-evaluations of progress and recommiendations for continuation of treatment will generally be made at 10-15 week intervals. During the 12-month term of this Contract, Contractor shall provide approximately 480 patient-hours of treatment each quarter. (2) Special Tzeatmant Services for Adults_ Contractor shall provide special treatment services for handicapped adults referred by County. Said services shall consist of a diagnostic and treatment program which includes certain audio- logical services, occupational therapy, physical therapy, psychological/educational services, and speech therapy [as outlined in (a) through (e) above] and other supportive services including vocational and independent living counseling, as may be selected for individualized t=eatment plans which shall be developed to meet the rehabilitation goals established with the patient and his physician. Such rehabilitation goals include, but are not limited to, the following: (a) Improved physical functioning to increase joint motion, muscle strength, and coordination. (b) Identification and development of self-help activities including dressing, eating, writing, and participation in meaningful language and social development activities. (c) The implementation of routines within the patient's home using adaptive equipment and technology which make work easier for the physically handicapped, allowing the patient to gain greater independence. (d) Improvement of patient and family ability to deal with the life-style adjustments necessitated by the disabling condition. (e) Movement of patient from a condition of dependence to one of semi-independence or independence. Individual and/or group treatment services will generally be provided 2-3 times weekly with sessions varying from one-half to one hour, depending on the tolerance of the patient. Re-evaluations of progress and recommendations for continuation of treatment will generally be made at 10-15 week intervals. During the 12-month term of this Contract, Contractor will provide approximately 533 patient-hours of treatment each quarter. c. Audiology Consultation Services. Contractor shall provide professional audiology consultation services for County medical staff as required by County at its ENT Clinic at the County Hospital in Martinez, California. Said audiology consultation services shall include the review of medical and audiological informa- tion on each patient, discussion of the patient's auditory perception problems with County staff, and provision of recommendations regarding diagnostic findings and treatment. Said services may include the giving of audiological tests at County Hospital. Contractor shall provide County with reports, evaluations, and/or diagnostic assessments and prescriptions for treatment of County's patients, both on an oral consultation and written basis, as required by County. Contractor shall provide one 3-hour consultation session each week for County, not to exceed a total of 48 sessions during the 12-month term of this Contract. Initials: ,lp��[,, � Contractor Coua Dept. -2- NOW SERVICE PLAN @ 7 Q8c� Liumber 2 6 —0 1 — 3 1. Services. Contractor shall provide services under this Contract as follows: a_ Learning and Diagnwtic Evaluation Services for Children. Contractor shall provide leacaing and diagnostic evaluation services for children as follows: (1) Learning Evaluation. Contractor shall provide a learning evaluation service for County-referred children having learning problems. Said evaluation service shall be conducted by an educational therapist in consultation with Contractor's physician, clinical psychologist, and/or the head of Contractor's Psycho-Educational Department. The learning evaluation shall include applicable diagnostic, learning, rad aptitude testing and the participation of other members of Contractor's clinical staff as appropriate. Contractor shall provide County with a written evaluation report which will give a diagnosis of each child's learning problems and a recommenda- tion for remedial education and treatment activities. This evaluation report shall be approved (signed or initialed) by the head of Contractor's Psycho-Educational Department (or her designee when she is not available) prior to submission of said report to County. (2) Com-prehensive Diagnostic Evaluation. Contractor shall provide a comprehensive diagnostic evaluation service for County=referred children having neurological, psychological, and/or social impairments which prevent adequate adjustment and functioning in home, community and school activities. Said evalu- ation service shall be conducted by a diagnostic team which will include Contractor's physician, clinical psychologist, and educational therapist, and, as appropriate, Contractor's social worker, audiologist, and/or other professional personnel, as determined by Contractor to meet the needs of each child. The diagnostic team shall collectively diagnose each child's impairments, evaluate him and his physical and social environment, and provide County with a written treatment plan which will give a comprehensive diagnosis covering medical, social, psychological, and educa- tional factors and a recommendation for treatment which will aid the child, his family, County's helping agencies, and professional community and school personnel in improving the child's adjustment and functioning. This treatment plan shall be approved (signed or initialed) by the head of Contractor's Psycho-Educational Department (or her designee when she is not available) prior to submission of said plan to County. During the 12-month term of this Contract. Contractor shall provide these Learning and diagnostic evaluation services for approximately 40 children. However, more children may be served, if there are collections by Contractor of payment liabilities from patients (i.e., non-County portion of fees) resulting from the financial eligibility determinations for served children which are sufficient to allow the serving of additional eligible children within the Contract Payment Limit. b. Treatment Services for Disabled Children and Adults. Contractor shall provide indivLdual or group treatment services as ollows: (1) Developmental Treatment Services for Children. Contractor shall provide developmental treatment services for handicapped children referred by County. Said services shall consist of a diagnostic and treatment program which includes certain audiological services, occupational therapy, physical therapy, psychological/educational services, and speech therapy as may be selected for individualized treatment plans developed for each child from the following individual or group treatment services: (a) Audiological Services (d) Psychological/Educational Services Evaluation Tutoring Special Testing Clinics (group treatment only) Ear Molds Perceptual Motor (group treatment only) Psychological Testing/Evaluation (b) Occupational Therapy Medical Evaluation Evaluation Treatment (e) Speech therapy Evalwtito (c) Physieat Therapy Treatment EVa1naL1OA Treatment Pool Therapy 0136 nto�raccpr County Dept. Pa-4F_4T PROVISIONS (Fee Basis Contract) ee y Q8 c� Number2 V `0 1 — e3 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the folloviag Payment Promsl.ons, County will pay Contractor the following fees: a. For provision of Learning and Diagnostic Evaluation Services as specified in the Service Plan: (1) $225 per child for the Learning Evaluation. (2) $500 per child for the Comprehensive Diagnostic Evaluation. b. For provision of Treatment Services for Disabled Children and Adults as specified in the Service Plan: (1) $30 per hour per person for individual treatment. (2) $LO per hour per person for group treatment. c. For provision of Audiology Consultation Services as specified in the Service Plan: (1) $50 for each 3-hour consultation session. d. For provision of the Sumer Clinic For Handicapped Children as specified in the Service Plan: (1) $285 per child for the full 7-week clinic session. The actual fee amounts which County shall pay to Contractor for services rendered to each patient may be less than the above total fee amounts and shall be determined by the eligibility formula specified in Paragraph 2. (Eligibility and Amount) below. 2. Eli ibilit and Amount. County shall select and refer eligible patients (children or adults to Contractor for those services specified in the Service Plan. County shall determine patient eligibility and the amount to be paid by the County to Contractor for each patient in accordance with the following eligibility formula: the amount for which each patient (or the party having legal responsibility for the patient) is personally liable for payment (i.e., patient's liability or share of cost), as prescribed-by the standards for determining liability, income and property set forth in the County's Medical Care Eligibility Policy (Board Resolution No. 75/764, as revised or amended), shall be subtracted from the above total fee amount payable for the applicable services rendered to each patient during the month; and County shall pay the remaining amount to Contractor, but not to exceed the above total fee amounts. Contractor shall have sole responsibility for collecting the non- County portion of the fees (i.e., the patient's liability or share of cost) from the patient or the liable party having legal responsibility for the patient. 3. Payment Demands. Contractor shall submit written demands monthly for pay- ment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraphs 1. (Payment Amounts) and 2. (Eligibility and Amount) above. Each such demand shall set forth the names of all patients for whom payment is claimed, the dates the services were rendered, and the payment amount claimed for each patient in accordance with the eligibility formula specified above. 4. Right to Hithbold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. I ' Q� /" COntraccOr County Dept. -r . .:-,sza Cauaty Standard Form �' STANDARD CONTRxCT (Purchase of Services) (� Q 1. Contract Identification. Number 2 6 ` 0 J- 8 — 3 Department: Medical Services Subject: a. Learning and diagnostic evaluation services for children; b. Treatment services for disabled children & adults; c. Audiology consultation services; and d. Summer clinic for handicapped children. 2. Parries. The County of Contra Costa California (County), for its Department named auove, and the following named Contractor mutually agree and promise as follows: Contractor: HT. DIABLO REHABILITATION CENTER Capacity: Nonprofit California corporation Address: 490 Calf Club Road, Pleasant Hill, California 94523 3. Tara. The effective date of this Contract is July 1, 1977 and it ter—nates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 67,000 5. County's Obligations. County shall make to the Contractor those payments described i1 the Payment Provisions attached hereto which are incorporated herein by reference, subect to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Pian attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. i. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. S. Project. This Contract implements in whole or in part the following described Project, the application-and approval documents of which are incorporated hAein by reference: Not applicable 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities; California Government Code Sections 26227 and 31000; Welfare and Institutions Code Section 17000, et seq.; Health and Safety Code Section 1440, et seq.; 42 LSCA 41395b-1(b) 10. 5iguatures;,,Jhese signatures attest the parties' agreement hereto: OWg;� COSTA CONTRACTOR W. N. B,-4IeSS B Chairman, Board o upervisors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) ' r ,7 State of California J ) By County of Contra Costa ) ss. ie Gvticmez Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Reco=ended by Department known to we in those individual and business capacities, personally appeared before me today and acknowledged that he/ �Z11 ;;vw�Ry they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fora Approved: County Counsel p Dated: n [977 K Deputy 4i= !i { ilfMy4QiA�/Deputy Co ty Clerk R03E-.T J. PROCTOR ILIO •.r.J ^' C-•,� 'r CLERK (--561; REVb/7-,) -"tier C .. iornfo In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 ,i9 In the Hotter of Contract 026-018-3 with Mt. Diablo Rehabilitation Center for the provision of patient services for County Medical Services The Board having authorized contract negotiations for the below- specified contract. by its order dated June 28, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract 026-018-3 with Mt. Diablo Rehabilitation Center to provide diagnostic and treatment services for children and adults, a sussser clinic for handicapped children, and audio- logy consultation services for County Medical Services for the term from July 1, 1977 through June 30, 1978, with a contract payment limit of $67,000, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on SEP 27 1977 1 hereby cardly that tlr farepoh 1s o true and corred copy of as order wed on the minutes of said Board of Supervisor on"daft afaresakl. Orig. Human Resources Agency wdness my hand and"Seal of the Boom of AtCn: Contracts S Grants Unit Supatraors cc: County Administrator affixed *4__day of SE? 2 ( 1377 - 19 _ County Auditor-Controller Ceuaty Medical Director � �% J. R. OLSSON. Clerk Contractor BY. L, Deputy Clerk R.1P:dg 01365 In the Board of Supervisors of Contra Costo County, State of California September 27, 1477 M the Matter of _ Authorizing Acceptance of Instruments for Recording Only IT IS BY 113E BOARD ORDERED that the foUauing offers of Dedication are accepted for recording only: Instrument Date Grantor Reference C- 0` 1. Offer of Dedication For Drainage Purposes 8/30!77 Marion He eovn, etal. Sub 4997 Y O w U m - - J PASSED BY THE BOARD on September 27. 1977. I hereby axlif}r lMot !be foregoing h o true and corred copy of an order wdemd on the minutes of said Boom of Supervisors an the date oforesoi& Mfilness my hand and the Seat of the word of Supewiiors cNixed this 27thday of September 1977 J. R. OLSSON. Clerk 8 4 Deputy Clerk Originating Department: Puiulic storks Sandra L, N lson Land Development Division cc: Recorder (via ) 01%4 Public Works Director few H-v+'� i�Direetor of Planning P IM THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA SEP 2 7 197T , 19 In the Matter of Authorization for Contract _ Negotiations The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts, contract extensions, and contract amendments for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts, contract extensions, and contract amendments for the anticipated terms and effective dates and not to exceed the estimated contract amounts (payment limits) as follows: I. CONTRACTS ANTICIPATED MAXIMUM PROSPECTIVE COUNTY PROGRAM TERM/ EST. AMP. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 1. East County Medical Social Setting 10/l/77- $ 133,500 Detox Services/ Alcohol 6/30/78 Mental Detoxification Health 2. Rome Health and Eea'_n 9utrition 10/1/77- $ 4,783 Counseling, Inc. Project 1/28/78 Bus Services II. CONTRACT AMENDMENTS 1. Santa Clara County Manpower Add'1 admin. Extend term Add $1,000 Supt. of Schools (CET& services to to 11/14/77 (100% federal) (#28-429-1) Title I) complete labor market study PASSED BY THE BOARD on SEP 27)1977. CERTTFMI COPY R carUtr that tHl is a tun.true&ME- Copy of Orig: Human Resources Agency the crWctt fs on r•.to Fn my office. Attu- Contracts S Grants Unit a:V1 host Y.r+. -- :- ndop:rd b.-r:..• r4mrd of t?rtY:st-a...x �t rt z'r.,...:i cc.- County Administrator `+�dse•*• _• i'::=: s. :L ^•�so�: ro setp County Auditor-Castrol ler C°'k='"c�:n:occ :a tso:,sotS,vcrr�ors, County Auditor-Controller �paasttytcxc SEP 2 7 1977 County Manpower Project o:t Director hbiy" �t:tMr County Health Dept. County Medical Services/ Mental Health E4:dg `` " 01363 co G 4- v c � o U = O m Q + 4 O am ti aIr 40 39 G 3 a «C O E 2..� LL d a O G •+ D . U b d C O 0 u000. C C IMs C L 4 C: cp mm O F- Kl N N K1 O N ao - t_l~ Ln 0 C z n v m N N N Q 4 E-F F- P Q 9% P M tNQ n N tiz U - _ o — o o Ci o 0 0 `w- 1'" 4- a c a C c a v > > t 6 G 4 O 4 O O A L.CL a OU IM a a v a t U C U d f` G f- } +- a w is A a`c 0 a tai a a c c O H - a C _ C 0 v x - c C rt - a a c � a Cx Z$ c c a v c c 4 3: E r ° ° k _ -0 a iY tY o < a v n +• i O t- t U r- _ 4 E C ? L. F Q a Fco O:LAJ us b C'. .J Q G 10C, 2 O: O Lr O F�• 6/ O V 0m Ori Q- �1 M ; C Q O cG O c 1 m a F 4 Y O lY 4 O 4 4 Q v d 0 O_ C9-a G k O O C > O i0- O. !'Y 4- v V 4 IY Q V '2 y? 4 V V 9 01362 3 ¢tL >3 .SC 3 O 3 3 9.2 N U �l c &r% ati t+ C6 C!: N N N N 0 0 N J b M'JIL O •1 a U ..p O i h —h L O c eia map. S O O v o Th >h m N L -2! L D ao a o tg c c r4 tx to Wb LnJ J Ln _ ¢ to *� co v'F- N t0 tlNl N Q 1 r n _C, Ln N Ln LU LL UCY S o w In o a - d j 1 1 O t 0 p O. H 0.. 0 0 0 _ 0 w C O — ll O L L U a U v U x < 'o OL 9 L 0 Q C7 ¢ C C c O E w It c U Q a Q O U 1 U 0 _ i 0 > _U � m CDr CM U w ¢ a QQ c v 3 U QQ¢ cn q Z IL E Lt. Y K O O U V E- J t-La g F In U N S H 2 X ¢ S Iz ¢ N '� 6 Q m tl• O � 111 y�j � N Q O 1¢- O < ¢ F N N = In O > q m Ix C O O C W C � C C ¢ QQ O > c a Q _ — m O 1-- O Q C O T O OI m m N 2 d �' 3 p a— ¢O Y S Q ¢c mat Q a Q C C 3 pC — m 4- C } 4 m m }O C O D L '-• m vo Q v Y o m F m d c c 3 i ; v v 'a o Y v ym m Q Q TC 3: Y _v 3 N M ^ CO C D1361 N rE u (3 3 n 56 i E ui 00° . J o0 LAWV US Q: 4 4 H <_ S W Z� O O ~ J r W C K a Z O O r T W F C n 6 v S O. � L a- H o o r O 2 UttV�pC u LUW O K } E S U U O Si �Cc} Cf� s q •O 4 C N m �; 0CL U —2- 0 La O} N a CL C} C a W—O C m E O > O L w} c - - U d i0'�'•- N - _ �VOU<m D O O L W -L CL 3C -'r) O u4 rF 4} 4C00 CD ' O 0•y: ♦. 'D 01.07 C V i nOE E 40 c E a m O �:�E E4 a Ln R CF n r on N \ m v O L l � oa 0 p136o a lop In the Board of Supervisors of Contra Costa County, State of Califomia September 27 .1977 in the Matter of Approval of City-County Thoroughfare Project Priority for 1977-1979. The Public Works Director having reported that the City-County Thoroughfare Project Priorities List for 1977-1979 as recomended by the City-County Engineering Advisory Committee was approved by the Contra Costa County Transportation Advisory Committee and the Contra Costa County Mayors Conference; and, list. m The Public Works Director having recommended the approval of said IT IS BY THE BOARD ORDERED that the City-County Thoroughfare Project Priority List for 1977-1979 be APPROVED. PASSED by the Board on September 27, 1977. 1 hereby certify that the foreyofnp is a hum and correct copy of an order entered on the minutes of said Board of Supwisore on the data ofonnal& Witness my hand and the Seal of the Board of Orig. Department: Transportation Supervisors Planning affixed this27th day of September 19 17 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk County Administrator By ✓� -[}c1.-c r'� Deputy Clerk ,s�Jos�ph H-27 5"W.is. In the Board of Supervisors of Contra Costa County, State of California September 27, .19 77 In the Matter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following instruments are accepted: INSTURIM DATE GRANTOR REFERENCE t` 1. Corporation Grant 9/6/77 Architectural D.P. 3004-77 Deed Glass and Aluminum Co., Inc a Calif. Corp W x 0 U 7 a ii o PASSEDBYTHE BOARD on September 27, 1977. ' I hereby eeaify that the foregoing is a true and eared copy of an order entered on the minutes of said Boo rd of Supervisors on the date oforeaoid. Witam my hand and the Seal of the Board of supervisors affixed this 27 day of September , 19 77 Originating Department: Public Works Land Development Division (—�/Y�.t J. R. OLSSON, Clerk 'BY, / Ar L 4dA#- 1 Deputy Gerk cc: Recorder (via P.W.) Sandra L. Niblson Public Works Director Director of Planning p tip Vlth,7 ti.,!';: BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22101(b) of ) TRAFFIC RESOLUTION 110. 2376 - STP the CVC, Declaring a Stop Inter- ) section at BROADMOOR DRIVE (15503) Date: SEP 2 7 1977 and WESTCHESTER DRIVE (a5205AT) V San Ramon Area. (Supe. Dist. ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 22101(h) of the California Vehicle Code, the Intersection of BROADMOOR DRIVE (15503) and WESTCHESTER DRIVE (15205AT), San Ramon, is hereby declared to be a three-way stop Intersection and all vehicles shall stop before entering or crossing said intersection. Adopled'Jy the Board on..-SF- y!. 4, 1 k, i 4 +j t Sheriff California Highway Patrol 4M T-14 0115 J BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2372 - PKG CVC, Declaring a Parking Zone on ) JUANA COURT (*4057AF) } Date: SEP 2 7 1977 Walnut Creek Area. )} (Supv. Dist. IV - Walnut Creek j The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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 JUANA COURT (A4057AF) Walnut Creek beginning at a point 41 feet west of the center line of Elena Drive and extending westerly a distance of 465 feet. Adopted by the Board on_ 7 Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS. CQUITRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2373 - PKG CYC, Declaring a Parking Zone on ) JUANA COURT (#4057AF) ) Date: SEP 2 7 1977 Walnut Creek Area. ]) (Supv. Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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:D0 a.m. (Saturdays, Sundays and holidays excepted) on the North side of JUANA COURT (14057AF) Walnut Creek beginning at a point 41 feet west of the center line of Elena Drive and extending westerly a distance of 465 feet. Adopted by the Board on_ SEP 72 1917— I' Sheriff California Highway Patrol T-14 01355 BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA . Re: Pursuant to Section 21356 and ) 21803 of the CVC, Declaring a Yield) TRAFFIC RESOLUTION NO. 2374 Intersection on GLEN VIEW DRIVE ) (#4147D), Walnut Creek Area Date: SEP 2 7 1977 (Supv. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling southerly on GLEN VIEW DRIVE (#41470), Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. AdopW:)yth9B=don_SEP 27 -077 1 p• 1 F M s Sheriff California Highway Patrol T-14 01354 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21356 an4 21803 of the CVC. Declaring a Yield TRAFFIC RESOLUTION NO. 2375 - YLO Intersection on GLEN HAVEN AVENUE ) SEP 2 7 1977 (M 47E), Walnut Creek Area. ? Date- )) (Supv. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21356 and 21803 of the California Vehicle Code, all vehicles traveling on GLEN HAVEN AVENUE (04147E), Walnut Creek, shall yield the right of way to traffic on Castle Hill Road. Adopted liythe Board on.SEP 2 7 11977 k } F � _ ils 4 j Y Sheriff California Highway Patrol duo T-14 �� 4 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIA Pursuant to Section 22101(b) of the) TRAFFIC RESOLUTION NO. 2377 - STP CVC, Declaring a Stop Intersection ) on BROADHOOR DRIVE (85503) and Date: SEP 2 7 1977 NORTHLAND AVENUE (53050 San Ramon Area. ))) (Supv. Dist. V } The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2,002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 22101(b) of the California Vehicle Code, the intersection of BROADNOOR DRIVE (:5503) and NORTHLAND AVENUE (05305Q) San Ramon Is hereby declared to be a three- way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted by the Board an S P_?7 N77 t �A x Sheriff California Highway Patrol T-14 O1 BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101(b) ) of the CVC, Declaring BR+?DMR ) TRAFFIC RESOLUTION 1i0: 2378-4 Wav STP DR.(i5503) and BELLE MEADE DR. ) (€53e05J), a Four-Way Stop Inter- Date: SEP 27 1977 section. San Ramon Area (Supv. Dist. V - San Ramon ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2,002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the southerly intersection of BROADMOOR DR. (15503) and BELLE WADE DR. 053050, San Ramon, is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted ay lire Board on SEP &7 1977 t Sry t r.. Sheriff California Highway Patrol T-14 01351 a BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 22507 of ) - the CVC, Declaring a Parking Zone) TRAFFIC RESOLUTION 110. 2379 - PK6 on CREST AVE.'1UE (14147H) ) SEP 2 7 1977 Walnut Creek Area. . Date: (Supv. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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. Adopted by tha Board on SEP 2 7 1977 f� 1' r tt Y Sheriff California Highway Patrol T-14 01350 JMRD OF SUPERVISORS, CONTRA COSTA COMM, MIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2369 - PKG CVC, Declaring a Parking Zane on ) ELMA DRIVE (4057C) Date: SEP 2 7 1977 Walnut Creek Area. (Supe. Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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 (14057C) 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. MoPW 4 the Board on.. SEP 27 1971 aZ, Sheriff California Highway Patrol T-14 �1� BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2370 - PK6 CVC, Declaring a Parking Zone on ) ELENA COURT (4057D) Date: SEP 2 7 1977 Walnut Creek Area. (Supv. Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of.a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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 ELENA COURT (#4057D) Walnut Creek beginning at a point 40-feet west of the center line of Elena Drive and extending westerly a distance of 475 feet. Adopted.�ythe Board oi SEP 27 1971 Sheriff California Highway Patrol T-14 01345 BOARD OF SUPERVISORS, CONTRA COSTA CO(fff ,, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2371 - PKG CVC, Declaring a Parking Zone on ) Date: SEP 2 7 1977 ELENA COURT' (4057D) Walnut Creek Area. (Supv. Dist. IV - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): 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 (f40570) Walnut Creek beginning at a point 40 feet west of the center line of Elena Drive and extending westerly a distance of 475 feet. Adopted bV the Board an..S Ep Tk--1977 3 {y Sheriff California Highway Patrol T-14 01341 In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE 30ARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT SPntPmhPr 27 1977 In the Matter of Approving and Authorizing Payment for Property Acquisition Pine Creek, Concord Area Work Order 8692-7520 IT IS BY THE BOARD ORDERED that the following settlement and Right-of-Way Contract is APPROVED and the Public Works Director is AUTHORIZED to execute said cnntract on behalf of the District: Reference Grantor Contract Date Payee & Escrow No. Amount Pine Creek Michael W. Erb September 14, 1977 Western Title $40,000.00 Insurance Company Escrow #M-310555-LC 821 Main Street Martinez, CA 94553 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept a deed from above-named Grantor for the Contra Costa County Flood Control District. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and corned copy of at order entered on the minutes of said Board of Supervisors on the date aforesoid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors 27t4� SeDt� ber 77 affixed this ay of `m_ - 19 _ cc: County Auditor-Controller Flood Control District J. R. OLSSON. Clerk Grantor (via Real Property) County Recorder Byyt),06gA Deputy Clerk Sandra L. yiel o'sin H-?4;GG Iim 013455 BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the TRAFFIC RESOLUTION. NO. lust PK& CYC, Declaring a Parking Zone on ELENA DRIVE (40570) Date: SEP 27 1977 Walnut Creek Area. (Supe. Dist. IY - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the hairs of 7:00 a.m. to 9:00 a.m. (Saturdays. Sundays and holidays excepted) on the east side of ELENA DRIVE (t4057C) 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. Adopted�y the Board on_SEP 17 1977 7i Y f Sheriff California Highway Patrol T-14 0135 In the Board of Supervisors of Contra Costa County, State of Califomia September 27, ,i9 77 In the Matter of Making a Determination of Utility Easement Rights for Various Subdivisions IT IS BY THE BOARD ORDERED that a determination is made that the division and development of the properties in the moaner set forth on the parcel maps for the following subdivisions will not unreasonably interfere with the free and complete exercise of the public utility rights of way or easements: SUBDIVISION AREA OWNER MS 59-77 Lafayette Calvary Baptist Church 3201 Stanley Blvd Lafayette, CA 94549 MS 73-77 Oakley Frank Beede, etal 106 E. 6th Street Antioch, CA 94509 1583-77 Grinch John W. Rouse 12 Dolores Way Orinda, CA 94563 ' PASSED BY BOARD on September 27, 1977. . 1 hereby Certify 111101 the 16re9ciep is a hum and correct Copy of an order ordered an the minutes of said Board of Supervisors on the date aforesoid. Witness my hand and the Saul of the Board of Supervisors abated this 27chdoy of_ September 119 77 Originating Department: Public Works I R. OLSSON. Clerk Land Development Division gym_ c t/f'k l.T�,f r.d%1,_Q Deputy Clerk cc: Public Works — LD Sandra L. Nielson' (above owner list) P{{ ,�i.'b Ilm 01341 PHASING SURFACE RUNOFF MANAGEMENT PLAN MPLE.IAENTATION ACTIVITIES The planning concept, as approved by a consenzus of County 208 staff from the Hay Area includes a detailed initial program for the period August 31, 1977 through June 30, 1979. A general direction for the future four years to June 30, 1983 is needed and will be prepared during the initial two year period. By this means the many jurisdictions involved can be apprised of possible future needs for their own planning process, and can make a commitment to participate in the specific short term activities of each annual program. Plan administration and enforcement will include the following steps: A. The initial two year planning period 1. All implementation will be under the authority of appropriate local government agencies; 2. Through the County Lead Agency means will be developed to implement the interjurisdictional relationships necessary to carry out the plan; 3. Progress may be monitored by the Regional Water Quality Control Board at their discretion; 4. The Board of Supervisors will transmit the annual reports to EPA or its designated authority with copies to the cities and interested groups. The phasing concept described above is compatible with the EPA requirement for a continuing planning process, which includes an annual report from the County to EPA,or to the agency with EPA's delegated authority. rt F ; r , ,Q s a M-Z 01343 VII. THE CONTINUING PLANNING PROCESS (an EPA requirement and County objective) The continuing planning process to meet water quality goals, mitigate specific local water quality problems, and institute good housekeeping and land management programs requires a cooperative- effort among a number of County and city departments, service areas, and special districts. The County should remain the Lead Agency for coordination, to prepare the annual report, and work with other Bay Area counties, and conduct the required public participation. The Planning Department is accustomed to doing this type of work and will be the Lead Agency. Tasks appropriate initial activities are listed below. Not all of these can be completely implemented between August 31, 1977 and August 31, 1978. However, all items should be able to be completed by August 31, 1979. The required annual report will describe progress outline implementation program. Items 9 and 10 require action by other agencies before they can be initiated in the county. 1. Formation of a County Task Force under the Lead Agency. 2. Formation of a Public Participation Committee including the three publics specified by EPA. 3. Aid in preparing concepts and materials for the regional public education program. 4. Aid Cities, Special Districts and County to prepare wording to be incorporated into EIR requirements. S. Aid Cities, Special Districts and County in identification of areas where water quality is a particular concern in project review. 6. Aid Cities, Special Districts and County to prepare project guidelines for the construction and post-construction periods. 7. Work with Soil Conservation Service, Resource Conservation District (RCD) and landowners to undertake land management practices, including revegeta- tion of exposed soil. 8. Cooperate with Cities and Districts in efforts to mitigate local water quality problems. 9. Precisely identify locations which should be monitored and contract to monitor during this period. 10. Cooperate fully with federal and state agencies in monitoring the offshore waters. For example, County monitoring stations and off-shore monitoring stations can be located so they will, together, provide the data needed to identify any pollution "hot spots"which are suspected to occur here. VQ-1 City CounciLs, and Gov responsible fa � Boards of independent districts will be uidelines. inter-adoption of appropriate language in EIR and program esponsibility of the 1,ad� rtheeport preparation will be x r a af r"c.A. c �G r � m•" ^ '. ` z £ 5 t M )L ^ Sk S" y =P in c. Proper disposal of oil and grease, paint, animal wastes, and toxic or hazardous substances. O. SUMMARY OF CONTROL MEASURES This summary check list of recommended measures is for convenience. Understanding the proposed control measures requires reading the tent and Figure V1-B. 1. Existing programs and practices in which further consideration of water quality can be incorporated: a. Environmental Impact Reports b. Guidelines for public plans and programs a Guidelines for public and private construction projects d. Guidelines for land management in the post-construction period e. Guidelines for the development of new ordinances and regulations f. Cooperation and encouragement for open space land management practices. 2. Other measures included in the plan: a. A regional public education program b. The continuing planning process, Section VII, to aid jurisdictions to prepare water quality wording for adoption, will enable the County to proceed speedily to begin the recommended measures G Moni:-ring. This measure depends on funding from other than local sources. 3. Additional measures appropriate for future consideration on a project, or site basis, from the ABAG list, Figure VI-B: a. Control use of lots and streets b. Control dumping, littering and livestock wastes k:. Control direct discharge of pollutants d. New septic system design and construction techniques e. Rechannel runoff to prevent flow over critical areas f. Regrade disturbed areas g. Revegetation of bare slopes h. Stabilize stream channels E. IMPLEMENTATION The costs of the continuing planning activities will be shared by the participating agencies, primarily in contributions of staff time. Additional costs for preparation of materials and report preparation will fall on the County Lead Agency. Each authority will be responsible for participation in appropriate parts of the planning program. The governing bodies including the Board of Supervisors, VI-3 01340 ' t-JES tS Z Y t ss �i r 3 l g s Ot al IS tL IA z it lit r •Yip"P 1�dr �'(.Y� 3 : :3►' 's = S#'' s tens _ t7�� tii S i1t7 i �S 7S=t IF =s e=els yi3- a_ra ;fid 3_: all add L _U-� L:"4 -sfns ate= q� at :E��s5:42 •a3-o.Il3 � T'=.i _s'i!-a�°3B Cs �L __ f _ 4 tit :=:L :E _3: = EaS- k-f �ti�ei ` ••] 7 i 75 ia IL =i£ it MAC ai�F r S t IF' F is _ `�� 3`:t i9 `i:� �s���o `�• S a3 3 € —ag;:bl3 a=;;- Etg'm;•�L ana }Z�9:? �s� �Lk is s p fi ire ;; � i; ��;q' -_esy -,;;qp�I ?•4 _�4?=7 S_ Fj= - g :t =:i� Z O.l� 2=3 =-zs 8 ;Vi i�t4�z�� �•�i '��i o� a3iorii`.L. J zc � iyi5i s i i-� 4 :�-�_ 3i4•z i ij.6• F S• SI� �� � :3��� � 3j i � z' f '� s�3 - - '• z B s�ALX:— I;-, i '�•S• bYJn w'(.UI lug=U —W S _3 S a. _ ;_•'€"_� �_.�- cry its SiS F�:i :lista ya �?``-flii 9= _ _'= =S` -E X& �a J M11. . - � +- :- iso rhe;` i5: 2 EY63 5i3� 3_�-3cL 1�6 lit •w _ _a:�i 1.-� is fitt� ij:s a.•, _ Jr H2 ast' Ea. say i F f ri y` 3 1 &ISE s �� � E; 3",-sis i:s� its s -s4a4�+• �-yiac �- ',3re` � 6. £ tz3 ',��: ¢.if ;-�a� 712E{j s�rSl`:5 • �a- la"� e zc ZPS _€ QY mi=dys3 a vit - ?SS U15- .. t 41 a v ti s All ti =: VIM lot s . 3 � •a�y313 3Y 1� ''Lp Y `dga �.b3��5�+s ��5•--- � x ~¢ Wit.' :x =fit = lit st-5 'ri' Eys ass�b:�b[:w yt i _ �? 't •-- sti- moi y' Z;fi2 € °G s ; b3 tt p E �ab: fi;ta- 8:s Ai ;T S Sita ;= i`—'ci 14 j fi S!O 4vz s L 'e:ya` �yja' ► i �3-E! ";� 3s Se =" :� 'i_ _`=- Rz 9 - �u 114 HIM — 3 >€ i•� ii i5� : > i I Il 6a yi= -111iy Hill �q E On �- 6a a� =z s - t2Y = e ka-eE i�.i .ic `_:c,=- i — ZZ o < u -- olm Saw Y 2 1 dd �r o • . ryt rr r � ' - CA AZA Street sweeping, when properly done, is reported to remove a large part of street pollution. For this reason the County made a special survey of street sweeping. The results are shown in Figure VI-A-2. Recommended street sweeping measures to increase efficiency are included in Figure VII-B. This concept is detailed in Section VI-B and C,Control Measures. B. ABAG CONTROL MEASURES ABAG requires considerations of a list of control measures. This assessment (Figure VI-B) is based on three relevant objectives approved by the County's Public Participation Committee and Advisory Task Force. To assess control measures according to their effectiveness in mitigating pollution problems in the receiving waters. To evaluate control measures according to the principle of best management practices. To evaluate control measures according to their cost-effectiveness and feasibility of implementation within the existing governmental structure. Note: "Best management practices" (BMP) is too vaguely defined by EPA for precise assessment. This report defines BMP as essentially "housekeeping" or land maintenance practices which do not require significant expenditures for construction of permanent facilities, investment or capital. For example, temporary or permanent grading on construction sites is considered BMP, but construction of a separate off-line retention basin is not. It is admitted that this definition is not ideal,but it is precise enough for assessment purposes. C. OTHER MEA5URES INCLUDED IN THE PLAN 1. E.IR. - include items for discussion which more fully reflect water quality considerations. 2. Project Review Guidelines - for all public and private construction Projects. Conditions of approval recommended by Public Works and Planning Departments for. a. Project design features b. Construction period land maintenance c. Post-construction period land maintenance The emphasis for these guidelines should be on soil erosion containment for all construction projects,and should also include further consideration for concentrations of animal wastes,pollutants,and toxic materials,when appropriate. 3. A regional public education program including at least the following items: a. littering b. Illegal dumping VI-2 0132 IM walnut Creek i A = s a z. zs San Pablo f i , 1 � Pleasant Hill I a I V Y< I ., E-� a u e 3 ? a a a Pittsburg Pinole } 2 } a 9 O� I w o 9•r O 9 1 � 1 Z 'L Z. I I r 9 7 Martine: Y 1 I7 I ` - r _ Lafayette C a Hercules 0 ti El + I r !� 4 Cerrito a � L Cancard ! R G _ Clayton A. c� Brentwood „ E k f - Z f 7 I 1 ? Y 1 2 t 4 e1nt10Ch _ ` s i s I 1 __ ' Ord�.:aace __ = s _ v J r = VL ASSESS.NENT OF AND RECOMMENDATIONS FOR CONTROL MEASURES This section includes a survey of present practices, an assessment and recommen- dations for the list of control measures prepared by ABAG,and other measures recommended by the County. A summary of recommended measures and implementation is given in Subsection D. Each measure is selected as: - short-term implementation - appropriate for future consideration on a project,site or watershed basis in the event that a persistent water quality problem which adversely affects beneficial uses of the receiving waters is indicated. For some measures, the present and future implementations are not mutually exclusive. A present practice may appear suitable for consideration for wider application in the future. In general, the intent of the selected control measures is to incorporate water quality considerations into the decision-making process to a much greater extent than in the past. This will be accomplished by inclusion in Environmental Impact processes, design review guidelines and conditions of approval, and as a guideline for selection of alternative plans for flood control and drainage works, road design, and other public projects, including maintenance programs. This may be thought of as a higher level of awareness of the water quality implications of governmental actions. The public awareness need is proposed to be met by a regionwide public education program. ABAG is recommended to undertake this program since they have a skilled staff and well developed communications throughout the Bay Area. The County, cities,and Special Districts will cooperate in this program. A. PRESENT PRACTICES The County and cities have a number of regulations and programs which benefit water quality (Figure VI-A-1). Though this was not the primary purpose of their adoption, these programs are not only providing incidental benefits to water in the county, they also indicate areas where further concern for water quality can best be expressed. Programs for channel and storm drain clearing, street sweeping, and street maintenance, when done in a timely and proper manner, remove materials that might otherwise silt up stream and reservoirs, or permit curb-side noxious substances to be washed into receiving waters. Because they are existing programs they offer opportunities for program management to implement additional water quality concerns in the shorter term future. VI-1 am 01330 X(ev - - -n t • i � �t Y .,moi as 93 in 41 l�i ` i � I ,,,/� , � •mss � 3 tg-' Off. V .moi f$... u r #t tr y► M H '..y►i r 1J V1 t! W a Z o x tio vs t ��'+• � d fe+ � O d n m c a 39 0 ca a -�atZj�� � 'tet �. � N M < •i: x13'29 11. Areas where livestock wastes move or may accumulate to the extent that damages to the beneficial uses of the interior waters of the county occur may prove to require mitigation measures. This matter is appropriate for study in the continuing planning period. The above possible problems affect the local waters of the county, except Delta problems, which are of concern throughout the Bay Area and Central Valley as well as to county residents. Several of these potential problem areas are under investigation, are monitored, and mitigation measures are being taken by the cooperative efforts of appropriate agencies. Items 3, 4, S and 6 are not known :o cause adverse impacts on the benef ical uses of the regional receiving waters. However, they are countywide conditions and occurrences which are of a persistent rather than a critical nature, and are subject to mitigation through the powers and authorities of local governments. Y - h I r.. 4 A� � tr HMO 3. Sediment transport and deposition. Open space, construction sites, and stream banks themselves contribute to sediment transport and deposition. These conditions, partly natural and partly from man's activities, occur throughout the county. Some sediments are transported into the receiving waters and some are deposited in the lower reaches of the stream. Sediments are a water quality problem when they damage or prevent beneficial uses of the receiving waters, and are a maintenance cost when they must be dredged out of the creeks to maintain flood flow capacity. Erosion itself damages land and creeks. 1t has been estimated (USGS)that 65 percent of the sediments coming fromthe walnut Creek watershed are deposited in the lower reaches of walnut Creek. C Illegal dumping of litter, garbage, trash, oil and grease, along roads and into streams, improved channels, storm drains and gutters, is widespread. Public education, strict enforcement of penalties, and alternative disposal means are needed to mitigate this problem. 5. Accidental or intentional discharges of hazardous or toxic materials into creeks or storm drains. These occurrences are believed to be only occasional, but the effects can be extreme for a short period of time. At least some part of these materials can be expected to reach the receiving waters. 6. Bacterial levels above standards for non-contact and contact recreation. Although not sufficiently substantiated, it is an educated guess partially confirmed by the monitoring program, that most streams in the county have fecal bacteria counts above standards most or all of the time, making them potentially unsafe for recreation. Sources include mam- malian wildlife, cattle, horses, and other livestock, and pets. A subsurface contribution may be made by septic fields and leakage from sanitary sewers. Effects on the Bays are not known to be adverse, but high bacteria counts could spoil an opportunity to open a segment of a creek to recreation. 7. Occasional overflows of sanitary sewers into streets, where it becomes surface runoff. This is most likely to occur in heavily urbanized areas during intense storms. 3. Water quality problems in Hidden Lakes in the City of Martinez which have adverse impacts on recreational uses. 9. Although not strictly a part of the County's SRMP, residents are always mindful of Delta water quality. The proposed rock barriers to prevent further salinity intrusions may also make parts of the Delta behind the barriers stagnant. It will be interesting to find out how severe problems with bacteria, agricultural nutrients and algae blooms will be. Perhaps something can be learned from this regrettable emergency which will be useful in solving water quality problems in the Delta and Bays. 10. Additional communications with the East Bay Regional Park District regarding any existing or potential water quality problems in lakes and reservoirs used for recreation will be included in the final draft SRMP by October 12. 01 V-4 2. Deficiency of regulations for control of construction elated activities which impair beneficial uses. (Sufficient regulations have been adopted by cities and the counties. Additional enforcement would help to reduce construction related erosion. A creek setback ordinance would facilitate bank erosion repairs. Included in Recommended Control Measures.) 3. Insufficient data and impact assessment of non-urban runoff. (Recommendations for further study and for land management practices are expected to be part of the SRMP. Land management practices are included in Recommended Control Measures.) 4. Absence of facilities to accommodate vessel wastes from private, commercial,and military water craft. (Included in Miscellaneous Sources Plan. Probably contributes to localized high bacteria counts in some areas.) S. Insufficiency of current planning to determine !fie interrelation of water quality control facilities to future growth patterns and potential service areas. (Wastewater Management Plan. Not a correct statement for this county. Sewage treatment districts are in various stages of working with state and federal agencies on treatment plans and construction. All districts and local governments are acutely aware of the impact of state sewage capacity limits on community development. Summary: Insufficient knowledge exists regarding the impacts of surface runoff on beneficial uses of :he receiving waters, represented by the five items from the ABAG Work Program. Item 3 in Other Related Regional Problems is correct regarding the scope of the SR.MP. Literature research, mathematical models and mcnitoring the interior waters of the county for nutrients can add little, if anything, to needed knowledge. Basic field research by competent scientists is very much needed to reveal the causes of damages to aquatic life in the Bays, rivers, and Delta. O. OTHER WATER QUALITY PROBLEMS IN THE COUNTY Discussion with County and city staff, the water districts, park districts,etc., plus generally accepted observations reveal the following water quality problems: 1. San Pablo Creek in Orinda,above the San Pablo Reservoir,has historically had high levels of coliform bacteria. With new beneficial it of recreation and fish spawning, the creek is under study to determine the best to manage this problem. 2. Surface drainage into the Contra Costa Canal. V-3 ,� 01M6 soil particles, is the heavy metals "culprit" regarding damages to aquatic communities. Nevertheless, if there are unusually high concentrations here, it may indicate high concentrations in the water, and thus is deserving of investigation.) 2. Shellfish harvesting in the Bay off Richmond prohibited due to high levels of bacterial and/or heavy metal contamination. (The Brooks Island clam beds are open to recreational taking as a result of closing the Stege sewage treatment plant, except for occasional high storm runoff periods, several years ago. it is advised that the clams be thoroughly cooked, an indication of potentially less than ideal bacterial concentrations. Heavy metals are apparently not a factor.) 3. Significant annual fish kills in Carquinez Straits. (These characteristically occur during summer, so are not due to "shock loading" from storm runoff. According to ABAG Special Studies con- sultants and the State Department of Fish and Game, the nature and location of the cause is not known. Losses may amount to thousands of striped bass annually, and could eventually add sufficient pressures to the bass population to reduce recreational fishing opportunities, unless it is part of normal annual fish deaths.) 4. Degree of future treatment in Western Delta uncertain. (Contra Costa County is "unalterably opposed to the construction of the Peripheral Canal." The Contra Costa County Water District has a position to defend Delta water quality, with or without the Peripheral Canal. The County is also deeply concerned with establishing adequate Delta water quality standards, avoiding potential water quality degradation from the proposed San Joaquin agricultural drain which may have its outlet near Antioch. If ABAG's comment refers to sewage treatment in the Wester Delta, that will be resolved when the subregional sewage treatment facilities are constructed. The Discovery Bay wastewater discharges meet state standards.) S. Periodic algal blooms due to high nutrient concentration in Suisun Bay and Western Delta (These algae blooms usually occur during summer and fall, not during storn runoff periods. However, the suspended sediments brought in each year by Delta outflows, and resuspended by wind action during the summer and fall, are believed to be effective in preventing algae blooms from being worse(Basin Plan). C. OTHER RELATED REGIONAL PROBLEMS(from ABAG) 1. Insufficient guidance and control measures for location, use, approval, maintenance,and alteratives for septic tanks. (This comes under Miscellaneous Sources. Septic tanks in some lowlying areas become a surface water problem in severe flood years. Maintenance would probably not help this situation very much.) V-2 013-25 so Figure V-A WATER BODIES IN Ata MR C0 RA COSTA COUL'17 FOR WHICH THE BASIN PLAY SHOWS POTENTIAL BENEFICIAL USES Potential Use Impaired Water Body Beneficial Use 3V p IIL ? Comments Briones Reservoir Son-Contact Recreation No Owners do not choose Contact Recreation Yo to have recreation. Cold Water Habitat No Pinole Creek Non-Contact Recreation ? Public and private Contact Recreation ownership restricts access. No recreation authority. Bacterial levels probably too - high. Winter flows hazardous. Walnut Creek Non-Contact Recreation ? Public and private Contact Recreation ownership restricts access. `.o recreation authority. Bacterial levels probably too high. Winter flows hazardous. Mallard Reservoir Non-Contact Recreation No Owners do not choose to have recreation. No surface runoff into this reservoir. Marsh Creek .ton-Contact Recreation ? Private and public Contact Recreation ownership restricts access. No recreation authority. Bacterial levels probably too high. Hinter flows hazardous. Marsh Creek Non-Contact-Recreation ? No recreation authority. Reservoir Contact Recreation Possible bacterial contamination--but no indications of this at present. Central Bay Preservation of Areas No Not presently designated San Pablo Bay of Special Biological by State Water Resources Suisun 8 Lower Significance Control Board as requiring San Joaquin protection of biological Delta species or communities to the extent that alteration of natural water quality does not occur. 01324 V. IDENTIFICATION OF RECEIVING WATERS AND WATER QUALITY O N A plan objective is to define regional waters and the interior waters of the county. Concepts of regional waters are available from the Regional Water Quality Control Board (RWQCB) and ABAG. The RWQCB has adopted the 113 water bodies in the Bay Area, listed in the Basin Plan, as regional waters. Those all or partly within county boundaries are listed in Figure Y-a. They include offshore Bays and fivers, the Delta, selected reservoirs, and three creeks. ABAG's point of view is that all offshore waters, impoundments and creeks in the county are regional in nature because they receive surface runoff and thus are considered in the Surface Runoff Management Plans. Neither of these definitions is satisfactory. For purposes of discussing water quality problems in this plan, the county's position is that, though all the water bodies mentioned lie within the Bay Area region, only the Bays, rivers and Delta sloughs are regional. The plan refers to these as the offshore receiving waters. Impounded and free flowing waters in the county—its interior waters—are local water bodies. It is recognized that substances and conditions may affect both the interior and offshore receiving waters. Subsection A discusses water bodies identified in the Basin Plan. Subsections B and C discuss possible pollution problems given by ABAG in the 208 Work Program and in other 208 materials. Section D discusses potential problems derived from communications with many persons in the county,and by the SRMP technical work. A. BASIN PLAN Figure V-A lists the waters in and near the county listed in the Basin Plan, the potential beneficial uses listed in the Basin Plan, and attempts to determine whether or not these potential uses are prevented or impaired by water pollution. For the offshore receiving waters, the Basin Plan does not identify beneficial uses as impaired by pollution. For the interior waters of the county high bacteria levels in the creeks may be above standards for recreation. This is suspected, but may be a summer condition rather than a storm runoff condition. Beneficial uses of reservoirs are not limited by water quality. B. 208 WORK PROGRA.ti In addition to the receiving waters identified in the Basin Plan, the ABAG Work Program has identified site specific problems to be addressed by Contra Costa County, plus related regional problems. These are listed below with comments. 1. Sediments high in toxic metals in San Pablo Bay off Pinole. (No monitoring took place on Pinole Creek because no monitoring station is located there to give flow data. Sediments were not sampled by the counties. The MAC model is not designed to reveal any unusual or exceptional yes. Recent scientific thinking, as reported by ABAG's 208 consultants,indicates that heavy metals in sediments may not have adverse effects Heavy metals in the water itself, not adhering to V-1 U1040 c. Comparison of surface runoff and point source discharges indicates the relative benefits which can be achieved by improvements in point source dischat lm d. Comparison of county loadings and Delta outflows indicates the relatively minor contribution of surface runoff to the offshore receiving waters. e. A fundamental question which has yet to be answered is what constituents of surface runoff and Delta outflows are serious pollutants. _Although the modeling program provides estimates of future loadings of the substances modelled, it does not describe the impacts of these loading on the beneficial uses of the offshore receiving waters. Effects may be 'beneficial for the substances involved. f- The watershed modeling program did not include pesticides, toxic forms of heavy metals, and exotic chemicals which may cause the greatest long-term damages to water quality,aquatic life and perhaps man. Contra Costa County may or may not contribute substantially to the discharge of these substances to the bays- These substances are of growing interest among the citizenry and should be investi- gated. G Wa y � 4 e r t e; z ee + z' 01322 t Figure IV-0-2 Comparison of Contra Costa County Loading: Surface Runoff, Point Sources, and Delta Outflows 1973 and 1983 Thousands of Total County and Delta Constituent Source Pounds/Year Thousands of Pounds/Year Surface Runoff 2,230 County 38,098 BOD Point Sources 33,848 Delta Outflow 44,000 Delta 44,000 Surface Runoff 160,630 County 482,630 S.S. Point Sources 22,000 Delta Outflow 3,000,000 Delta • 3,000,000 Surface Runoff 700 County 6,563 T.N. Point Sources 3,863 Delta Outflow 129,000 Delta 129,000 Surface Runoff 100 County 4,100 T.P. Point Sources 4,000 Delta Outflow 229000 Delta 22,000 Surface Runoff 2,250 County 4,500 BOD Point Sources 2,250 Delta Outflow 44,000 Delta 44,000 Surface Runoff 149,874 County 133,374 S.S. Point Sources 32300 Delta Outflow 3,000,000 Delta 3,000,000 00 I Surface Runoff 730 County 3,450 T.N. Point Sources 2,700 Delta Outflow 129,000 Delta 129,000 Surface Runoff 100 County 2,600 T.P. Point Sources 2,300 Delta Outflow 22,000 Delta 22,000 Sources: Surface Runoff from NAC .Model. Point Sources and Delta Outflow from ABAG. 01MI U O O O O J J J1 V � 0 cl: lu s Q C co 3 a 0 Cl) .♦. I o a � i •� a v to ¢ t y oc ~ Z � � Q W O LY '� Qe d t 18.1c w ` _ �_ "'~ `• Z O vxx — W u eg r- 0 = 8 CX z 0 011VLO M V Q 0 � 0 0 m 4 �A e cw S V1 u v V N ci �4 co � t 0 o 04 a �. v r v a fx x w A A /V DC Y V X X alC a Q r Z CC QC 0 � V 8 V _ 0 Q r 0 wi Q co r In QC 2& Z C3 ' r D( X x- -x, X, Ai i � - L L r W r- ` Q 0131n Z direct industrial discharges) with surface runoff loadings as modeled, reveal the benefits of upgrading point source discharges to Federal standards, for BOD and SS. Reductions in the nutrient loadings of nitrogen (TN)and phosphorus (TP)will occur by 1985 after Federal point source limits are fully in force, but the point source loadings will remain large in comparison with surface runoff loadings. For suspended solids (SA surface runoff is much higher than point sources,there being less dirt in sewage and industrial discharges. Solids themselves do not cause pollution in the offshore receiving waters,but they carry other substances which may cause adverse impacts on beneficial uses in certain quantities or forms. These substances were not modeled. Because of the enormous Delta outflow which strongly affects all the offshore receiving waters of the region, a comparison was made among county surface runoff, point sources, and Delta outflows (Figure IV-D-2). Point source and Delta outflow data is from ABAG. The Delta outflow data is preliminary data from ABAG consultants. From Figure IV-D-2 it can be seen that total county loadings, including point sources and surface runoff, are marginal in comparison with Delta outflow loadings, except for BOD in 1975. By 1985, however,county BOD loadings will have been reduced to approximately 10 percent of Delta outflow loadings, on an annual basis, due to improvements in point source discharges,primarily the 201-funded wastewater treatment plants. If all of the loadings shown were completely eliminated from surface runoff,but Delta outflows remained the same,the total loadings reaching the bays in 1985 would be reduced by: 10%for BOD 17%for SS 3%for TN 12%for TP 2- Conclusions a. The results of the Macroscopic Planning Model give only a general indication of future conditions. The model is unsophisticated, there are uncertainties associated with the water quality data used in the model, and the assumptions made concerning population growth and expansion of residential development in Contra Costa County are erroneous. For these reasons, cautious and careful application of model estimations in determining the extent of future water quality problems is indicated. b. Neither the monitoring or modeling programs indicate that surface runoff from this county, for the substances considered, are causing harm to beneficial uses of the Bays and rivers. Iv-6 4W 01318 xr as S R snz�N�S4owd oc ON r L 4� a � 2 !M { Z Ia ,. s a iAA +.has J q i t $ R 8 o ,,, sO;U F-Igure EV-C-3 t zu1 zn :.ru s q q � �% © OZ ZR �' x.G! e c Zt =� � it 9 S p!lxJd. s v1 a Goan 1 s�cn� �+ �+ o rt lw 0 oi G Zb Zi Zt! � ;s n � 31 ti S t � a rv•. i � r��7d - Figure N C_3 Or xar � �u S7f Y si f Y x'p z s.� xet t ; e �sanr� xf �t tj u � � x slow s� t � r �r^ a ✓Ir f- is fol N N II :X�7 x: y _ S o tet► ssc ei5lu C- IE Ix se SO r- Kt s S 4'S Z � J 400pt ~, - i sst y o � o a ,cn 14 cloo w q Y .4.y�u' u1 � O ti V. ! \H - s Wd � E 9 �•"ra��", �.ti�;„:w•_-ti" ;`� „r,f -s.a: .�.} ..�'..._;lc�:-+s.+,:�%..:�wvt � �w"yy'�'wi�':.� r G J M < Cf C s J n J Ct r L. O tl L O J v a h J h 1 m N O O ?9 M O r oo N c. c� a .nw N n rf of h90 h H of .ai N m N a � 1.'Y N J .... n Q �eop n s n v p M o a M MLD Q M N n m .p Of n to N m M t!1 M ♦7 b Q m M N � t[1 N ti J O co ti p Q C t� C1 n Cl a0 < Cl Q w7 C c O N N H r J tl J ao N m c% zO N F {r 0 tl L C� O � J N M hVV G1 m � u•! vq . p O Q m n n M N Qn p f0 O m 3 Q m %0 .y n O'J ..Y C1 on IT ao Z S7 N 1A .O Ln 40 x M .O C In O ui � � N C: H C CJ tl N � 4 `t tJf 31 � to C L c1. O .+ a .'o .n n h ,pc c. co N v� I° Q s 9 � r1 n .� J .� O e .� O Cf cc %o Ln at M n M cc H N H ffi N M N t 0 4 9 z se0 ar .�•. C1 r1 � ri r � .4i zo ta L '3 aVI _< < c Oi .O 01313 Figure IV-C-1 (contd.) Open Space National Av.*** 0.21 497 4.79 0.02 0.11 Local 4.00 800+ 30%ss 0.30 2.00 }Base values were modified according to local population density +Base values were modified based on analysis of prior investigations. -National average concentrations for open space are based on city partes, not major open space areas such as are present in Contra Costa watersheds. The results of the MAC model for Contra Costa County are presented in Figure IV-C-2. The results describe conditions for ten watersheds in the county and their annual loads for 1975, 1985 and 2000, for the constituents modeled. Due to the assumptions made concerning population growth and development, the total area devoted to residential use in the county is assumed to increase by over 50% from 1975 to 1985 and would more than double by the year 2000. Consequently, the contribution of residential land use to total pollutant loadings is shown to increase relative to open space, industrial and commercial land uses beyond what is actually anticipated by county growth projections. The results of the modeling program are graphically displayed by region in the county and for the entire county in Figure IV-C-3. According to Figure IV-C-3 graphs for these regions in the county, all regions are projected to gain in population and residential land use. Projected changes in commercial and industrial land uses are expected to increase very slightly. The greatest increase in residential use is projected to occur between 1975 and 1985, with somewhat less open space conversion to residences from 1985 to 2000. It should be kept in mind that the land use and population projections were produced by ABAG's regional model and do not agree with County projections, which are for slower growth. These projections are approximately 8 percent higher than County projections for the period 1975 to 1985, on a countywide basis. Page k, Total County, indicates a rise in BOD, Total N and Total P which is more or less equated to increased development. Suspended Solids are reduced by a similar amount because, since open space generates a higher erosion rate than developed areas, the suspended solids loading is reduced as land is developed. From the modeling program it is evident that no radical change in the loadings to the offshore receiving waters is projected to occur in the future. Based on the reports of ABAG's Special Studies consultants, it appears that the substances modeled are nutrients, not pollutants, or, if they would be pollutants in sufficient quantities, there is no evidence that harmful effects to beneficial uses of the offshore receiving waters is occurring, or will occur in the future. D. SUMMARY AND COMPARISON OF FINDINGS 1. Comparison of Findings The comparison of point source discharges (sewage treatment plant and 4131`. IV-5 M =kxPxAxCx0.227 where: M =pollutant load in pounds k=runoff coefficient. One for each land use (represents percent of rainfall which runs off a land surface) P=precipitation in inches A =area in acres(for each land use in a watershed subunit) C =average pollutant concentration in runoff from each land use (in milligrams per liter) 0.227 =unit conversion factor The MAC model was run on ten watersheds in the county (Map III-A) for the years 1975, 1985 and 2000. Land use assumptions for these years are based on the Provisional Series 3 Projections, Base Case 1 to 1985 with an alternative to the year 2000. Monitoring results from the eight counties participating in this planning program were used to derive factors for use in the model. These baseline factors were modified by each county depending on its local conditions and circumstances. The factors used in this county are given in Figure IV-C-1. National averages are also given for comparison. The regional baseline for Suspended Solids (SS) was used in the model to reflect drought year conditions. Suspended Solids loadings are shown as modeled in Figure IV- C-2, but have been increased for graphic display in Figure IV-C-3 to more closely reflect normal runoff conditions. The SS factor should ideally vary for different watersheds, but information was not available for any greater detail. Figure IV-C-1 Concentration Factors by Land Use Pollutant Concentration (mg/1) Land Use BOD SS VSS Tot N Tot P Residential* National Av. 10.40 211.5 123.00 0.44 7.01 Local 15.00 230.0 62%ss 0.40 3.50 Commercial National Av. 41.50 288.1 181.70 0.98 3.84 Local 20.00 150.0 70.00 0.70 5.00 Industrial National Av. 15.80 377.6 186.80 0.91 3.58 Local 13.00 120.0 50.00 0.50 3.00 IV-4 413--n Figure IV-B-I Concentrations of Constituents in Water Quality Samples 1976-1977 Season Monitoring Flow BOD SS YSS MS Total P Total N Lead Station (cfs) (m 1) (m 1) (m 1) (m 1) (m 1) (m 1) (m 1) Grayson @ Center 11 83 98 680 327 2.07 Los Trampas @ Main 6 230 36 180 .50 1.75 .17 San Ramon @ Walnut Creek 76 10 170 25 550 .57 2.70 .08 77 7 76 12 370 .26 2.05 .07 48 7 150 22 570 .46 2.22 .05 Walnut Creek @ Diamond 34 6 76 33 520 .31 4.57 .05 145 11 190 26 2,500 .56 3.0 .18 160 11 140 24 310 .56 2.70 .15 139 7 120 19 320 1.50 2.28 .08 170 10 140 26 350 .49 2.73 187 4 250 21 240 .42 2.82 39 13 6 3 600 .22 0.96 Pine Creek @ Market .08 18 150 27 400 .40 7.32 .31 -.25 14 220 39 260 .56 4.40 .26 .15 10 300 37 220 .54 3.60 .01 .75 10 310 38 200 .48 3.10 .11 1.06 15 450 67 190 .63 3.72 .52 1.00 13 710 88 250 1.90 4.84 .33 .85 11 500 59 2,300 .48 4.76 .25 .55 14 100 20 620 .18 2.45 -.25 12 230 36 230 .42 1.62 0.00 14 140 5 250 .44 1.68 .40 19 10 2 800 .02 3.01 Little Pine 10 5,200 550 380 2.40 16.20 Golindo 16 32 2 910 .08 6.50 San Ramon @ San Ramon 1.2 6 120 24 580 .64 2.66 .07 3.5 8 300 50 440 .69 3.11 .03 1.4 4 110 22 430 .38 2.13 .02 Rheem @ Gage -- 13 73 16 2,000 1.20 5.38 .35 01 40 130 32 3,400 3.9 4.78 .45 35 23 280 32 3,300 .68 5.20 45 29 13 130 22 190 .46 3.65 .24� 01310 3. Whether or not ur*-monitored watersheds are comparable to the Walnut Creek watershed 4. Seasonal and storm frequency differences in concentrations (Is the third storm as"dirty"as the first storm?) 5. The actual extent and level of bacteria in surface runoff--and its primary sources 6. Possible local areas in the county from which unusually high concentra- tions of harmful substances reach the receiving waters 7. The existence of potential pollutants which were not studied, including toxic chemicals and metals 8. Concentrations of toxicants, including heavy metals, in the water column as opposed to being attached to sediment particles. 9. Future monitoring programs should be limited to specific problem locations and to significant suspended pollutants. Conclusion: The monitoring program provided the basis for factors for the mathematical modeling program which are probably satisfactory given the gross nature of the model,but further monitoring at appropriate locations,and testing for materials of concern in the community, would be required to confirm or modify the results of the 1976-77 program. 1f the monitoring results are valid,surface runoff from the county does not differ markedly from secondary treated sewage effluents in concentrations of Biochemical Oxygen Demand, Total Nitrogen and Total Phosphorus. Suspended Solids and Volatile Solids concentrations are far greater from surface runoff than from sewage effluent. C. THE WATERSHED MODELING PROGR,3uM The purpose of the watershed modeling program was to estimate pollutant loading to the bays from eight bay area counties under present development conditions (actually 1975)and for the years 1985 and 2000, in order to be able to predict future pollution problems in the offshore receiving waters, begin mitigation measures in the short term future,and decide if there are tradeoffs between management of surface runoff and sewage treatment to meet water quality goals. The model used in the modeling program was the Macroscopic Planning Model (.NAC). This model is designed to estimate total pollutant loadings from large areas based on annual average rainfall. The model is based on the simple concept that the pollutant loading from any area equals the product of the surface runoff from that area times the concentration of the pollutant in the runoff. The model utilizes the folio"formula: IV-3 B. THE WATER MONITORING PROGRAM The purpose of the monitoring program was to determine the contents and concentrations of possible pollutants in the county's surface runoff, compare these with national averages, and develop concentration factors for use in the watershed modeling program. Monitoring was performed primarily at existing stream gage stations. The locations of the stream gage stations used are shown on Map III-A. All monitoring stations were located in the Walnut Creek Watershed with one exception--a station on Rheem Creek in the Wildcat-San Pablo watershed. Monitoring results for Biochemical Oxygen Demand (BOD), Total Nitrogen (TN) and Total Phosphorus (TP), are comparable to results from previous years of more normal rainfall in an Alameda County watershed. As a result, the concentrations measured for these constituents appear to be valid for normal runoff conditions in developed areas. Open space values would probably be higher by 50 percent to 200 percent than dry year samples. The measurement of volatile and suspended solids appears to have been affected by the drought. Concentrations of suspended solids is related to storm intensity. The concentrations presented in Figure IV-B-1 are therefore representative only of this year's drought conditions. A few water samples collected at random were analyzed for Total Coliform Bacteria, Fecal Coliform Bacteria, Cadmium, Chromium, Mercury, Zinc, and Copper. Only four out of fourteen samples met the state coliform standard for non-contact recreation (an average of 2000/100 millimeter for any 30 day period). The results from the measurement of heavy metals are not conclusive regarding their potential for adverse effects on beneficial uses. Recent scientific thinking postulates that heavy metal adsorbed onto fine particles of suspended solids do not harm aquatic life, but that it is heavy metals floating freely in water which are harmful. Water column tests which would provide information on concentrations of heavy metals in the water itself are difficult to perform, subject to error, and costly. Further analysis of heavy metals was considered but not performed due to unresolved questions concerning the effects of heavy metals, the abnormally low amount of rainfall during the past year and the uncertain results of the tests required to determine heavy metals concentrations. Because samples had to be taken at existing gaging stations, and because the rainfall during the monitoring period did not yield normal runoff, the results of this first effort are not conclusive. Concerns which still remain to be resolved include. 1. Long-term average concentrations of potential pollutants 2. Background levels of constituents which occur naturally, including rainfall and aerial fallout. "-2 01308 Figure IV-B r ,> Data Map showing aU nxinitoft stations,to be added. r r _ ' a 6 i a•t h� 'l f p x 1 1' x s y V Y r s � _ t ,X �p R * iw4 U1�1 IV. SUMMARY OF FINDINGS The findings come from several sources, including the monitoring and modeling programs undertaken by the County. None of the sources have revealed beneficial uses of water which are impaired by surface runoff. For the offshore receiving waters particularly, further monitoring at locations selected for their relevance to potential "hot spot" pollution is recommended. The controls recommended for short term implementation are aimed at mitigating widespread but non-critical conditions observed by local staff in the field. It is recognized that these good housekeeping and land management measures may have only marginal benefits to the receiving waters. A. REVIEW OF REPORTS 1. General Reports and Studies A large number of rpeorts and studies were reviewed. None were able to give a picture of water quality in the interior waters of the county, since this has not historically been a matter of as great interest as flood control and drianage needs. An annotated bibliography is given in the Tecnical Appendices, bound separately. Verbal communication with reservoir owners indicate a few impounded water bodies which have their beneficial uses or potential beneficial uses impaired by water quality problems. These are discussed in Section V. 2. Special Studies ABAG consultants presented reports on: - Delta outflow - Shellfish contamination - Eutrophication (in the Bays) - Effects of toxicants (including heavy metals) - Fish kills - Dredging and disposal "The purpose of the special studies, therefore, is to approach the sequence (problem-cause-control) from the problem point of view and ensure that adequate attention is given to the more critical problems." (ABAG Work Program, p. 323.) All of the final special studies reports were not available in time for data pertaining to the interests of the County to be incorporated into this draft. The brief summary reports from each special study indicate that no regional problem in the offshore waters is known to exist. However, there are known or suspected localized "hot spots" where excessive amounts of toxic materials, heavy metals, and bacterial contamination of shellfish occur. Any items of concern will be included in the final draft plan prior to October 12, 1977. IV-1 01306 the receiving waters. The large suspended solids load from Delta outflow, as well as from the land around the Bays, tends to attract pollutants and carry them to the bottom. For this reason suspended solids, at least the fraction that is composed of fine day particles, is considered beneficial to the offshore receiving waters. Suspended solids from open space and urban areas which reach impounded waters can impair beneficial it by silting in the bottom and thus reducing the water holding capacity. Surface runoff may also add nutrients to a level that requires a management program for algae control, depending on the size of the watershed, the vegetative cover, and the parent material from which the soil was formed Urban street runoff, septic systems, and concentrations of livestock add to nutrient and bacterial loads. Street runoff also contributes the substances listed in Figure Ill-B. It is axiomatic that all dams silt up. Sediments themselves are a maintenance problem. y P x F YF t }^ Sc A 4' 13t S t M-2 01*5 Figure III-8 Amounts of Pollutants Contained in Materials Tot. Vol. material solids coo Coo Grease Petroleum n-Paraffins mo/a mg/g asa/o rag/o mo/g mo/a Gasoline 1000 150 680 1.3 1.3 1.3 Lubricating Grease 970 140 .750 670 570 -,otor Oil 1000 140 220 990 940 850• Transmission Fluid 1000 100 200 990 940 880 .ntifreeze 990 38 1100 140 70 6.1 Undercoating 1000 90 310 960 180 120 ksphalt Pavement 64 1.2 86 21 15 9 :oncrete 71 1.4 64 2.7 1.3 1 Rubber 990 27 2000 190 100 56 uiesel Fuel 1000 80 400 390 310 210 rake Linings 290 17 620 31 8.3 7.6 ,rake Fluid 1000 26 2400 880 33 19 :igagettes -860 85 780 30 21 2.7 Salt 75 - 0 0.0 0.0 :inders 0.0 - 59 1.3 1.2 1.2 Metals Content (ug/9) Material Lead Mercury Chromium Cooeer Nickel Zinc asoline 660 0.05 15 4 10 10 .ubricating Grease 2 0.05 2 1 1 160 lotor Oil 9 0.05 2 3 17 1100 ransmissien Fluid a 0.05 2 1 21 240 ,ntifreeze 6 0.05 2 76 16 14 ndercoating 120 0.05 2 1 480 110 sphalt Pavement 100 0.05 360 50 1200 160 oncrete 450 0.05 93 99 260 420 .ubber 1100 0.05 180 250 170 620 iesel Fuel 12 0.05 15 8 8 12 rake Linings 1100 0.05 2200 31•,000 7500 120 rake Fluid 7 0.05 19 5 31 15 igarettes 490 0.05 71 720 190 560 alt 2 0.05 2 2 9 1 inders 2 0.05 2 3 4 7 rea ,Soil 2 0.05 36 23 25 27 tection Limit 2 0.05 2 1 1 0.01 Shaheen, 1975, "Contribution of UrSan Usage% EPA 60412-75-004- 500 determinations were rade on 'pure' materials using a seed of unacclimated ice organisms. results are on a dry weight basis. Salt as received contained 3.7% water, assayed 93.21 sodium chloride, and contained less than 0.004: cyanide. _ �b13t Map 21.1-A MAC Wr'17ER5r:DS 10 ? j y gC t i p zz ccr>- w .: c V o .c A a\ � fl A -Z ad p CJ A a Q1 L CJ 4t V w � tj 0 C.1 G c V Kz C7 7 Li L C S Z 47 e.s:1:c"S Q:17 tiD t�CJ t79 Suo pe-Is 6uL.10:1ugw III. SURFACE RUNOFF A. WATERSHEDS IN THE COUNTY Of the twelve watersheds in the county,ten were modeled by the County. The upper Alameda Creek and San Leandro Creek basin lying in Contra Costa County were modeled by Alameda County. The leveed Delta region was not modeled since its runoff—or pump out—characteristics do not lend themselves to this type of study. The ten watersheds used in the model, and the gaging stations where samples were taken for the water monitoring program, are shown on Map III-A. B. SOURCES AND CONSTITUENTS OF SURFACE RUNOFF The primary source of surface runoff is precipitation. Lesser amounts come from garden or farm irrigation. Since most streams in the county are intermittent or have extremely low dry season flows,surface runoff is equated with storm runoff. As surface runoff flows across open land, roofs, lawns, streets, gutters and through storm drains, it picks up a wide variety of substances and carries them along to the receiving waters. From open space areas the primary constituents are soil and organic particles. The minerals suspended or dissolved in the water depends, like soil, on the minerals in the bedrock from which the soil was formed. Organic materials are derived from plant and animal life. From urban areas the constituents include soil and organic materials, plus a great variety of materials from man's activities, primarily from vehicles. Figure III-B gives a list of these with averages for concentrations of pollutants in various materials in or associated with vehicles. Other substances not on the list would also be found. Additionally, there are paints, pesticides, plant and animal wastes, and soil particles in urban areas which find their way to receiving waters by means of surface runoff, and an unknown contribution from aerial fallout onto water directly and onto land surfaces. Industrial areas contribute a great variety of materials to air, water and land, in varying quantities depending on the permitted emissions and discharges. Air quality and water quality treatment is required of industry. For this county, and for most of the Bay Area except the southern part of San Francisco Bay below the Dumbarton Bridge, Delta outflows contribute significantly to fresh water, suspended solids and nutri- ents. This is discussed further in Section Iv-D. The constituents in rainfall itself may include nutrients and pollutants such as industrial chemicals, heavy metals, pesticides and various forms of chlorinated hydrocarbons. The small amount of rainwater quality data for the region prevents a valid assessment of the contribution of rainfall itself. Since heavy metals and some other substances have a strong affinity for clay particles, substances in rainfall that are mixed with suspended solids in surface runoff have the advantage of becoming adsorbed onto soil particles before reaching M-1 ism. ©� IL CONTENTS AND ORGANIZATION OF THE PLAN Section I provides a brief background an why a Surface Runoff Management Plan was prepared, the concepts upon which this plan is based, and the plan goal and objectives which were developed by the Public Participation Committee and Advisory Task Force. Section III attempts to give an understanding of the different substances which are found in surface runoff and their sources. A map delineating watersheds used in the technical studies is included. Section IV, Summary of Findings, gives a brief overview of the technical work. Details on the review of reports, water monitoring and water quality modeling are in the Technical Appendices, bound separately,which is available on request. The technical works done by the County, as is true for the other counties, was designed to give a general idea of the annual amounts of certain substances which wash off the land to the offshore receiving waters--the Bays, rivers and Delta. The technical work was not designed to determine if or where beneficial uses of the offshore receiving waters are adversely affected by the substances in surface runoff. Section V describes previous and current attempts to make the connection betweensurface runoff and pollution damages, including the Basin Plan, ABAG Work Program, the Special Studies reports, and communication with informed persons in the county. Based on these references, it is dear that surface runoff from the county has not been shown to cause fish kills or other adverse effects on the beneficial uses of the offshore receiving waters for the substances included in the monitoring and modeling programs. That is, there is no identified regional pollution problems. It is true,however, that harmful or potentially harmful substances are in surface runoff, particularly urban runoff, to an unknown extent which may be similar to national averages. There are also toxic chemicals in wide use today which are also believed to be present in surface runoff. Any of these may prove harmful to the offshore receiving waters or the interior waters of the county. The recommended control measures and implementing authorities are given in Section VI. The majority of recommendations are taken from a list prepared by ABAG and are intended to incorporate water quality considerations into public plans,programs and projects more fully than in the past. In conformance with the EPA recommended approach, the recommended control measures are not new programs or projects, but are "best management practices" to incorporate a greater degree of water quality considerations in existing maintenance, and cleaning and clearing programs, land management practices in open space areas and on construction sites, and in plans and programs for local government activities in the future. The continuing planning process, Section VII, gives the local government coordination and action items considered the best approach for carrying out the plan. Il;l 013n The plan responds to these objectives, primarily in Section VI, Assessment and Recommendations for Control Measures, and Section VII, the Continuing Planning Process. The definition of receiving waters,Objective 2,is found in Section V. � S jj- 1-9 4 - .�3 t E 4 r ~e S 7 y - 'h � :T r - ..y U t 01300 D, GOAL AND OBJECTIVES OF THE CONTRA COSTA COUNTY SURFACE RUNOFF MANAGEMENT PLAN These statements were prepared with the assistance of the County Surface Runoff Management Plan Public Participation Committee and the County's Advisory Task Force. The Public Participation Committee was composed of the three publics identifies by EPA: Government agencies Special interest groups The general public The recommendations of the Public Participation Committee were submitted to the Advisory Task Force, the county's policy body composed of City Managers and Planning Directors, water and sewer districts, County Health and Public Works Departments, ABAG staff, and the Board of Supervisors representative on ABAG's 208 Environmental Management Task Force. The goal and objectives as stated were prepared and approved by the Committee and Task Force. The goal and objectives, plus advice and direction in plan preparation, were based on the county's technical work, ABAG reports, and the personal knowledge of the participants. Goal It is the goal of the Contra Costa County Surface Runoff Management Plan to define an implementable process to mitigate pollution problems in the receiving waters of the region which are caused by urban surface runoff. Objectives 1. To define a continuing planning process to reveal any adverse impacts of urban surface runoff on the receiving waters of the region. 2. To more precisely define regional waters and the interior waters of the county. 3. To protect the natural ecology of streams and other county waters. , 4. To protect the quality of surface waters used in the county for agriculture, industry,and domestic purposes. S. To provide for public participation and public education in the continuing Ping - 6. To assess control measures according to their effectiveness in mitigating pollution problems in the receiving waters. 7. To evaluate control measures according to the principle of best management practices. 8. To evaluate control measures according to their cat effectiveness and feasibility of implementation within the existing governmental structure. 1-8 U 1 however, that it is virtually impossible to measure all of the substances illegally dumped, or to determine the precise effects on fisheries and other wildlife—or ultimately, the effects on human beings. Loss of soil by water erosion from poorly managed open space areas and from public and private construction projects not only damages property but also requires significant expenditures to repair property and dear or dredge sediments from creeks, flood control channels, and storm drains. Although soil particles themselves are not considered harmful to the offshore waters, except when concentrated enough to smother shellfish or cause other adverse effects, small soil particles also pick up and carry lead, copper, mercury and other metals, some of which occur naturally and some of which appear to be concentrated in urban areas, primarily from vehicles and industry. Whether or not heavy metals adsorbed onto fine soil particles harms aquatic life is now questionable. Scientists report that toxins in the water itself is harmful, not what is attached to solids. All such soil erosion cannot be prevented, but good land practices may yield water quality benefits as well as helping to protect property values and reduce public costs for maintenance, repair and dredging. Construction sediments are _specifically mentioned in Section 208, demonstrating that Congress believes this is a matter of concern throughout the nation. The County has studied water quality to a limited extent according to the term of the contract with ABAG. The monitoring and modeling programs were designed to give general conclusions regarding the quality of surface runoff (storm runoff) today and in the future. The literature search, communications with several County departments, City Engineers, water and park districts, and the Public Participation Committee, produced the identification of potential local water quality problems in specific water bodies and non-critical but widespread conditions which may affect surface waters throughout the county (see Section V). For the above reasons, this plan recommends a course of action to mitigate property damages, public costs, health hazards, nuisances, damages to aesthetic values, and potential environmental damages, which may result from inadequate land and construction practices, illegal littering and dumping, and lack of public awareness. The plan also recommends a course of action to discover to what extent the substances in surface runoff may have adverse impacts on the beneficial uses of the offshore receiving waters. Land and construction practices and illegal littering and dumping are considered to be characteristic of the county generally. Other specific conditions which may be revealed should be related to the specific watersheds where they occur. The unique factors of each watershed should be considered including such matters as degree of urbanization, relative use of agricultural or other chemicals, beneficial uses of impounded or free flowing waters, proximity of creek outlets to resources such as shellfish beds or public beaches, and the potential to cause harm to property, natural resources, and beneficial uses outside of the immediate area. 1-7 0.l? discreet (direct) industrial discharges. Everyone anticipates a full 201 program in the Bay Area requiring municipal discharges be treated to at least secondary levels aside from any other water quality program. For the above reasons, the justification for surface runoff controls must stand alone and not be weighed against,or be considered a tradeoff for 201. That is, after 201 projects are operational, it must be shown that water quality goals are not being met or that benificial uses of the receiving waters are being damaged, or will probably be damaged in the future, by surface runoff. The substantiation for such a position does not exist at present. Does this mean that nothing should be done? The answer is no for the following reasons: - EPA requires a Surface Runoff Management Plan as an element of 208. This has received great emphasis here because of the economic, recreational,and aesthetic values of the Bays,rivers and Delta. - It is known that surface runoff, particularly from urban areas, contains a large number of substances which, in sufficient quantities, are known or strongly suspected to harm life, including fish and other wildlife, as well as man. An attitude of stewardship for the environment requires that this not be ignored. - Field research is expected to reveal relationships between hazardous substances and environmental health. Many of these effects are long term in nature and cannot be discovered in experiments such as fish survival over a period of a few days, in Iaboratory tanks. The findings may not be available for several years, but it would be tragic to allow permanent damage to the Delta, rivers, and Bays by taking no action until irreversible damage has occurred. Hundreds of man-created chemical substances are used in industry, agriculture, and on home properties. Perhaps only a few will be proved to cause cancer, sterility or other diseased conditions, and perhaps even fewer would enter the aquatic food chain in levels above an acceptable minimum. Nevertheless, the ecorwmic, recreational and wildlife damages which could occur if striped bass, for example, were rendered unusable or their populations decimated by tonic substances, would be so serious that even a very low risk of such an occurrence should be avoided if possible. - It is widely reported that people habitually but illegally dump oil, grease, animal wastes soil, toxic materials and other materials and objects into creeks,flood control channels, storm drains,and along roadsides. Whether or not a direct benefit to the receiving waters could be demonstrated if we refrained from tiese habits, it is dear that public costs to dean up these areas would be reduced, and damages to the environment, wildlife and aesthetics of local areas would be avoided. It is orobable that refraining from illegal littering and dumping would have some beneficial impacts on off-shore craters as well, since part of these materials, perhaps the greater part, is washed out by storm runoff. It is recognized, satisfactory for beneficial uses except in South San Francisco Bay where poor flushing action adds to the impact of waste discharges. The above reasons focus on offshore waters. The Surface Runoff program has been widely publicized as a"Save the Bay"effort. Thus, the major concern of the SRMP is to determine how surface runoff (storm runoff) can be prevented from harming beneficial uses of the region's offshore waters, including the Bays, rivers, and Delta within the large framework of water pollution generally from sewage, industry, and miscellaneous lesser sources. Water quality problems in the internal waters of the county have received some attention in this planning effort. These concerns are reflected in the recommended course of action. C. CONCEPTS UNDERLYING THE COUNTY PLAN In addition to the concern with surface runoff pollution itself, EPA is interested in knowing whether or not there are practical tradeoffs between 201-funded wastewater treatment facilities and control of surface runoff. The costs of sewage treatment to the required secondary level of treatment are high. It might be possible to treat or otherwise control surface runoff for a smaller cost and still achieve water quality goals in the receiving waters. At this time, it appears that there are no such useful tradeoffs, in the next decade at least, for the following reasons: - The ability of the recommended best management practice approach to achieve water quality goals is not known. - The costs of managing surface runoff to a degree that water quality goals would be achieved, in the absence of secondary sewage treatment, are not known, but would be costly prohibitively and would require strict regulation over virtually all activities on land. - Society is oriented to accept large projects at a distance rather than accept individual resporsibility for waste disposal close to home. Having a sewer system and garbage collection is generally considered better than not having these services. Therefore, most persons find it more acceptable to have a central sewage treatment plant than to sweep the leaves out of their gutters every day, or accept government restrictions on the number of head of livestock they are permitted to run on any given piece of land. - Surface runoff management would be locally funded, whereas 201 projects are state and federally funded up to 87.3 percent. Even though some aspects of surface runoff management might be less costly overall, it is easier to accept the larger costs of sewage treatment facilities because a relatively small pan of the cost is felt directly through property taxes or user charges. - Finally, and perhaps most importantly, there is an extremely low probability that a radical surface runoff management program would result in any changes in the requirements of 201, or in requirements for f_S U129S resulting in discharges of water from creeks and sewage plants cleaner than undisturbed nature would provide. However, the interim goal of water quality which will provide for beneficial uses, including the maintenance of aquatic life, seems reasonable and is evidently the foundation for 208 studies throughout the nation. The State Water Resources Control Board and ABAG have provided other reasons for studying pollution from surface runoff: 1. The "Water Quality Control Plan, San Francisco Bay Basin," prepared for the State Water Resources Control Board and Regional Water Quality Control Board in 1975, hereinafter called the Basin Plan, identifies over 100 bodies of water of concern in the Bay Area, their existing and potential beneficial uses, and some predictions about future water quality conditions. Water bodies in this county are listed in Figure V-A. 2. ABAG's 208 Work Program lists the following additional reasons for preparing Surface Runoff Management Plans: - Most non-point pollution results from surface runoff. - Runoff from construction activities sometimes affects beneficial uses of water bodies - Pollutant load percentages will increase in the future because of additional urban development and as point source pollution is abated. - Surface runoff is a major cause of shellfish contamination. - Minimum standards for erosion control, especially related to construction activities were recommended in the Basin Plan for the Bay Area. - Control measures for agriculture, silviculture (lumbering), and mining and construction-related activities are required under Section 208 of the Water Pollution Control Act Amendments of 1972 - Runoff is a major source of heavy metal loadings to Bay waters in wet weather - Surface runoff is probably the major source of litter in the Bay and on its shores and mudflats. Some of the above statements are "best guesses" from the Basin Plan, some are questionable and require substantiation, and some, while they may be true, have not been precisely identified in the 5RMP study regarding where the problems are located, and what sources of which pollutants are actually responsible for impairment of beneficial uses. Indeed, with 201 wastewater treatment facilities in place, plus discrete (direct) industrial discharges brought up to Federal standards, the Basin Plan anticipates water quality 1-4 � 01295 "(F) the identification of the measures necessary to carry out the plan irmdudmg financing% the period of time necessary to carry out the plan, the costs of carrying out the plan within such time, and the economic, social and environmental impact of carrying out the plan within such time-, "(1=) a process to W identify, if appropriate, agriculturally and silviculturally related nonpoint sources of pollution, including runoff from manure disposal areas, and from land used for livestock and crop production, and (ii) set forth procedures and methods (including land use requirements)to control to the extent feasible such sources; "(G) a process to (i) identify, if appropriate, mine-related sources of pollution including new, current, and abandoned surface and underground mine runoff, and (ii)set forth procedures and methods (including land use requirements)to control to the extent feasible such sources; "(H) a process to (i) identify construction activity related sources of pollution, and (ii) set forth procedures and methods (including land use requirements)to control to the extent feasible such sources; "(i)a process to(i)identify,if appropriate,sal:water intrusion into rivers, lakes,and estuaries resulting from reduction of fresh water flow from any cause, including irrigation, obstruction, ground water extraction, and diversion, and (ii) set forth procedures and methods to control such intrusion to the extent feasible where such procedures and methods are otherwise a part of the waste treatment management plan; "(J) a process to control the disposition of all residual waste generated in such area which could affect water quality;and "(K)a process to control the disposal of pollutants on land or in subsurface escavations within such area to protect ground and surface water quality." Subsection (b)(1) sets forth the major purpose of 208 planning—to determine needs and plan for wastewater treatment facilities and storm drains needed over the next 20 years. Subsections(b)(2), (F)through (K)set forth the subject matter of 208 planning other than for treatment works, including surface runoff from agriculture,mining and construction sites. The objective of the Water Quality Control Act is"to restore and maintain the chemical,physical and biological integrity of the Nation's waters." An interim goal of water quality is to provide for the protection and propagation of fish, shellfish, and wildlife and provide for recreation in and on the water, to be achieved by July 1, 1983. The ultimate goal is that the discharge of pollutants into the navigable water shall be eliminated by 1985. 1t is not realistic to hope to achieve the ultimate goal, since every drop of water from point and non- point sources would require processing through tertiary treatment facilities 1-3 "1M " After revisions recommended by m merous review bodies In the County, the final SRMP will be transmitted by the Board of Supervisors to ABAG. No formal adoption proceeding will be undertaken. Further review opportunities are provided after the eight-county plans have been integrated into the regional SRMP,in December of this year. B. LEGAL FRAMEWORK OF 208 AND RELATIONSHIP TO 201 The federal law that has led to the Bay Area Environmental Management Plan (EMP), including this Surface Runoff Management Plan (SRMP), is Section 208 of the Water Pollution Control Act Amendments of 1972, which states: "(b)(1) Not later than one year after the date of designation of any organization under subsection (a)of this section such organization shall have in operation a continuing areawide waste treatment management planning process consistent with section 201 of this Act. Plans prepared in accordance with this process shall contain alternatives for waste treatment management, and be applicable to all wastes generated within the area involved. The initial plan prepared in accordance with such process shall be certified by the Governor and submitted to the Administrator not later than two years after the planning process is in operation. "(2) Any plan prepared under such process shall include, but not be limited to- "(A) the identification of treatment works necessary to meet the anticipated municipal and industrial waste treatment needs of the area over a twenty-,year period, annually updated (including an analysis of alternative waste treatment systems), including any requirements for the acquisition of land for treatment purposes; the necessary wastewater collection and urban storm water runoff systems; and a program to provide the necessary financial arrangements for the development of such treatment works; "(B)the establishment of construction priorities for such treatment works and time schedules for the initiation and completion of all treatment works; "(C)the establishment of a regulatory program to— "(i) implement the waste treatment management requirements of section 201(c), "Gil regulate the location, modification, and construction of any facilities within such area which may result in any discharge in such area,and "Gil) assure that any industrial or commercial wastes discharged into any treatment works in such area meet applicable pretreatment requirements; "(D) the identification of those agencies necessary to construct, operate, and maintain all facilities required by the plan and otherwise to carry out the plan; +� 013 I-2 t � �� L INTRODUCTION A. PREFACE In response to the Water Pollution Control Act Amendments of 1972, Section 208, the Environmental Protection Agency (EPA)has provided grants for water quality planning throughout the nation. In "non-designated" areas, largely rural, the state is doing this work. In the nine-county Bay Area, a "designated" area, the governor has assigned the Association of Bay Area Governments (ABAG) to do this work. At approximately the same time as 208 was getting started, another Bay Area Task Force was beginning an Air Quality Maintenance Plan, as required by federal and state governments for areas designated as Critical Air Basins. Through circumstances, the air quality planning effort was incorporated into 208 as an element of the regional Environmental Management Plan. In all, seven plans are being produced, including: - Surface Runoff - Other Nonpoint Sources - Air Quality Maintenance - Municipal Wastewater Facilities - Industrial Discharges - Water Conservation, Reuse and Supply - Solid Waste, including municipal wastes, hazardous artistes, and wastewater residuals There is also a requirement for an assessment of the environmental, social and economic impacts of the management plans. This assessment will be the basis for the selection of control measures for the management plans. After hearings and approval by ABAG's General Assembly and Executive Board, the Plan will be submitted to the state for review, and when signed by the governor will be transmitted to EPA. After that occurs the Environmental Management plan becomes part of the State Water Resources Control Board water quality plan for the Bay Area, the Air Quality Plan becomes the State Air Resources Boards' State implementation Plan for the Bay Area, and the entire plan becomes the Environmental Element of ABAG's Regional Plan. Six of the plans are being prepared by ABAG, with other regional and state agencies. The Surface Runoff Management Plans (SRMP) are being prepared by each of the counties, excepting San Francisco, which has already completed its Surface Runoff Management Plan. The eight county SRMP will be integrated ito one regional SRMP with the assistance of the nine counties. This document is the preliminary draft SRMP report for Contra Costa County. It was prepared jointly by the County Planning and Public Works Departments. The County's contract with ABAG includes $91,000 for SRMP preparation. I-1 0� +iG i Maps and Figures Map IIIA MAC Watersheds Figure III-B Amounts of Pollutants Contained in Materials Figtre IV-B-I Concentrations of Constituents in Water Quality Samples Factors Figure IV-C-I Concentration by Land Use Figure IV-C-2 Results of MAC Model for Ten Watersheds in Contra Costa County Figure IV-C-3 results of MAC Model by Region and for +Fie To+al County Figure IV-D-I Contra Costa County Surface Runoff and Point Source Discharges Figure IV-D-2 Comparison of Contra Costa County Loading: Surface Runoff, Point Sources and Delta Outflows, 1973 and 1983 Figure V-A Water Bodies In and Near Contra Costa County for Which the Basin Plan Shows Potential Beneficial Uses Figure VI-A Survey of Present Practices Map VI-A Survey of Street Sweeping Figure VI-8 Assessment and Recommendations on Control Measures Prepared by ABAG TABLE OF CONTENTS I. INTRODUCTION A. Preface s B. Legal framework of 208 and relationship to 201 C. Concepts under±ying the County Plan D. County goal and objectives Il. CONTENTS AND ORGANIZATION OF THE PLAN y III. SURFACE RUNOFF A. Watersheds in the County B. Sources and constituents of storm runoff IV. SUMMARY OF FINDINGS A. Review of reports B. The Monitoring Program C. The Watershed Modeling Program D. Summary and Comparisons of Findings V. IDENTIFICATION OF WATER QUALITY PROBLEMS A. Basin Plan B. 208 Program C. Other related regional problems D. Other water quality problems in the County VI. ASSESSMENT OF AND RECOMMENDATIONS FOR CONTROL MEASURES A. Present practices B. ABAG Control Measures C. Other measures included in the Plan D. Summary of recommended Control Measures E. Implementation VII. THE CONTINUING PLANNING PROCESS 01290 fi' 1 Contra Costa County ' -SURFACE RUNOFF MANAGEMENT PLAN Preliminary Draft Plan Report a `w r x t. r i v August 31, 1977 The preparation of this report was financed in part through an areawide waste treatment management planning grant from the Environmental Protection Agency, Region IX, under the provisions of Section 208 of the Federal Water Pollution Control Act as amended. 01289 CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DATE: September 27, 1977 f FROM: Anthony A. Debaesus4 SUBJECT: Contra Costa County Preliminary Director of Plannin. Draft Surface Runoff Management { Plan /1 Attached is a copy of the County's Surface Runoff Management Plan (SRMP) which Was prepared by contract between the County and the Association of Bay Area Governments (ABAG) as part of the $4.3 million grant to ABAG from the Environmental Protection Agency (EPA). The SRMP is only one of seven environmental management plans being prepared for the nine-county Bay Area, but it is the only plan being prepared individually by each county. By the terms of the contract, the SUMP does not require adoption or approval by the Board of Supervisors, but is requested to be approved for submittal to ABAG prior to October 12, 1977, to be included in the integration of the county plans into one regional SRMP. On October 4, 1977, a presentation to the Board of Supervisors will be mad?e, inciui4mg a disco sic^ of the findings and recommendations of the County's SMNL, and the implications of the entire Environmental Management Plan program, as delineated by ABAG. AAD:id Attachment RECEIVED 717 SES ;L o OFsuPM5065 Tl� witt► boat orcYt od `t�7 o In the Board of Supervisors of Contra Costa County, State of California SeRtemher 77 .19 In the Hoffer of Contra Costa Countv Surface Runoff Management Plan. Mr. A. A. Dehaesus, Director of Planaing, having provided Board members with a copy of the County's Surface Runoff Management Plan (prepared by contract with the Association of Bay Area Governments as part of the $4.3 million grant to ABAG from the Environmental Protection Agency) and having suggested that the Board discuss the findings and recommendations of the plan at its next meeting.so that it might be submitted to ABAG prior to October 12, 1977; IT IS BY THE BOARD ORDERED that October 4, 1977 at 2 p.m. is FIXED as the time therfor. PASSED by the Board on September 27, 1977. i hereby =r*that the foregoing is a true and corrnd copy of an order entered on the minutes of said Board of&perresors on the date oforesal& CC. Director of Planning Warms my hand and the Seal of the Board of Each City in the County 5iP-M-- County Administrator offixed this 7thday of 1Znp tnr+lhnr , 1972 ILSSO �• j Deputy, Clerk a �..,-�C c !, t: y Cleric $onda Amdahl H•Za 3/:c nom, 012 '! rn 70 ou ric S -)� D w O C7 o =: -Z >I m o ti = E Q L7. 9 Wiz' n �zri a 2 0 t No a<Z (D Z TION �I. Oyl{�I p Y r�7 yln' 3 D O 7 w m 2 G7 y Ma �In N n Ch Z A � () o m a V y p a �v Z ° A Z a __ R r J z oc o n `moi _� c O c M ° 01 :r p O oma m - (,�I Lo a N �• n i Eo r "OSA lZ A z.'n rill N mac ° has co x e X O >z mI_ m „ O IJ I� �• 4" r C O j X Z on= IE ONO v o cnp e =� N > D v z zo " o L" �' AN11LY515 O .yoa ` r; IxOEX ,� In the Board of Supervisors of Contra Costa County, State of California Sept©mber 27 .19 77 In the AAotler of _ AUTHORIZING THE CHAIRMAN OF THE BOARD TO SIGN OEO FORM 443 AUTHORIZING SUaJISSION OF THE ANNUAL PROGRAM PROGRESS p,Ev1EW FOR THE OFFICE OF ECMV41C OppORTUNITy TO COWM ITY SERVICES ADMINISTRATION AND STATE OEO The Board of Supervisors hereby AUTHORIZES its CHAIFWM to sign OEO Form 440 AUTHORIZING submission of the Program Progress Review for the Office of Economic Opportunity to Community Administration and State Office of Economic Opportunity. APPROVED BY THE BOARD SEP 2 7 1977 C x � P 1 . t { w I hereby certify that the Fa -g,inp is a true and correct copy of an order mrtarad on the minutes of said 8aord of Supervisors an the dote aforesaid. Witness my hard and the Seal of the Board of Or;g. Dept.: OEO cc: County Administrator affixed day of SEP :.7 1977 19 Auditor-Controller J. R. OLSSON, Clerk �-/ By ��..+.�.c . Deputy Clark H.2a i/7b tem O L ANEND.YENT SPECIFICATIONS dd` 4 A ,((�� Numbeems+ - 11 •) In consideration of Contractor's agreement to provide classroom training services for an additional three (3) hours per day, five days per week, under the Contract identified herein, County agrees to increase the total amount payable to Con- tractor under the Contract Payment Limit by an additional $1,154 . County and Contractor agree, therefore, to amend said Contract, effective July 1, 1977, as specified below, while all other parts of the Contract remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Contract is hereby amended, effective July 1, 1977, by increasing the Payment Limit amount specified therein from $28,900 to a new total of $30,054 . 2. Additional Classroom Training Services. Paragraph n., Part 2. (Service Delivery), page 2 of the Service Plan, is hereby amended, effective July 1, 1977, by increasing the number of hours of classroom training services specified therein from 3 hours to a new total of 6 hours per day. 3. Revised Budget. Paragraph a., Part 5. (Budget of Estimated Program Expenditures , page 5 of the Service Plan, is hereby deleted, effective July 1, 1977, and replaced with a new substitute provision to read as follows: "a. Contractor shall provide services under this Contract in accordance with the following Budget of Estimated Program Expenditures: Cost Categories Contract Term (1) Administration $ 5,614 (2) Enrollee Training 14,369 (3) manpower services 10,071 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits -0- TOTAL (Contract Payment Limit) $ 30,054" Initials: _ Contractor Count. r 21 V1� (Contra Ccsta County Human Resources Agency) Number 2 8 - 406 - 5 1. identification of Contract to be Amended. Number: 28-406-4 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Basic Education Classroom Training Program Effective-Date of Contract: October 1, 1976 2. Parties. The County of Contra Costa California (County), for` its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: NEIGHBORHOOD HOUSE OF NORTH RICHMOND. INC. Ca_nacity: Nonprofit California corporation Address: 321 Alamo Avenue, Richmond, California 94801 3. Amendment Date. The effective date of this Contract Amendment Agreement is Julv 1, 1977 4. Amendnent Specifications. The Contract identified above is hereby amended as set forth in the "AmendAent Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and s::3ject to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-2039 87 Stat. 839; P.L. 93-567, SS Scat, 1845); 29 LSCA 4801ff; California Government Code Sections 26227 and 53703. 6. Sigr:atures. These signatures attest the parties' agreement hereto. COT\: TA, Cldaff�i. OR W N Chairman, Board of SupeofficiaAttest: J. R. Olsson, County Clerk ancorporation seal) State of California ) County of Contra Costa ) Deputy ACKNOBLEDGHENT (CC 1190.1) The person signing above for Contractor Recd_mended by Human Resources Agency known to me in those individual and businesslgm capacities, personally acknowledged that ed he before me today and acknowledged that he/ By the signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws H!S Contracts Administrator or a resolution of its board of directors. oro Approved: XVMC WB0d " Dated: B", 4-" FCc 'T J. FRC'TCR Cmc - �r -•i r![ { ANicrofilnied With boar - In the Board of Supervisors of Contra Costa County, State of California Sevtember 27 .19 M the Alatter,of Contract Amendment Agreement #28-406-5 with Neighborhood House of North Richmond, Inc. (CETA Title I) The Board having authorized negotiations for a Contract Amendment Agreement with Neighborhood House of North Richmond, Inc. for the provision of additional training services, by its order dated July 19, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amend- ment Agreement f28-406-5 with Neighborhood House of North Richmond, Inc., for the provision of additional classroom training services, effective July 1, 1977, increasing the contract payment limit to a new total of $30,054, under terms and conditions as more particularly set forth in said Contract Amendment Agreement. PASSED BY THE BOARD on September 27, 1977. J 1 hereby cerfifr that the forepobng 8 a true and colied copy of as order entered an the minutes of said Board of Supervisors on the data aforesaid orig: Human Resources Agency Wchm a Aly hand and t6 Seal of the Board of Attn: Contracts S Grants Unit Supervisors cc: County Administrator affixed th'i27th day of Sevtember 1977 County Auditor-Controller County Manpower Director � Contractor - J. R. OLSSON, Clerk ey ?�_ /. -L r Deputy Clerk Itaxfne M. ?deuieid a-e..s..v SI):dg � H-24 i;76!Sm 01� 4 �1 I treatment rendered to claimant while a patient at the Richmond 2 Clinic up through the current date. Because of said negligence, 3 claimant has sustained serious, permanent and irreversible 4 personal injuries. The name of the public employee and/or entity, 5 among others, causing said personal injuries and damages is 6 Richmond Clinic- 7 The amount claimed as of the date of presentation of this 9 claim is computed as follows: 9 GENERAL DAMAGES: FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) 10 ESTIMATED PROSPECTIVE DAMAGES AS FAR AS 11 IS KNOWN: Unmown at this time. 12 DATED: August 25, 1977 13 H HER H 14 - 15 B 16 LeROY HER Attorneys for Claimant 17 18 19 20 21 22 j x 22W �i gt 23 24 4 t 5k�i J 26 27 28 -2- 01251 K e I ENDORSE_ D 1 HERSH s HERSH F I L E D p A Professsionaiona l Corporation 2 LeROY HERSH 1255 Post Street, Suite 700 AUG y G 1977 3 San Francisco, CA 94109 (415) 441-5544 c 0-'.ON 4 QL%soam Or SUFMISo4 ra,co. 5 6 CLAIM AGAINST CONTRA COSTA COUNTY 7 (Claim for'Personal Injuries) 8 TO: Board of Supervisors Contra Costa County 9 651 Pine P. O. Box 911 10 Martinez, CA 94553 11 CLAIMANT'S NAME: JOE ROBINSON 12 CLAIMANT'S ADDRESS: 425 Cutting Boulevard Richmond, California 13 AMOUNT OF CLAIM: FIVE HUNDRED THOUSAND DOLLARS ($5001000_00) 14 ADDRESS TO WHICH NOTICES ARE TO BE SENT: . 15 LeRoy Hersh 16 HERSH s HERSH A Professional Corporation 17 1255 Post Street, Suite 700 San Francisco, CA 94109 18 19 This claim is based upon personal injuries sustained by 20 claimant while receiving treatment at the Richmond Clinic, 38th 21 and Bissell, Richmond, California, a part of the Contra Costa 22 County Medical Services, the cause of action for which accrued 23 within one hundred (100) days of the date of this claim, which 24 was the date of discovery of the negligence of the officers, 25 agents, servants and employees of Contra Costa County. This claim 26 is based on negligent and careless acts and omissions and/or 77 medical negligence occurring at the Richmond Clinic. The injuries 78 occurred as a result of the careless and negligent care and 01260 -1- BOARD 0= SUPERVISORS OF COS:Ba COSTA COL:'1Y. CALL=O?_`:C-- Se=e`. 27, 1977 SOIc TO CLAI1IAt.1 Claim Against the County. ) The copy ea „1.t4 document rrctL:, to you Za you't Routing Endorsements, and j notice of the action tzl en on yout cc..i_^r by ;re Board action. (All Section ) Soand o$ Supenvi.sans (Pakag�r_- . III, beZau}, references are to California.. .) . given puneuant to Goveomrzmt Code Sections 911.8, Government Code.) ' ) 913. 5 915.4. M=e note the "autn ng" beano •-- Claimant: Joe Robinson, 425 Cutting Boulevard, Richmond, California Attorney: LeRoy Hersh Address: Hersh & Hersh, A Professional Corporation, 1255 Post Street, Suite 700, San Francisco, California 94109 Amount: $500,000.00 Date Received: Aug. 26, 1977 By delivery to Clerk on By nail, postmarked on Aua. 25, 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Clain_ Q4T'rD:Auq. 29, 1977 J. R. OLSSO.Y, Clerk, By _J6t'Yhf� r n,r*-r. , Deputy JamieL. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( /) This Claim complies substantially with Sections 910 and 910.2. (�) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying cla:—..t. The Board cannot act for IS days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a Late Claim (S1.6). DATED: '31-7 7 JOLLY B. CLAUSE. County Counsel, By�:-),c,_ a/1 Deputy III. BOARD ORDEd By I vote o= LTervisors present - (Check'one only) (1ia) This Clain is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. AA DATED: sp t_ 77 1974. R. OLSSOM. Clerk, by R:ejliif1b'a .^.t_'Y. I,�n r'r47op L) Deputy rn41 8 WARYIN'G TO CLADIANC Government Code Sections 911. 913 YOU have oncy a cur b om .e ouxAng op nozcce .to yca� which to Site a eou t action on this Aejerted Cta.im late Govt. Code Sec. 945.6) o2 b months &wm the denial o f you t Apptiretion to Fife a Late CYa im wZL`u in edl i ch to petition a count 504 AeUeS frwm Section 945.4's cta,im-biting dzadEine (see Section 946.6). you may aeek .1te advice o3 ary a tontey o,4 your choice.in connection with tkZ6 mattea. IS Lout want to comutt an attorney, you shouZd do so .i,m,redi.at2!1. IV. FROM: Clerk of the Board TO: 1 County Counsel, (2) County Administrator, Ei (3) Public Works, Business & Services Division Attached are copies of the above Clsirs or Application. We natif the claimant of the Board's action on this Claim or Application by mailing a copy of this doc=ent,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29:03. DATED: S p, �Q��1gti7T. R. OL550N, Clerk, Bylx/�.4itI / I/`r�r.1<i Deputy Sandra L. Nielson V. FROM: (1) County Counsel, (2) County Administrator. TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: SP=t 9R, t477rounty Counsel. By County Administrator. By Public Larks, By 01219 Rev. =/77 '. D �•.C_'i0ii BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFO?_`:iz Sept. 27, 1977 NM TO CLAMNNi Claim Against the County, ) Trt2 copy op t--i.s decume;at e—,-d to you .ca your Routing Endorsements, and ) notice Oj die action td-1-en an yout c aim by the Board action. (All Section ) Soatd of Supotuiaoaa Wa=gAaph III, be mel, references are to California .) _ given puxauant to C-ovet►mwtt Code Seetiana 911.8, Government Code.) ' ) 913, 5 915.4. PLeaae note the "Yxt-uing" beZaw.;- Claimant: Joe Robinson, 425 Cutting Boulevard, Richmond, California Attorney: LeRoy Hersh Address: Hersh S Hersh, A Professional Corporation, 1255 Post Street, Suite 700, San Francisco, California 94109 Amount: $500,000.00 Date Received. Aug. 26, 1977 By delivery to Clerk on By rail, postmarked on Aug. 25, 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED:Aua, 29, 1977 J. R. OLSSON. Clerk. By Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board R Supervisors (Check: one only) ( )) This Claim complies substantially with Sections 910 and 910.2. This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a Late Clain (S .6). DATED: S' )I--2 7 jam B. CLAUSEi. County Counsel, ey�,c, e/` Deputy III. BOARD ORDER By vote of Supervisors present - (Check: one only) (aa) This Clain is rejected in full. ( ) This Application to File Late Clain is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: SP +_ 27, 1n74, R. OLSSON. Clerk, by 1, Deputy s 11'A WARNING TO CLwIMLV-7 Government Cod, SOCtians 911.8 8 913 You have ony 6 monthap+ton 06 Q14A 1:OZICe to you whi h to croon VIE a eoLat on on this 4.ejecte�i C&EM (nee Govt. Code Sec. 945.6) o2 6 nontha Sxom the deniat of youa Apptier..tion to Fite a Late Ctaim u:LWn tdtiirh to petition a eouxt jam reties icon Section 945.4'a claim-6.itin3 deadline (see Section 946.6). You may nee', ;te advice o5 any d.LLoaney o.4 your choice in connection with .this matteA. I$ you want to comuGt an a_.t_torn�Lu,fir ou ehauZd da ao_ inmrediateZy. IV. FROM: Clerk of the Board T0: (13 County Counsel, (2) County Administrator, 8 (3) Public Works, Business 8 Services Division Attached are copies of the above Claim or Application_ We notified the claimant or the Board's action on this Clara or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Haim in accordance with Section 29703. DAT_D: y.,.T�3i. R. OLSSO.M. Clerk. By ax�f �l (�F'�r�ui Deputy = Sandra L. Nielson V. FROM: (1) County Counsel. (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: 5:o-pr 2R, Micounty Counsel. 3y County Adzinistrator. By Public Works. By 8.1 o1�s Re% . 3/77 POWER OF ATTORNEY INK INSURANCE COMPANY- OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presentS' That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania,pursuant to the following Resolution adopted by the Board of Directors*of the said Company on May 28,1975,to wit: -RESOLVED,pursuant to Anictes 3.6 and 5.1 of the Br-Laws.the following Rules stall govern the execution for the Company of bonds,undertakings,recognainces,contracts and other writings,n the nature thereof: (1)That the President.of any vice-President,Assistant Vice-President.Resident Vice-President or Attorney-in-Fact,may execute for and in behalf of the Company any and Al bonds,undertakings.recogrurances,contracts and other writings in the nature thereof,the same to be attested when necessary by the Secretary,an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto;and that the President or any Vice•Prewdent may appoint and authonae Resident Vice-Presidents,Resident Assistant Secretaries and Attorneys-in-fact to so execute or attest to the execution of all such wntings on behalf of the Company and to affn the seal of the Company the.eta (21 Any such writing executed in accordance with these Rules shall be as binding upon the Company in any cafe as though signed by the President and attested by the Secretary. (3)The signature of the President or a vim-Presideru and the scat of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution,and the signature of a cenifymg officer and the seal of the Company may be affixed by facsimile to any certificate of any such power,and arty such power or certificate bearing such facsimile signature and seat shall be valid and binding on the Company. M Such Resident Officers and Anomeys,n•faci shall have authority to certify or verify copies of this Resolution,the Bylaws of the Company.and any affdavil or record of the Comparry necessary to the discharge of their duties. 15)The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate,constitute and appoint GDRDON W. RICHARDS and EUGENE R. AMATOa both of the City of Oakland. State of California ,each individually if there be more than one named, its true and lawful attorney-in-fact,to make,execute,seal and deliver on its behalf,and as its act and deed any and all bonds,undertakings,recognizances,contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents,shall be as binding upon said Company,as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF,the said C. DANffiI. DRAItE Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY Of NORTH AMERICA this . _ lT.><h_ __. _ day of___-.•-....My-----------------------_.._ 79.76 ._......• INSURANCE COMPANYF NORTH AMERICA (SEAQ by - '' -.-. ... .. ... .• Vice-President STATE OF PENNSYLVANIA ss. COUNTY OF PHILADELPHIA On this _._.]?th.....__. _day of ___..---- Y...............A.D. 119.76...........before me.a Notary Public of the Commonwealth of Pennsylvania,in and for the County of Philadelphia,came.............._..._. .......................... C-D& TEl•.DEQ................_....................Vice-President of the INSURANCE COMlANY Of NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument.and he acknowledged that he execu'.ed the same;that the seal affixed to the preceding instrument is the corporate seal of said Company;that the said corporate seat and his signature were duly affixed by the authority and direction of the said corporation,and that Resolution,adopted by the Board of Directors of said Company,referred to in the preceding instrument,is now in force- IN TESTIMONY WHEREOF.I have hereunto set my hand and affi ed my official seal at the ity of Philadelphia, the day and year first above written. S �, � Notary PubLc commission expires August 13) 1979 undersigned,Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA,do hereby certify that J� ad OWER OF ATTORNEY,of which the foregoing is a full,true and correct copy,.i full force and effect. r tness whereof,1 have hereunto subscribed my name as Assistant Secretary,ar x d the corporate seal ti" ration,this..._ 13th _ _._day of..._......-SEP.. ---.R.-... 1 _7. - a-tc 7na ►wu.a r u x• Assisa Secreary IIIA INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA The Premiwn on this Boni is included in that of the Performance Bond Mond No.:__.....1HIat-029747.__....._._...._._......... . CONTRACT BOND California Contract Bond—Public Work—labor and Material KNOW ALL MEN BY THESE PRESENTS: That we. LLOYD F. MCXINNEf ASSOC., INC. (A CALIFORNIA CORPORATION) of 1600 150th Street, San Leandro, CA 94578 as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a Corporation organized and existing under the laws of the State of Pennsylvania and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of SEEN THOUSAND THREE HUNDRED SIXTY FIVE A NO/100thsDollars($ 13,365.00) for the payment whereof, well and truly to be made. said Principal and Surety bind themselves, their heirs, administrators,successors and assigns.jointly and severally.firmly by these presents. The condition of the foregoing obligation is such that, whereas the above bounden Principal has entered into a contract.dated SEPTEMBER 13, ,19771 with the Obligee to do and perform the following work,to wit: CONSTRUCT PERSONAL SECURITY SYSTEM AT JUVENILE HALL, 20P GLACIER DRIVE, MARTINEZ, CALIFORNIA, BUDGET LINE ITEM ND. 0115-4138, BASE BID AND ALTERNATES 1, 2, 3, AND 4, ALL IN ACCORDANCE WITH PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCDRDANCE WIT$ ACCEPTED BID PROPOSAL. NOIV.THEREFORE,if the above-bamden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Cavil Code of the State of California,or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,the Surety will pay for the same,in an amount not exceeding the sum specified in this bond,and also,in case suit is brought upon this bond,a reasonable attorney's fee, to be fixed by the eourL This bond shall inure to the benefit of any and all persons.companies or corporations entitled to file claims under Section 3181 of the Civil Code of the Sate of California,so as to give a right of action to them or their assigns in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in Civil Code.Sections 3247-3252 inclusive,and all arrendments[hereto. SIGNED AND SEALED this 13th day of SEprEMBEZ , 1977 21C1Y.AS C ...IliC..._...._._...... STATE OF CALIFORNIA COUNTY Of er s }SS` Oitf*-13th dry of SI:YT ME$ h1 the yam, 1477 before me ROSE V. AGUILLEN STATE OFCAUFORNIA °Notary Publk/'and for Ae personalty 44veo ed GORDON W. RICHARDS krtoeKr m me to bt at person"*0W'w1 b sub scribed to the within instrument as the Atmmey41rF0ei of drt INSURANCE•COMPANY OF NORTH AMERICA,and oekrro kdffld to one hoot he serbscrdbed afro am'e of the INSURANCE COMPA Y OF/VORTH AMF.RKA alKieto oa urety asdbk noon rarme w Alto,, Fact • __ ._ �1 � No P nand for the 5t[e of Guf= BS-6733 Printed in USA. V POWER OF ATTORNEY INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors'of the said Company on May 28,1975,to wit: `RESOLVED,pursuant to Articles 3.6 and 5.1 of the By-Laws,the following Rules stall govern the execution for the Company of bonds,undertakings.recognizances.contracts and other writings in the nature thereat: (1)That the President.or any Vice-President.Assistant Vice-President;Resident Vice-President or Attorney-in-Fact,may execute for and in behalf of the Company any and all bonds,undertakings,iecognizances,contracts and other writings m she nature thereof,the same to be attested when necessary by the Secretary.an Assistant Secretary or a Resident Assistant Secretary and she seal of the Company affixed thereto;and that the President at any Vice-president may appoint and authorize Resident Vice-Presidents,Resident Assistant Secretaries and Attorneys-in-fact to so execute or affect to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. W Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3)The signature of the President as a Vico-President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution.and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power,and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. NI Such Resident Officers and Atiornrys-in-fact shall have authority to certify or wnly copies of this Resolution,the By-Laws of the Company.and any atfda rit or record of the Company necessary to the discharge of their dunes- (SI The passage of this Resolution does not revoke arty earlier authority granted by Resolution of the Board of Directors on lune 9, 1951' does hereby nominate,constitute and appoint CORDON V. RICHARDS and EUGENE R. AMATO. both of the City of Oakland. State of California ,each individually if there be more than one named, its true and lawful attomey-in-fact,to snake,execute,seal and deliver on its behalf,and as its act and deed any and all bonds, undertakings, recognizances,contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents;shall be as binding upon said Company,as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF,the said...............C..-DANIEL_PRAIM......_-_-- Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this ----17rEh . .__. day of..............tel........................... 19.76........... INSURANCE COMPANY QF NORTH AMERICA ISEALI by^-- ......d"."PAF ........_...... Vice-President STATE OF PENNSYLVANIA ss COUNTY OF PHILADELPHIA On this_....____.__12th________day of _ -.____ �..--.-..._..,A.D.19-76..........,before me,a Notary Public of the Commonwealth of Pennsylvania.in and for the County of Philadelphia,came.........................__......_.._...... ............._....._......_...._.—.......—._ C- T1AVTrr..DRAKE.........._.........................,Vice-President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument,and he acknowledged that he executed the same;that the seal affixed to the preceding instrument is the corporate seal of'said Company;that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation,and that Resolution,adopted by the Board of Directors of said Company,referred to in the preceding instrument.is now in force. IN TESTIMONY WHEREOF.I have hereunto set my hand and affr ed my oIII F I seal al the ny of Philadelphia, the day and year first above written. Publi` s commission expires August 13a 1979 r >h undersigned,Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA,do hereby certify that iii OWER OF ATTORNEY,of which the foregoing is a full,true and correct copy,) full force and effect. ` 'is tness whereof.I have hereunto subscribed trey tutee as Assistant Secretary,an ix d the corporate seal olP ration,this._—__ 13[11----day -_._._SEP ...-. R 1 7 YY $8 Ic 1/7s hixbe acre• Assistan Secretary f - 012/6 INNINSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA Ptemiean;._.. $267.00 .�01R-029747 Bond HO_ --- .— CONTRACrBOND California Pertamnxe Band—Public Work KNOW ALL MEN BY 1HESE PRESENTS: That we, LLOYD F. MCKINtEY ASSOC.. INC. (A CALIFORNIA CORPORATION) as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a corporation organized under the laws of the State of Pennsylvania and duly authorized under the laws of the State of California to become sole surety on bonds and tmdemlyngs,as Surety.are held and firmly bound unto CONTRA COSTA COUNTY as Obligee. in the penal sum of TWENTY SIX THOUSAND SEVEN HUNDRED THIRTY AND NO/100ths -- - - - - - (S 26,730.00 --------), lawful money of the United Stria of America, to be paid to the said Obligee. sudors or assigns; for which payment, well acid truly to be made, we bind ourselves, our heirs, executors. successors, administrators and assigns,jointly and severally.firmly by these presents. NOW,THEREFORE, whereas the said Principal has entered into a contract of even date herewith with the said Obligee to do and perform the following work.to-wit: CONSTRUCT PERSONAL SDCURITY SYSTEM AT JUVENILE HALL, 202 GLACIER DRIVE, MARTINEZ, CALIFORNIA, BUDGET LINE ITEM NO. 0115-4138, BASE BID AND ALTERNATES 1, 2, 3, AND 4, ALL IN ACCORDANCE WITH PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH ACCEPTED BID PROPOSAL as is more specifically set faith in said contract.to which contract rdemace is bereby made; THE CONDITION OF THIS OBLIGATION is such,that,if the said Princip4 his or its heirs,executors.suc- cessors administrators and assigns,shall well and truly do the said work and fulfill each and every of the covenants. conditions and requirements at the said contract in accordance with the plans and specifications.thea the above obligation to be void,otherwise to remain in full force and virtue. No right of action shall accrete tender this bond to or for the use of any person other than the Obhge:c named herein. Sealed with our nab and dated this 13th day of SEPTEMBER 1477 _'�`i� K121tiLY..AS _,. ....................._ 1 . �� Principal 1NSURAN 1PANY H MERICA N RICHARDS, A/Oil?+Sl=IH-FACT - - ------ as-aru Ota.In UzA. STATE OFCALIFO NM Jss . COUNTY OF ALAt�A Own* 13th day of SEPTEMBER In 1977 before Ore ROSE V. AGUII.I EN a Not-Y Public/n and for dee STATE OF CALIFORNIA personey appeared GORDON W. RICHARDS f known m ow to be rhe pe'non whale rt-ote B-&c'f&d to rhe tv/tbin Lnsrrume the Atltanwy-brfxt of the INSURANCE COMPANY OF NORTH AMER d kdgrd 10 me shot he subscribed dee name of the INSURANCE COMP OF N RTH AMERICA dxret surety n name m Atte 01V-5 j %Ota Public in and for Ai Statr,,.f r -•_•'` YASUDA FIRE 6 MARI\E INSURANCE COMPANY THE AMERICAN -" STAR INSURANCE COMPANY wATH.OH[.KING a eEELEY—SAN FRANCISCO.CALIFORNIA UNDrAW0117ING NANAG9AS 350 SANSOME ST. 1545 WILSHIRE BLVD. 917 SCAR?CF TRACE A—C¢. CEA7ER N^RTON BLDG. 3800 N. CENTRAL AVE. SAN FRANCISCO LOS ANGELES PORTLAND SEATTLE PHOENIX CALIFORNIA CALIFORNIA OREGON WASHINGTON ARIZONA I.ies. CERTIFICATE OF INSURANCE N U1.C.rriNc.r. .d ss: No. Contra Costa County, County Administration Building NAME: 651 Pine Street, Martinez, CA 94553 ADDRESS Thi.is r c..Hly r6.r,6.yelieia li tre/6.1..,{.6j.n w r6.:,,rr,cewJH:ew{rd..cl.{ir+{,Ir.e 6.ew 4—db,its C..y.wy w dr Iwsw.d R.Ird 6.I w: N.—d IS—"Rod AM-- Lloyd F. McKinneyAssociates, Inc., 25350 Cypress Avenue, Hayward, CA 94544 raky Pak., Linin of L1.6iliy Try.d 1.w..o. Nriw T— B.dily Iwi.,y ►r.F..y O.,.r Cr.Fw6.raiw Gr....l f .000 Etch P.— Li.67Gy YPB170089 :4/25/76- s .Doo Each 0—,.,,,, 4/25/79 s ODO AqW."w, s aDD A.,e�H6 U.iliy w R f .000 E—+P.,ww f IR .000 E.c6 Occrr.wc. f ,ONI f .000 E.cir P.Lsw f ,000 1 E.c6 AcclLer f ,� Lii111 r f .000 A*V."w T=CED EMU OF OWMA ICE NEnIn AFFIDNA11NE1N MOD NEDATITELT ANENOS.EXTENDS 01 ALTEIS UE COPE M ARMED 1T ANT PO11CT DE=11E0 NEAEOL *$500,000 COMBINED SINGLE LIMIT, BODILY INJURY AND PROPERTY DAMAGE Job: Construct personal security system at Juvenile Hall, 202 Glacier Drive, Martinez, CA Budget Line Item No. 0115-4138, Base Bid and Alternates 1,2,3,anu all in accordance with plans, drawings and specifications prepared by or for the public works director and in accordance with accepted bid proposal By endorsement to Policy No. YPB170089 Contra Costa County (public agency as shown on contract) its officers, employees and agents are named as additional insureds solely as respects the above captioned job. ❑ 1MA..Irersr r.R.we.Cr.nw.iu.RL..,.y.EFn.,..«ih dl.w4,,•,•1••,u.c«rrk.R.:.l.swd.F«y..l..lal Anew is r crw.dleNw of its(drse)PeMcyGes)6.r ess.we.r—somsibillry 6 Adie,.r 6.e. Yasuda Fire and Marine Insurance Company TM7CiW1Y[7NIt70fI4p1fllOtlNfA[•iN�i..v.y.Hrt Mrii N dy yrry M.Er its CartlRuf.is 4w.d.. ..� ® Thirty 4"nrinNl a M-.1 Rey--41 clew".r cweel6s irr of dds(dNNe)Mlierli.$),ie,u{Rr.se, P-1611y r.,fell..IS d. se. R. C. FISCHER b CO. Der. CPPtPm}wr 1 r 1 977 Dy C LCC t•u! /1?" 61:1..1 .•u.e ccw T.O 012'74 - Lloyd F. McKinney Associates, ISSUED BY X Ali—irnl 111•,uanfr• (:rnnp.ws • Inc. F-11 Ilollaml-1nu•rica In-nraucn t:uollrun - 25350 Cypress Avenue Hayward, CA 94544 CERTIFICATE ISSUED To . Contra Costa County R. C. FISCHER & CO. - county Administration Building - P. O. box 12936 651 Pine Street - Oakland, CA 94604 Martinez. CA 94553 %IISSION IIJSURANCE CO".:PANY and of HOLLAND-AMERICA INSURANCE COMPANY has issued coverage effeclrve as of the f,., u,r Lk-!�A,and Irmo,g,,Cda-d helaw and sulyect to all terms,conditions.purrisions,exclusions arul limitations of the descr�lwo B�ntic 11 PRti�ne> l:hether sha:,i try endorsement or o:hetwy se.Any."Itierernents w P,o"s,uns in any eunheel or,upeeineW helween tht' 'm•,.,'V oll-I petson,f,tm or Corporation 1trC slot Int consulted M enArgrng,altetirng at amenel'rng the def—itorn at tnsuied or any OI''i+, ncildgons Of this certificate M the pOhcy tlsyrgrsatetl. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY WORKMEWS COMPENSATION Sow,av (California) MCP74316-B 5/1/77 EMPLOYERS LIABILITY EFF. s 2,000,000 P.,A—dean EXP.5/1/78 s2,000,000 LIABILITY BODILY INJURY LIABILITY Each Pmwn Each o— '.-AUTOMOBILE S S BODILY INJURY LIABILITY EFF. E..h O.an— Agg,epa, EXCEPT AUTOMOBILE S S PROPERTY DAMAGE LIABILITY EXP. Each AUTOMOBILE 5 S PROPERTY DAMAGE LIABILITY Ea.h Oeewrewc. Aggre"t. EXCEPT AUTOMOBILE S S AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF. S FIRE,LIGHTNING&TRANSPORTATION S THEFT(BROAD FORM) EXP. S COLLISION OR UPSET A.=A Cash vale Let.S O.d.—ble: Eifecl�ve anv loss untie,Physical DamaeW Coverage is a able as interests may P Y Y a Vpear to ttir^.ar. 1,•wred and the Certificate Holder,n accordance with Loss Payatnle Eruiorsemen;on reverse side,as respects the follor-lij: YEAR TRADE NAME soDY TYPE AND MODEL SERIAL NUMBER I Job% Construct Personal secturl:ty system at Juvena a Hall, 202 GX'acier Dri Martinez, B t Line Item No..-t0115-4138, Base B`rdan Alternates ,2,3,and all in actaordanae with nlaasL,drawings and specifi ions prepared by or for tk public: works director and in accordance with acceptedbid proposal--- All aulomoh,les it,t:hwh lure Cer rificate Harder nas a fin.v;oaI nnereyt. .J Tile Certiiieaie Holder :,heret)1 "an z a>m�a:?o I-e. ..•,air,•:..uh*o•DeQ to u11 nun:r-uhde•,teatetf or rented to rhe N:,r -:1• .. DESCRIPTION AND LOCATION OF OPERATIONS Th.s policy shall net he eancMed not reduont.n cuse:age until atie, 30 ,lays w:ut-n nonce of such cancelation or"d— cow:age stall have leen marled to this cerititcdle holder. certified this 113t day of September 19 77 U P,�.•u:Yr_R . �s_cAs_�. . BY C1A',,i,L A Authorized ReVretirnc.:': �O Microfitmed Will board order PitL.,LI:C::CL' FCR !LITL UAI— The Public Agency desires to emote the industries and of Contra costa County, and t::e Contractor therefore promises to use the proe-.2cts, laI,orers and mechanics of this Coynty in every case where the price, fitness and quality are equal. 19. ASSIGN=T1. This agreement binds the heirs, successors, assigns, and representatives o: the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. ::o c4AIvCR By PG8LIC AGZ:::CY. Inspection of the work and/or materials, or approval of work anor materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or paynents therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from br"ging any action for damages or enforcement arising from the failure to comply with any of the teras and conditions hereof. 20. BOLD HM!LESS s ItsUMNITY_ (a) Contractor promises to and shall hold harmless and indemnify from the ab des as defined in this section. (b) The indemnitees benefited and protected by this proutise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any :rind allegedly sut— erec , incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection w-1—de matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employce(s) of one or more of them. (e) Non-Conditions The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s). specification(s) or special provisioa(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall Imply with the provisions of Labor Code Sec. 6705, if app is e, 77-submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. (Page 4 of 4) 01M (CC-1; Rev. 11-76) work, it spall issue a certif _e to rite Contractor and pay ti, balance of the contract p:icc after deducting all Aounts withheld under this contract, provided the Contractor s;;o: s that all claims for laWr and materials have been paid, no claims aave been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the wort: or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or clains against Contractor. 9. INSURANCL. (Labor Code SS1860-61) On signing this contract, Contractor Must give Public Agencv (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 aumitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the [Workers' Compensation Law. lu. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in a=ount(s) specified in the specifi- cations or special provisions, guaranteeing- his faithful performance of this contract and his paynent for all labor and materials lu:reunder. 11. FAILLRL' TO PERFORM. If the Contractor at any time refuses or neglects, without fault o: the Public Agency or its agent(s), to supply sufficient materials or workmen to ca .plete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct t.'ic reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement cooplies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 s 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. ;dAGE RATIZ. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Re ations has ascertained the general prevailing rates of wages per diem, and for holidlav and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a worhing day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) the Contractor, and all his subcontractors, must pay at least tuese rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreepents. All skilled labor not listed above raust be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work: is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minima wage rate is specified, the Contractor shall irmediately notify the Public Agency which shall promptly determine the prevailing wage rate t;ierefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. fiOURS of LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and to wor employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. -LPPRii:,1C1:S. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination (Page 3 of 4) (CC-1; Rev. 11-76) 01-27-1 3, WORK CONTPU.0 , CfLa:G£S. (; By their signatures in Sectic ?, effective on the above date, these parties promiso ane: dgree as set forth in this contact, incorporating by these references the material ('special terms") in Sec. 1. (b) Contractor shall, at his rn.n cent and expeuse, and in a worn:anlika manner, fully and faithfully perform and complete t_zc work; and will furnish all materials, labor, services and transportation necessary, convenient anu proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such change and its Lost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIME: 140TICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Hot-ice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time axed therefor, allowance being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time. its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completioa or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUFJEWTS. The plans, drawings and specifications or special provisions of the Public agency s call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intern -echo-operate, so that any- ti:ing exhibited in the plans or drauings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7, PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as fulUcompensation for all this work, the Public Agency shall pay the Contractor the s=t,'specit ei3.,in Sec. 1, except that in unit price contracts the payment shall be for finished qu ti•tyg"s at unit bid prices. (b), On or.akfdui the first day of each calendar month the Contractor shall submit to the Public Agghcy; -a_verified application for payment, supported by a statement showing . all materials'act. lly installed during the preceding month, the labor expended thereon, and the cost,-,:.+tereof; whereupon, after checking, the Public Agency shall issue to Contractor a_'.Ce iFicate for the amount determined to be due, minus 101 thereof pursuant to Goveranout Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. G. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of ater scovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. The Public Agency shall use reasonable diligence to discover and report to the Cw.tractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor iry,g�goad any d:::ective work or parts. 35 calendar days after the Public ,Agency files its notice of Completion o1 Wre (Page 2 of 4) CO.N T RAC 7 (Constructio. Agree^tent) (Contra Costa County standard For=) 1. Sc'aCIAL TERES. These special teras are incorporated below by reference:. (552,3) Parties: [Public Agency) COntM COSTA COUntY Lloyd F. AcXinney Assoc.. Inc. [contractor] 16CO l3C'th St.. Sail Leandro. CA. 94573 (Complete le,al r.!--e (S2) Effective 0c:c: Sept64bW 13. 1277 [see SA for starting date.] The Work: Canstruct personal security at (§31202 Glacier Qriws, f(artinez, California, Eug ttTUG.Line jG 30. o0115Juvenile 1 1331Base Bid and Alterratas 1, 2, 3, and 4, all in accordance With plans. drawings, and specifications prepared by or for the Public 4orks Cirector and in accordance with accepted bid proposal. (54) CocpLcsior. : [strirc< out (a) or (b) and "calendar" or "working"] xa-utxx AXIM a (b) Withir. 60 calcndarXXA%AA" days from starting date. (SS) Liquidatad D=agas: $25.00 per calendar day. (S6) Public Agancy's Ager,L:Vernen L. Cline, Public corks Bireetor (S7) Contract Price: $ (for unit price contracts: more or less, in accoraance witz anis ed quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] 1. SIGdAt URES d ACXU0VLEDrXE,4? C,,PAbLic Asenev, By: , �, (President, Chairman Or Other J" ,Verna L. C1Ino Designated Representative) Public Works Director Contractor, hereby also acknowledging awareness of and compliance with Labor Codes SISEI- cone it 1 orl er compeer Law. By: �~•"y',� j�IL Designate o i al capacity i the business SCORS.�At.] , _ t Desig�te o icia capacYty in the usi.ness I , Note to Contractor (1) Execute ackrouleagriennt force below, and (2) if a corpora- tion, affix Corporate Seal. State of California ) ACXNONLEOGMENT (by Corporation, County of ALAMEDA ) ss' Partne p, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: September 2, 1977 Li il. Z' - r• i _ [NOTARIAL M. E. Brown SEAL] Notary P is - - FOR:i-APPROVED by County Counsel. o a`{c t A LSEAL EAL r.t. E. BRO.1,1N luz (CC-1; Rev_ 11-76) In the Board of Supervisors of Contra Costa County, State of California September 27, ,19 77 In the molter of Awarding Contract for the Juvenile Hall Personal Security System, Martinez (0115-4138) Contractor Total Amount Bond Amounts Lloyd F. McKinney Assoc., Inc. $26,730.00; Base Labor b Mats. $13,365.00 San Leandro, CA Bid b Alts # Faith. Perf. $26,730.00 1,2,3, b 4 The above-captioned project and the specifications therefor being approved, bids being duly invited and no bids having been received; and The Board on June 14, 1977 having authorized the Public Works Director to negotiate the contract for Personal Security System at Juvenile Hall, Martinez; and The Public Works Director having this day recommended that a contract be awarded to Lloyd F. McKinney Assoc., Inc., 1600 150th Street, San Leandro, for the amount of $26,730, base bid, Alt. ►'s 1,2,3 S 4; and IT IS BY THE BOARD ORDERED that the contract for furnishing of labor and materials for said work is awarded to Lloyd F. McKinney Assoc., Inc. at the listed amount and at the unit prices negotiated; and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, the Public Works Director is authorized to sign the contract for this Board. PASSED by the Board on September 27, 1977. I Mn4ry =rwy the the forwpoittp 1s o um and coned copy of an ordw wtlend on the m➢eules of said Board of Supervisors an the dote ofwesoi& witness my hand and"Seal of tis Board of Originator: Public Works Department superv6am Architectural Division a8wd 27th doy of September _, 19 77 cc: Public Works Department Agenda Clerk J._ R. OLSSON. 0" Building d Construction Sec. � 11'4zL�; Clerk Auditor-Controller J. Dye Helen C. Marshall County Administrator P. Burton Contractor 1 Q H-24 UTI Ism 01 IN THE BOARD OF SUPERVISO?.S OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Heaxing on the) Request of Mr. Bay S. Taylor, ) Applicant, (2124-RZ) to Retone ) September 27, 1977 Land in the Vine Hill/Martinez ) Area. ) Mrs. Muriine R. Cole, Owner. ) The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Mr. Ray S. Taylor, applicant, (2124-RZ) to rezone land in the Vine Hill/Kartinez area from General Agricultural District (A-2) to Single Family Residential District-15 (R-15) in lieu of Single Family Residential District-7 (R-7) as originally requested by the applicant; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and Mr. Harvey Bragdon, Assistant Director or Planning, having advised that initially the applicant had requested said property be rezoned Single Family Residential District-7 .(R-7) which was later amended to an R-12 classification, but that the Planning Commission determined an R-15 zoning would be more appropriate inasmuch as the narrow access to the subject property would not support a higher density; and Supervisor N. C. Fanden having stated that she had made an on-site inspection of the property and was of the opinion that the access was inadeeuate and having moved that the recommendation of the Planning Commission be upheld; and the motion having died for lack of a second; and Mr. Ray S. Taylor having urged that the Board reject the R-15 zoning recommended by the Planning Commission and approve his request for R-12 zoning; and Supervisor W. N. Boggess having inquired as to the adequacy of the access for R-12 zoning and Mr. Michael Walford, Chief Deputy Public Works Director, having responded that the access was adequate to serve as a private entrance to the proposed development; and Supervisor E. H. Hasseltine having recommended that the Board approve the request of Mr. R. S. Taylor for an R-12 zoning, thereby overruling the recommendation of the Planning Commission for an R-15 zoning; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. IT IS FURTHER ORDERED that the Director of Planning and County Counsel are DIRECTED to prepare an ordinance, amending the zoning ordinance of Contra Costa County, giving effect to the zoning change. 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 cc. Mr. R_ S. Taylor of the Board of Supervisors affixed Mrs. M. R. Cole this 27th day of September, 1977. Director of Planning County Assessor J.-R. OLSSON, CLER __ onaAlna 4� 7 Deputy Clerk LAW OFFICES OF MICHAEL P MCCABE TREMBATH, MCCABE & SCHWARTZ JAMES R.TREMBATH A PROFESSIONAL CORPORATION MARCHMONT J.SCHWARTZ 2865 CONCORD BOULEVARD ANTIOCH OFrICE RICHARD G RERSTEN AT PARKSIDE DRIVE 1205, A STREET BRIAN P. EVANS CONCORD.CALIFORNIA 94519 TELEPHONE WS) 687-3450 .. (BY APPOINTN[NT ONLY) OF COUNSEL BRYCE C.ANDERSON August 18, 1977 Clerk, Board of Supervisors Contra Costa County Courthouse Main and Court Streets Martinez. CA. 94553 Re: Claim of Dorothy B. Bellani Dear Sir: Please consider this letter a formal claim under Government Code Sections preliminary to. filing a lawsuit and also a tender of defense. As you will recall, the undersigned filed a claim against the County of Contra Costa on behalf of Dorothy B. Bellani. Enclosed with this letter is a copy of this claim together with an additional copy of the complaint filed against Mrs. Bellani. The undersigned is of the opinion that the County of Contra Costa owes a complete defense to Mrs. Bellani of Action No. 495922-9 filed in the Superior Court of California for Alameda County because of its failure to properly transfer the 1965 Ford sedan and its failure to maintain liability insurance on behalf of the conservatee, Mrs. Bellani. Therefore, please consider this letter a formal tender of defense and a claim against the County. A response is requested immediately. Yours sincerely, TREMBATH, McCABE & SCHWARTZ A Profession Corporation f� Harchmont J. Schwartz MJS/e cc: Mrs. Bellani 12a6S I 1 's unknown at this time. 2 3 WHEREFORE, plaintiff prays for judgment against defendants, 4 d each of them, as follows: 5 1. For general damages in the sum of $250,000.00. 6 2. For all medical and incidental expenses according to 7 roof. 8 3. For all loss of earning according to proof_ 9 4. For costs of suite herein incurred_ 10 5_ For such other and further relief as the court may 11 eem proper. 12 13 13 + W- PAUL FOSTER Attorney for Plaintiff 15 16 17 18 19 5 20 E ' 21 22 23 24 25 ?6 , _ _ 1 A 1 proximately causing the injuries to plaintiff hereinafter alleged. 2 3 XI 4 As a proximate result of the negligence of defendants, 5 Rnd each of there, plaintiff was injured in her health, strength 6 ind activity, sustaining injury to her body and shock and injury 7 to her nervous system and person, including, but not limited to, g ithe following injuries: severe and deep lacerations of her right qeck and throat, and severe contusions, straining, and spraining 10 f her cervical spine and back. 11 12 XII 13' As a further proximate result of the negligence of 14 �njuries, efendants, and each of them, as aforesaid, and because of the 15 it was necessary for plaintiff to receive medical care 16 and treatment, and plaintiff cid incur hospital and incidental ex- 17 �enses, and will in the future be compelled to incur additional 18 ,bligations therefor in an amount unknown to plaintiff at the 19 resent time. 20 21 XIII 22 At the time of the collision herein mentioned, plaintiff 23 as employed as a bank teller. As a proximate result of the 24 aegligence of defendants, and each of them, and because of plaintiff' 25 rnJuries, plaintiff has been prevented from attending to her 26 ccupation. The amount of earning which will be lost to plaintiff IKUIPA �l'L FOSTER O1 �c..r uw ' —4— I 1 VII 2 On march 20, 1977, at approximately 2:00 a.m., plaintiff 3as a passenger riding in the said 1965 Ford automobile which was 4 , t that time and place being operated by defendant FRANKLIN MARSHALL 5 I in a general northbound direction on Broadway near 27th 6 treet in the City of Oakland, Alameda County, California_ 7 $ VIII 9 At the said time and place, defendant FRANKLIN MARSHALL 10 so negligently and carelessly drove, operated, controlled, 11 d maintained the said 1965 Ford automobile as to cause it to 12 collide with the second automobile, hereinafter mentioned, therebv 13 proximately causing the injuries to plaintiff hereinafter alleged. s 14 i 15 IX 16 At the said time and place, defendant LEO T_ HUNG was 17 iving that certain 1970 Lincoln Continental four-door sedan 18 utomobile, California license number 681 JJX, in a general 19 sterly direction on 27th Street near its intersection with 20 roadway in the City of Oakland, Alameda County, California_ 21 22 X 23 At the said time and place, defendant LEO T. HUNG so 24 negligently and carelessly drove, operated, controlled, and maintaine 25 his said automobile as to cause it to collide with the automobile 26 ing driven by defendant FRANKLIN MARSHALL BELLANI, thereby w ►•:n sc::ca ... -3- - - ti1 .tt♦-ttf 01400 1 w'_-an ascertained- 3 scirtained.3 III 9 _ t At all ti=es herein mentioned, Broadway and 27th Street 5 -were public streets and highways in Oakland, Alameda County, 6 alifornia_ 7 8 IV 9 At all times herein mentioned defendant DOROTHY BOYfi2N 10ELL-WI, HOES I-XC, and defendant FRANKLIN M JZSHALL BELLANI were 11 [wners of a certain 1965 Ford automobile, California license 12 umber NIT 793. 13 ld v 15 At all tines herein mentioned, defendant FRANKLIN MARSHALL 16 ELLANI was the natural son of defendant DOROTHY BOYKIN BELLANI, and 17 on or about *larch 20, 1977, said FRANKLIN 14ARSHALL BELLANI was 18iving and operating the 1965 Ford automobile owned by said 19 OrZOTHX BOYKIN BELLANI with the knowledge, consent, and permission 20 f defendant DOROTHY BOYKIN BELLANI. 21 22 vI 23 On the said date, and at the said place, plaintfif was a 24 assenger riding in the vehicle being operated by defendant t 25 RANxLiN MARSHALL BELLANI. 26 PAUL FOSTER rxrnCr wr uv ,Yl=!,�� I A Z Z 1 sq. PAUL FOSTER _± •:„ 1760 Solano Avenue, Suite 300 2 erkeley, California 94707 (415)524-2521 3 ttorney for Plaintiff ; 4 3 b SUPERIOR COURT OF ALAMEDA 7 COUNTr OF ALAMEDA 9 ILL MARIE JOHNSON, y Case Number � 10 Plaintiff, ) } 11 S- } COMPLAINT FOR DAMAGES 12 LEO T. Ht G, F.Re►.�t MIN ) ic�RJi1�.i T xMARSHALL B£LLAANI, ) DOROTHY 50Y.K1.1.1 BEI-1-191UNT, } Defendant. } 13 } I e 16 17 laintiff alleges: 18 I 19 Defendants are, and at all.times herein mentioned were 20 esidents of Alameda County, California. 21 22 II 23 Plaintiff is ignorant of the true names and capacities of 24 efendants sued herein as DOES I through XX, inclusive, and therefore 25 ues these defendants by such ficticious names. Plaintiff will. 26 end this complaint •to allege their true names and capacities wv a..'A�c"Tt;j 1 i t Franklin Narshall Bellani was driving at cne titre of the s • accident described in the complaint_ i 3 It wasn't until after June 1, 1977, that the ' f 4 claimant learned shewas damaged by the conservator and the 5 various attorneys representing the conservator negligently 6 failed to properly transfer ownership documents so that the 7 conservatee or claimant would be shielded from any liability. 8 9 DATED: July 18, 1977 10 T$EMATH be MaCABE A Professional Corporation 11 12 13 Marc _ t Schwartz Attorneys for Claimant 14 15 16 17 19 s 5 - . v .. .. .... •b•'' 4. .,.., ... Fes- '%4 ...4'. ti. 20 21 .• 22 23 24 75 26 LA-Off.CfS Or TIEMIATH A MCCARE AP:MuwCv , Oli..VV ; !!,VD C0.�CCy0 9w9 C6ICCRD.CALIF.S4519 Tr 4pa.r• 1) 65'•S) L i t ; involved in an accident With this automobile on or about 2 March 20, 1977, allegingly causing- personal injuries to one 3 Jill Johnson, who is represented by attorney. Paul Foster_ r 4 A copy of the complaint for damages which has been filed in 5 Alameda County. Action No. 495922-9 is attached to 6 this claim and incorporated by reference herein. Mrs- 7 Bellani was served on June 1. 1977. g As a result of the negligence of the conservator an 9 the attorneys representing the conservator in failing to 10 properly handle the automobile transfer documents and 11 negligently failing to maintain liability insurance, Dorothy 12 B_ Bellani the claimant has been required to retain the servic is 13 of the law firm of Trembath & McCabe to defend her in this 14 action. So far to date $500 in attorneys fees have been 15 expended. The enact extent of this claim is und,-noran at this 16 time. However, it will include all attorneys fees, court costs! 17 and other expenses necessary to a proper defense of claimant, 18 damages for her fear, anxiety and emotional trauma. and in- 19 demnity for any judgment which may be entered against her 20 in the action described in the Exhibit attached hereto. 21 Pursuant to the Vehicle Code her maximum liability is $15,OOQ. 22 Also. for convenience. the claimant is •attaching hereto as 23 Exhibit B. the final accounting and report of the conservator 24 of the person and estate which was filed in the conservatorship 25 proceedings involving the claimant. Please note that the last 26 item on sale of assets includes the 1965 Ford sedan which LAW WFICES W TRIM&ATH i MCCASE A Rd t CONCORD 5LvO-� C.NCRDCALIF.wo. 2. x1259 CG:YCORG.CALI91519 � TO—,4c-140 'a L- 1 --L---E-- D AU u 2.3 1977 J. R. OISSON CLE7u BOARD O: sunitVISO25 3 CONTRA C05TA CO. i 4 CLAIN AGAINST COUNTY OF CONTRA COSTA COUc:TY DEPARTMENT OF SOCIAL SERVICES OF CONTRA COSTA 5 COUNTY. ROBERT E. JORNLIH, EDNA BETH FRIED!-ViN, AND DOES I THROUGH X, CONTRA COSTA COU'CITY COLTYSEL 6 ----------------------------------------------------- 7 8 Ciaiaant's name: Dorothy B. Bellani 9 Address of Claimant: 4218 Gladstone Drive Concord, CA. 10 Address to which notices are to be sent: 11 TRE11BATH & HcCABE 12 A Professional Corporation 2835 Concord Blvd. 13 Concord, CA. 94519 14 NATURE OF CLAIM: 15 On or about September 19, 1975, the Social Services 16 Department of Contract Costa County at the direction of Robert 17 E. Jornlin and Edna Beth Friedman were named the conservators 18 of the person and estate of the claimant, Dorothy B. Bellani. 19 The conservatorship was terminated by Court order as of 20 September 17, 1976_ During the course of the conservatorship. 21 the conservator did cause to be sold a certain 1965 Ford 22 sedan for the approximate amount of $100 to $250. The conservato 23 and the attorneys representing the conservator, namely the County 24 Counsel and certain unnamed deputies of that office negligently 25 failed to have the automobile registratian transferred to the 26 new owner. The new owner, Franklin Marshall Bellani, was LAW OFFICES OF T1EMIATH a M-CA11 A CoayabOn - :.i°5 C1�COFiO BLYO. CC:ICCRc.CALIF.5951! o�► V�J r ::ate: T;� c��.•,�. tains; the County, ) 7f: C0,1Y OZ ;;1 5 daci:.v_;� r..i__.- �o ;:cu i :r 2 or_ KoL!tin,r Endorsements, and ) su7CiCC cj t,?-..- ae%ica ;uR2r o:: ;1 C_CJJ."• by .e :ogre, Action. (All Section ofS yhzw�i��s (?c cg_��•`t 117, b;zrnr}, re`crences are to California ) given wts—:t to C.3ve.'3'1 znZ Code Ser o-otts 911.&, Government Code.) ) 913, 5915.4. Pieabe note ; Lz "r_:,tnirg^ bePo:c_ Claimant: Dorothy B. Bellani, 4218 Gladstone Drive, Concord, California Attorney: Marchmont J. Schwartz Address: Trer..bath & McCabe, A Professional Corporation\ 2885 Concord Blvd., Concord, California 94519 Amount Unknown at this time Date Received: August 23, 1977 By delivery to Clerk on By mail, postmarked on August 19, 1977 1. FRO,-I: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application tt/oo�File Late Clara. DATED: Aug. 24, 3.977 J. R. OLSSON, Clerk, BY b�ilil242dJI , Deputy ami,& L. Jonnson I1. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Clain complies substantially with Sections 910 and 910-2. ( ✓) This Clain FAILS to comply substantially with Sections 910 and 910-2',:,anj we Are so notifying claimant. The Board cannot act for 15 days (Section 910.8): [ ) Claim is not timely filed. Board should take no action (Section ( ) The Board should deny this Application to File alain (Section 911-6)- DATED: -e-'-Zy-*77 JOEL B. CLNUSEi, County Counsel, Bey - 7/ — Deputy III. BOARD ORDER By unanimous tote of Supervisors present (Check one only) (Xx) T.•iis Clain is rejected in full_ ( ) This Application to File Late Clain is denied (Section 911_6). I certify that this is a true and correct copy of the Boards Order catered in its minutes for this date. DATED: Sept. 27, 1977J. R. OLSSM\, Cleric, by ��,.P Deputy Sandra L. Nielson WAK'%I%G TO CLALNM\T G3vernment Code Sections 911.5 & 913) Voa have o-i-My-Tmontha fitar:1 Zte er<zA,u!!3 ofi 6t"- not ee.to you vuZZLin w:riefz to .ae a coetC action on this itejected CPcim (see Govt. Code Sec. 945.61 oit 6 months j;wm the dotiat o{ &.vat Appt•icrtiout to Fite a Late Ctai,-t tu,.L`ain tuadE to Patron a eoevtt (ojt net ej 6nam Section 945.4',& ctairi-6iZing deadt,ine, (,&ee Secti.ost 946.6). yvtt may -seed, the advice o$ ary a,Coutcy oL yoat choice in con►tection tcWt .this t::tttek. ?,i you m—ant to consett cut atto-,ut2u, yea ahoutd do so :mncd c4L11 - It: U'•!: Clerk of the Board TO: (1) County Counsel, (2) County Adzinistrator, 6 (3) Public Works, Business $ Services Division Attached are copies of the above Clair—or Application. We notified the claicant o6 Aha Board's action on this Claim or 1p,ulication by mailing a copy of this do_wnent, and a memo thereof has been filed and endorsed on the Board's copy of this Haim in accordance with Section 29:03. DATED: dept. 28. 1977J_ R. OLSSOS, Clerk, By ��,tt�/d 7,1( t) Deouty SanAra T._ ln V. FRO`•l: (1) County Counsel, (2) County Adr-zntstracor, TOan_: Cier', of the Bosrd (3) Public rocks of Supervisors Received copies of this Clain or Application and Board Order. M DATED: Sept. 28, 1977 County Counsel, Sy County Administrator, By Public Corks. By 3/77 o.n=•e..a..a•.t.at.r r..+t u.aa cu._�.e�T%.ct a. `1_ SUPPLEMENTAL .�� �j ...77 6`30 � <J3_2o -�y 7 I S:YYtf 1 C0L EO^w!!! _�- - l.L.f.[•/YI•tLi yam' -•---~--�_•_~--V_- C.r.rC ,.7-'^---`Tuar,�C COI t•S•Ox aEPOaT O. \/` I C'••. "!7a•tVtY ATE'--_ [ITi� -1L.Y.ti /[IG+f.rl p.3 r✓KT~ T,%VATICV ONLY t-- �=i•.tJ.%c'.�� �.-CiG�f* .i crJ C �i rtf�•Q� �C�/rrJC✓' _t�'*•j!ttt�-:L_L11�f.�77- _ }/�!' _��_: l�� yf- i�ti�_�: •- ?i-+f_;�7__k�C� �:!'�� �, `Et.h►:�"_F'�ti_l�__-_�,L._...—_ •�.t,.)''� t i') ._rr�!" a �1`�_{! ��qu� C?E ��2_ ►_� /iit' -T�; r ►!/i - - -'�� Gi1'�j- �� )�t'!l�-i L1[•t �',lt7':i�!!�. (!1.� ��/Il.!{T !`t•J '' •�'i����«� ��`r'L-1_���n��� f��+f� - -.•`:�,��C[ sA 7---c'.0 ! t'� �,i:JSfX� 1JVit] r' tla/, N�rZ.lj_ hry-�t i . d-�, i; ►R&OF 1�E7.1 --- ;�1-t�.Y•t�K_ 1!.t�,-"��_i�'__t�'�. i�-%' �(f� ��:�U f �;�_7j�<<JI> '- r:`�,:.i i•��1`it'.�� !1:C'��� f` ��!7�F ;:��` :.� �IL)(%t.%! � �rr.t�• 'rl�'1 l�ti iF;:l� �(� L i� f t ,,j 2- v� 2�N L) ^.�--���G_x-ti G"�<-t�.�-� cZ.•��,r�c�.,��_r-rPG.q/,ur rJ��3io�� ►J�, iSSc�-V A/J� _.� 3`f.t�` %�?t%is�v�_1�Ji�• 11!t'�Ct 7� az- _ ___E��ti moi. .�.._!�_.t_il l��f�YG`s �!'�/ �/_�(.tJ��C� _f•�'/t1i�� - ���:�"�Ysc�"rG:cc'_•trt"' Ac.Lt / -- _ 1-4t;� __ ___�� \ ,c_y.,�-.c�'L._�a�l�'L�. ; 11.�3�2�L_� �1i�St..�Ccr�LV��L�✓,S- 42 45j,I AT E�[SED!'• -O Vy.lE.. I:¢►..EG , .E ti.E+t:0-..'►A YEG .•uM'[R. O.TE - •-•/' .�./� 1063 �.��.7? SUi'il L U,1E NITAL\ IAh RAT ••"• ._. .... -... _...... . . :�.. (•r:�:.?<_1'r_'� (_�`/.f tom:�t.S��'rc L-:•r.'� /� �_f!'i/t: .S-/� 7_/%<�j%t�t f_ ,�'i_ /."..=l.oi.£J /�a=� iw==!S ?,•'•�'._'��s �? f.�� GCSI.✓ =_r_ T/l't`.•� lr'.,rL %_� ?/�` 7�h'v% i'A..�.�-E`.J f.a 3%/._r .✓-i�_i`i:-•_.cv_;'1_r/.!� ��ili�.. -. •'/i. .S.o^.•.E> V- T-'•��_ s- - `T /f/^'>—TO ��,'T_/_�re�r,� /-i 59.•✓� 7.tl o/c -ice.L! Gds�✓✓ T�/��c ic+F� /.f=/).=9 !�=T[��—%f_� G��.c.✓T io C:Ox. To :T//i,�.J•i/L.�/.T cir •i; J c _ l'a'-��—�r i ���.._. —i r� grit S i J!-•..�.y(/^7,!�i.=NNif. �_/Y�- --- /' 7A ;77 /e:1Jfa✓���5../G p ;1 n�l.7__._ -••�-_ ��__ •� :./r1S.:.:N %JAI-_'t'[GS-S:1C:;7_. y _�.•-<__ c-_li•_J�_'-- -- -�r+-_i)7/e- Os i' �7tc_!'.-rJJ O wr T rr.•JT '��c c%._'_ii.!F�_.v�, y.•.r:. � `/. .�.:;T ,t"r v",'..:f-_,ulr.✓T-Odi-[ /j.�.�� . y fir.: IY.:L_ .1• 1 c< - �'J /_/J_I.+! IJ�T ��:_.. -'�r.-L �.C.•✓, -I:•i1_:7 iT -.---. SUF'PLCt.IENTALINAPRAT VE �nh 111PnTlvf CCNTINVAT4Qr4 TIIAFFIC I LCII<1-3.ait.-'ORT 1,-..1......w1 !�U:r•Lf MENTAL INAFFIC COLLISIOfY ---_.--- _-.- I , IILroiiT 1.w....O.. X11 �•���• •:�J /T A�tYc�cr=,�/C.c` �='1= N --- ='r �i: Tt_J4 r V.r :d !-6zgc-- f=^-Crl�Eh/i lfi��t ?0 7�s�E �/i_e�►;.yrs, .1 _C -7Z `!.�/E� 7-�;�;�' /�'.�/ tJy�✓E_ Gc,. �j f-.SD , oF__�tf� oe- �i✓G•i:.r��4�?'O��-_�i=s�-�__ C!�C-r%1�_.C f�>.Y�__GCi'�ic.•vUF� r�_ _ rarrALIEO LY iLm"U"sca! FNCVAMCO NevICMI[O A►IIIOYCOOM I.O.NUIMNCR ^FPPOVE0 :—SUIiPEE!UENTALiNARRATIVE: .... o-.�......<.o. t.//._. �,...� _<�<j..._.. _... (Cnm k and •I J' F-77 1 L/.��C/ f .� `� ._ I�'6 _� -/,2/ •lo .:.SAI IVC C•JNTINVAI 10N Ti NArIC l•o------_ - - __1 _ __ ___--_-_ _ _---' _ -_ ._ __ _ - _ _.- ...a.� ........•...•.c• .....�..-.r. L, 51:1.1•LI�.I.NT AL TNAf-r IC GOL IISIOIa �a. -- ----..__ Il L 1'J N T Ic••....o.•I.v 1� q _/�7'-1`7 5,r,-9rLlJ _ J%iG_� ?�t-/GZ4Otle—y� 7-Q.- -- /�/L/��TiGAi+-«lG- - All __�.J -- ,/1 C'�-tE' .^��.;6�L..;..-�.�=r lC� rc,.r__�.S _G�.G'�i/�c 7 G:C1 �_ �f✓G�/4-'"�. --- 1✓.�_: �i_�:c�rr%_:� /O__�si.✓_u_�cS __�.PiNG_/�7 �f>�v� �G�ueE- U�yi% r7�•yC-;CAI Y` E" _-�' •�--t_F% t—.2.�_�/ �_�'t_rE" •Fr�Tf�L__ �//C'_TiM. _ /4,�ELc"?"' G�//�' xz— SC/t_�?/•'.G /`->i•v'c.:r+__�'�_- fc:T--�--�S�a�wi✓aS"� �!�'G�-1 �Al% S5'A !,e i-;cC TA t,�J GC/f//Yi r f..'U��t r./I" _ C'/",.:�-��J-/-'7[ :� /C n/i""-7^i►!/�T_ .��''1-,�6'G! /1E":c/ zy AM 48 dwL -- --_ _ ►A[►AN[O•r -_ �/-O MYY�[pf ►M[OANCO N[V/CW[O AI/NOV CG�Y- I.D.NV�[SR AIYNOV l `SU:'r I LG9E%lrAUN ARRATIVE . '._......._.,F._ �.._.t....� !! 32-0 1.Il AT.VC COhTIIv..'ATION TNAf CtC �'. c...a._r�...�• __._. —. _..—___ _ _T-.....'_Ylr.._ .ttt Capt i-1'.t0`t NC.`O NT t `..UVI'LL• LNTAL TttAY.'IC COLLt9tON NCI0RT I.......„+...y.� .r_ I .• L7 l]11�C1t: - J _ v-Lf.� ��'7'i�iGf+� !.fl���7i/ GtJ� S�� •'�..�?ZE�lG /�'/'fC��"�lJ v .✓ ��- 2y,� ��/_�'`�,.____D_,t,/ moor- .._.�E-- i r�-�/�� � �r_.ccJcr)d - �-z-uy _YRC YAt.IO YV It.l) N MY[� YYC YA..t:O NL VtCwCO AYYNOV[D YV - --- I.D.hVMYCR .\YYttOV C+ SUPPI.E411r:NTAUNARRATIVE _ •` ._.�...,._�...r _. i....i _ _.. ...,..... l _... IC:.r;h one) t� J� �, =� 0 y� •�D lo��/ /d �y5 %1 ;i'NAIx IrAItVI CVhiI!:VA:;O a.R,FITC t ..o..�...�c. 1 •. - .,,,,,� LOLL 11., Ht 1`O MT�c. •.� SU—LEMLNTAL TRAFFIC COLLI4ION .'O MT�� w•..o....�•� •.♦ I:L TC-11 OC.SC ~_Csy7-,iSe----6-1j _W,Ec— /I p/,/1E 1IC/'!i tiW ,Q —C-42;? - -- ---- L✓� Gc/f',t-lCi�/C �!-� tc/f,►3 f�-..S'.��JG— C�cS' i�l� __ ZE-wAJ - - - `moi>SE 3i✓4 7u-jo ;Z /fit/! S 7Q !��L7`'�, <S0 i /4- AM 4-NLI _C-t.j��t/_T_ :�6t.cJ.� %-C7 7-2'/E- _ �3 AM_ E •�i_ __ �_.s/_s C�© v_�.S_ - �lE _c�t.�i�. ?Sv ,�2rJ� hM[IANCO•r I.O NUMaERI r c.^4[O MLVM%Y X AIIMOVE6 OV I.O.MV.`.YER AI✓ROV[ IC• 7.�( Of�•%.ui K•>(rf (lu( (1.001 CI! Ju>(I" Or IIC[■ 1.7. 'SUPPLEMENTAL - I :u7'PILt-!F NTS 1JFr119� IOC.t SOV 3i.l(LT G.f.i��r rC—_—_--_- TR♦-FIC COLLISION AErGNT I OThER: i(aT fOFM`_] *IC N�IiR Al IVE �C/TY �[3CaTY — —_«_- A[/QaLIN601STT —_— -- CJNTI*lUa7.0Y JNIt � I r — �- c C G _ !C •'�-' �yf _1-T.. e2 Ae oar �S - `GA J-- Wo S, 04 o "� d K �- H ` 1 ` [ He /_E1�Y /.�/_GtJ Q S 7's',�.._�2f� i���=4._ 1� 11Q /� � �✓s`- OC tet. gob ,& o! Q— l/•-)ey G A, l4GC i Tit-�--- L1 n CLv Glc 02 Ld S. --- _ PIQEPsaET: BY vUreEX. P%1 -AP 0 __ MEWIC.E0• APPROVED BY — I.D. NumsEw ,O--^T—E rtlr.r• 7. p.t •s, ..u(/E.r4 MC, D►t ♦�, � 41250 i 1 __.1[• l+•T( OT :.':•�.t �� II(�1 T•...(I,.Co/ G11—.t- SUPPLEMENT; ..a_ 4� ... 7 LGA>' o I ?-.:3: d --- –S\ L.'II S Ff IC COLL1%10N REPORT J JT hER. fQRM 7�0 gARR Ai 1YE did [CWi• at►OAT[A6 61fTf 1CT — CON TiNUATION ONLY /G-----!`•�-FGD_4�—�J_�y ��l�f_��o�,C,,,�. ora[has�qT_a•-e .S-9 71 - lap � 't / All, l,e.11- r:1-C fjOGILI� � Q_�s_!�L•t_ /� aS ts// _..GGLg/ -lee 3--- r• p cr/�G�![ l'G'l_' '•-�v_a�f�, !�����4/{Ci_4rC.._J�s �___ rL_ �"u�L ao-I /��_ �.-Cc�����.�.�Z __.LlSQ4GG__f�_G� Leo:ter ti/�G_ZL%Se �'�'L4�L����t•`1SS�....t y_._kt.L���3,� .LSS-!�__ �.�c�/" aa.0 X-t Co -7106 -/0001 ---- ��«t�C.__(.ci h�k�LS �7%1_�!G_�—..l=!?�;14iO�C •C6� Q/ l��f��E'lll�/�� 1-t_. L—3k �r�,jccC/.t=L �1a4,;.,,r/_Po.s�tl+ ----'$C� _�Ct3��3� r�3GIS� .LF•�`,ip� 3s" a"y�st�_�C.�'�C���Q^_ PREPLaCc TI• 1.:.r.Vrl)ERe PRf PSRED REVIE.ED• APPROVED S( I.D.MUUSER; DATE r. UAY 012'49 `, 1 ,o SKETCH -NARRATIVE COX Till LIATIOPJ �"r-7 7 ',;) .W►7[ ,D SC.C[VM([s3 fi.iCp IfCK[q'p[��. .-•�-�-�.• I fI I r tai DQwp, -�. PIS 84 Aj *(E \NI-1 3.7 ,.. ,.. ARRATIVE CONTINUATION(t/x.c.c•ss s:ds es wec�ssa.y) � ►awT or O Iw.er du 2l= 14 t.-.�Tr•+9iC-L'fG`� i�oii:[.[m—► r i /'G-J al/, �ii'�1�/:r /.J���L l�fi�-7/•J �/ / ��^� r[ots[[r.r /��[ �.y• _Q-/�f �I�`/.. iJ I I ic:.J/I/� II✓: /-'�'=!•// t T..Iw '---� -----'-^-'�• it •� 'I ff f:C/..f� ..'��i✓✓rI`-�.� /lli / r�� COACT ❑ II'f •�•�trcJt rG�(�i:/!/ L�✓�/C/NS s�ce[.�rcw/��-! _�Li"'•!•: �J.�y{. /._ [' /� %�iw�. .�!�Cf_� /JI{I,!t-7c '• [[1[t1r0 i I l� !� �['.:•��i//ACJ � rT�C 7✓1llG J srora.rr[ —g ''�:J /Siltk�� 'J l�t t/.t.j i i` N,Y /•v �(�/�!ly�. s.o.os,o[--�_ /7,4/ 1 4 _ Qv(wT.aw4 /LG T c.�rJ 1-G�C!Z, C F�/J.t:G t /AUT TV.. 77 SKETCH - NARRATIVE CONTINUAT1UP,1 au ttcsu.c►.uci..c.,h_.w.rc.ra.-r To sc^ -T- Lf eTiTi i � I- • l.CtrM r ITT f 0 . Y X. 41r' 2- 1.11 ►ol»]of 'ARRATIVE CONTINUATION(Use tcrene side es wscessoty) f l"r.c7 F •4• of SCK (" tact lc?E��'t��::�[�[JJr/� r..a(�� k _ o lcyWG A2 2r.... Y.ill CT E Came 9pi_trrwco� �7�I�s »(.�.o�•�.- '? f{� �iV•J7 /CJ r1VF�J.:� � foot swim _ 'T��orJ I�V�-S O/t�IT.41N• LGL aaft G•LaI:•.� IK•.t+t -I�[II•DCI Clt wlulLi G//IC[M:V', [ SUPPLEMENTAL 3UPPLE"c.yS FOAM S!! 1RArr c COLL.SION REPORT 1 DINER- /l AI X FOAM SSS NARRATIVE cr cwrrT ApOETgL601SU1Ki a COST INUAT ION ONLY ^� //;ice lir �v<l5_ 'ik<.fc7� •�-tI J!'�,ls•IJL,��� t ��GJ � L�--t•t:l�-— --i iL'l..•::1_,Sir ky:& - -_--. �t= t� .tl \tl..•�. ti•C t: ?< �'.'�-Lti. t�_'T�"�i�':c`c- 1�.�" .�:-_�._��:, 1�C iii) � �1��f,�-L(,!�S1y�7FE•�.��3�tilS_�c112t��Qn1_1t�_T..�cc...�^_x c1�Y?•E��P`�--1 To .t4,Z-��t/��ur?lLlrlGatSt�_ lie, t ''Icf -- v:.><;•�ar.c:i�,•�.a;.C`�.������;��t �'�tsct:��;.Tfs2��lal��F��i�,r2�E � UJE Tl 1'.7 '�•".41 11,,v•Ic- t.tll=� '�'� /r.,.JG_li� r'.t/,f. 1)e=1,`A•1Qit Ct. (L_,k*�,�c'KtwT �_t 'T:-'C c'.0 i.•t.t(= t' f e.t�� c Tf 'l :L.1 e.l� ?1�.t.if.--i= �7-���. i't la •:! (' +'i � � `F.•/ '1` !/tr/1-./i-t:7Tl�f, � %//.'C~�:i:r�e/�. _i��t77L OAS•A:Z - t --~ •Et !f .11 a1 Yt \is ''� t /. IR1 �J -iC.{.;.Erc li�'1t"�t-, _ •,:�,k:��-ar fP��c� ctii�_rai � �Zty:wt-t�Yrt ----�/� '`'�' t•-'_--- ''� ---=s--t' L.l.:4 r'••f%. - �F `!ter%✓l- —{t �!-^i�/C C;~ Lt) � ?a`•.)�1 F1. ?t t:k :C%L`-4 �`i,, Ft toUJ r t~ur r`• n�= 1 '�JI",y -� ri:t' a4�. C� ��:7t /•i�:'1.1rLt f'1 �jE=�� !pf%-1."t {1 �t'7L.t/.i.f K 1�� . � � •. t� hf4/ tom• ;'r�:N. Q 14'��•t� I�-RTe^tl r� 1`t-.7iS iC�P i t i L-1 'T.ii•f' ! . � L �.:.3 .`'c clJ -lol-4t/ it-1 =(11c rlc4_)k�, ac-i tt-t►=.1TiP.�.y. ! ::r.• .•�:.SitT'1 - rE!'L �=K:F17 !: /l/Cf/fit ZUq ._ � !C i•t'r �A.V�:(J''NJN- ��?'`-'V/.-.�.t<�Ai%U� %L'/Jfx� � f�'PL+��tucOA-rF���_; �GSi yF7� DOtJN J't2.��s`:1L`-,J�J�-St{�"7�—__{dJ•1�L!J-.�� 1 14:--L L-1, z_Jj ��- .� .>r'r�fG.. _r_c�e_.j .gs -- ._.1����-.tJ�=tom%'_ s��1,r _1✓1:�r��3uF- _%f����l C'c�.��`i . Pa EPSAF•p St L.C.LauaelERREP.AEO_ __ REVIE.FO-A•PROVED by 1.0.NUMBER DATE .-I[Iw.r• O, L.• •R, •Mll..r• 7.7 ' `_ . • ..�[ _�� czjo x/7.1':•-- -- -„� 71V� 7 • PJ {2c •yr�l�-Ti.:•I_i� 1(?i L<:c s�C�c aTc%�r-\.��1 ryr 1C�----- ---- ------ --Ce�.��3���t_c�_RS� � � __l_1.1..r�',�.•,.�hD�i cui•��,.�__,���.,�l�.l�_v__ Ei,"•5:c�2_�/ 1�1r�G�i��. � ! �v G�--;,� v• �tt _�� �1y`•/ctJ . -��" _� .1 c��'r�L�'-fir E- 'l_r��iftir l..•%�cJ?r C�_1,(�1 �.'�1__C+��.,.�>'_� �_S_Y_�I?��;�_L—�cC��iL[<•<�_���r-�_�7c-F�.Ty�-��cC�__�-r--- �� T�(Ic•- / / ti�.� J "a 't�~.i^_ ��1 \� r �•.tf`! f-/!iC'f � t��• '—%CLl-•/1 1•j/S_ Cc_'�qtr«�� fl f.c%���=`v_L_.r Z_�_���..r��.,._..k;•I. ,4�,1�'.�I � _ �' .at�'r - .[-_ •:'(< .t•._r i r:F't` ."► J/GC! Zf=-•-� F_1_F.� !\°"'r �' �t /.� -r /"LJ l'' 6�'S\1`l�(�+�. //•�C ~i_GC AJ C-• r l C _Z5 -_.L•s.1s'��'���� i>.UC��2C ����5/�_1��:?c7:1:u5 .r��ti�,,,,r_ �c'.i iif �i_ N � uY•vL�,_. Fc--o"r-- �'=r`7..:1 is - 1 Z:5[ ?-lr•eL1 :it 1 L`f�t f: r�`I � / l •!y� SvFF �t`� ttv:a ✓2.�u lsiFt\rc r�.c•.�J To — C.NL�t1�C�L C�:til. V1er'rM Awbuwj) 114b SUSti /%Jt-b AlAZoZ t•R,MARY COLLISION FACTOR RN:NT of"AV cow7ftOL } = s • a a 3141 MOVEMENT/•R[CCOING T/K Of VL:MtCLC A S[Ci10« • Cc«TFOLs Pyw[i NT•I.a COLLISION p CC►tae:3 Wt/J«CT,6«Iaq • r:.CLao(3 ST•Tro.rAGn.1 A STOPPED ?? C. to .,.coca ra1r1«a• C cortwD_s Cascuw[e r t1 /AOC[r01a6 s7..tl.T c C-r.7«11 r1ha11'ca• \C f(��••; S"Est" - _ - - - C -CrC.CTc.lf%cOetca c caw orr.o.D f) L•warOrr•�--•_ TIPILOf COLLISWa O PIC•VI Oa►•w[l TA,rGa O M•a1.6 RIGNY Tvaw 1.1EATNEw w «E.c•or /KAUI Ola►.«[l T.;r C• E MAat.G LEFT T.4- 1• Ca[a. - O ll ar[Sr.K_- r !Ala[. F YArING Y IURw �O ca OUOT C •[•114 PC F T•Ytt u'aLCa 74 .CTOR G [AC011w6 C .-Iwl«G O a.0•.IS•OE T•YCa OR:Acca TvAcla. G Yi ilallcR/3i � N SLOw/w:-STCI►LG - D S•.O.IrG Ew.T comet ___ fCrODI W}• I P-1611-6 07-CISYCNIC L[ E -6F O+[R•uR►lO -- J c-I.0 LANES G •UTwPcDaly-W 1 O:.'.aCf K I.RaI«G V•aCUVp J [M[AG[.Gr r[w•CL[ L.aMTawG w pTw(■ •\\ll. FfL� [rT[a tro raafflC r swrar C-3.3ToucrlOw 'IL Ca•:,L.i - ab TOR Vpa/CLE INVOLVED"or" It (CYIILaC.T L SAMI•FROM rR{NG}7111/[0 C G1'$•-:ora A r0.•COLLISADA L aKTCL[ PRIVATE CX,.c j C VIP--$•FEET 1.19.7s a "Daft••« Y OTwc. AL orae.YNSaI[TI:ANIwG SL((T LIGwTS c cT.[•More..[r•CLE T 2 ] f CTM lw AJACCIATW/ACLTCw LANE [D twt0 O/►OSI► C ^ .•-S at[T L•G«Ts.07 O a.Ot O.Sc..ckc Ow OS w[•■OaDr•r ! Ma••Oa[at rr•c[IT}MaI ~ I,•M( S�,CTT L-cc .a -I E ►u.lp a•pipa r[wi[l( ra•.• • r[srclrot p PAR.[e t•OA Dw AY SUUFACIE .-.�-- _- �__-�__.- - ►•our ro.l.i •,. r rC aICTIO. •;, __ Q •ttTttc �r�S�a ,„x�T,a _- _ O rR.r[LrwG rwo«c..r•I __ !i•• Yc 3[eTroa c. '-S...PI.• u•:CF•,OIL'.arc I ( }.sea Coacr Y>•n�w rc}icr.a.v $ ( a{a aorrrerY-oAYw.Iw.RGV. Nowo.wY cowOITTONS !-..�_- "`Y- Q .. - ` wrs..[ re r•.r[rrr..M i rnauwr- •Ow( TO Iwarl.1/.111 OTr[.O[mCT _ E rIs•C.CAaa L.9.4.70 A .•D.OT...........r r a .1 a••u11 O w.D-vOt• a/w[.c[ OT•c}SJR` w��,���1� • ,J[Tc_-i•or 'e u ce/ .,.T I•'u e. ao.a.•. '''T � t waa- QT I:woc. 7 L C •.C- Cw rw•c.... r•C.]LSTAtA•I�S•C:TIpN { -t G alar-6 Go t.",.c AD-![Lilt I,--clal7 •• aNa urall[•r•wi. a•I +aD- wq,wyl NT �CJ('\ST..rT i;♦aaPa.•[O.c « ,� �,�-_�____._ � - _ _ �-�� � O Y••.O.w• C•Oaa•K•r C•Oas.•la AS 11 I r[t rlpy}COLLISIDA '^ `-- L w1 p.,crc•roar a..mT.. I.TS.Stcl.a. --.- E uwarw o.ua INr Lcr.ca t I I t OCaIO - _ 1 u✓a....uw..rr ROAD v T _ _--. ��- t [w01a•rL.r t-oss.•,w ROT•T _ Cl•[[[Ir(La•..CL( } OiwLR INi SICIL _-- G -`^.•_ .«1(•a[[-•e. K [CU.Iutsr IMPAI.a•car• wC C'w.:SJaI Cew:17.0.3 Q CIG 33•K-+OT •w C•oa$w.a•+ - `- -" • L 7•I••Ctr[D•r.Ict( 1 G S-FAM.11.4 Por ora.« •;r�___ _.__ '� E 1«PC.e_I.Catrc[s S.O.S. - N wf A-LICA.L[ ••��-IF Cr--rr ap•p M,orra•- G car-.wcnra.L: sr.ra:at• I I� «a•c•..urw► I f •.y-y=Y 6T -- I_O.wU.11E. IhVESTIG.TEO Or 1.7. w;;MH ER I REVIE•EO BY f �Y7� NM CJLLIS) N REPORT -EPARTMENT OF CA�if'OR�11A 1(t 1Y PAT ROCS r•aT I -_o, l -- .mss .o- •... »a c.. co.c.al m sr :511-77 �1 ��r%✓� •0. .i 1D 4 .- (0' f, _ air3s r..G 0i*r4•Li"— EAT S --- /� oa ,e a0 II — ccLLI• ��'—.•[a n. .__ ..o. e•, ... r...f:uno. .cu.o. c�r:c� o. Lo uar ..Tcas[:1.ar WIT. On-ow a.AV sTarc..r rtiM. I��fu2ra.,mcs cr�y�` //.0 1✓D +Z TIs D.o 0 res 4.a .,RTY '--ST.M.aoL(.46714 � snacr1.0241Ff3 , r -a la Ck,\l4's L.cc tc.0. -{al( •u �; '��- ata fl(( Celt *rare ,[ICL[ 12. .uaa( LICt%St-C. •' S•a2t Oa.94 3 a►u( f.a•[ •3 D• L■ t 1i 1 Cr lea o•Ie.�acev.a•st•LIT vJ•lt•.aa C..ta•s..:me is I.A a- as oar.an '- E r s :Cf''i F'1J artlC L.Y.T D.3rCS.•.O.Of rc.l:Le u ll, 04.lea rC%Q-.903 Qr Y(M7CL( CA."t YlalaTlOa CMa.G[a [] J LJ caf(aT (� 40Caf (� �+..J •1 - �{: t[•{7s { 4.1.:1 A]c( L..�;• U Ma/ai q TOIL�i'.J".'1.{..Al re sCliG-CJ.L. 1RTY .a..E 4144112•u40a9.La11T) 3U(Lr fpaaLSS ---- 2 .Ia Ca..t4's L.CL.11C.O. ST.Te { •'s, Case sea sa' Irt Sale I.O.g 2 1 LK(►39 10. ta2l O>r.C.•s raut Saul LS Oa1rIn o.4ccr.D.tf1ov.caQf3 s1124ltt2 •. .n or.e•s aoalass p 34-C as Dmlrew Ts.VEL ftlSi SrC[D LIMIT .C:EPa542ICr Of 1(r• c ]•n(0 Qr uCf•S d r(MKY l(Daai( r/Ot•II M c"AAGLO (17[07 L LOC.T10M . -[• pMIr04C 4.00. L 1 1. C L GL Ca wl.'S.aMe a aCC.LS11 •011f Ie0 L) r Q,cs C.. ' ! L.TL%T Cf-%J:INr 104JURCO WAS(C1teCk on*) 1N T••C ss aGE 1 SLu •aTaa st rt•C .MaS OT.c•rU.at •[- YEM. c0u• ala 1 1 •vl.• •[STC••<a.•Ca.if• Ir A'•L3 • L Of/alr 6•wlO ►ass. I(O, cr(tlsr OTw[m •KU..DER D 13p l7 O Q t4 IA 7�Fo Z ` R w fa X_06-- )I trc - >d �:' r 1cc1.`t7 t1{40LA.r.:) VL-4%J rj © i !L iLam Q C { O ❑ O 0 1 1 1 O .avL I.Or( 1 .4=-. 1 1�L t`r j 141 L •V �Z •_.^113 _ f •alr( .aJym2 aria __ -iG i �✓UTr r.- �_ T f <f.lin•�T� -.fxs.a L.-- r,4 'v rc.61UE I S11 ❑ ' D I ❑ 1 O I ♦!C.133 i r 0 14A/ OorrL�71 �.:I'(1t2� ;At mat 1•Xi X77-�ZS ...L {�.L�1� r';4.�'� �A K t,-, 1 1C►I Ya3CtLLaN(OVS tom. 1%Sra•RCI> TO JeA/SLS.. j4,t?IT.4t C&A1 14 VEHICLE TYPE 1441• [ ►sn 1 . J / ROAO TYPE A CoC,VsQ,&L.0,g -v . a co.V9411C.Al.. I.G War �t C TaISC 33+A♦ O ,4([147 lE Cr.[s ICarLa . t.. •ar.ril -� Cr•P 433 rfltir 21-711 C�'=—•"- Mr. Dan G. Ryan August 23, 1977 Page 2 - grounds of liability as to Contra Costa County or that the roadway was not in fact in Contra Costa County but was in fact in Alameda County and under their supervision and control. if in your investigation you are able to provide us with in- formation on this subject, we will of course be more than happy to delete the County of Contra Costa as a defendant when we bring suit. Lastly, we give notice of your failure to state with partic- ularity the alleged defects in the claim as is required by Government Code 5910.8 which failure results in a waiver under Government Code 5911. Yours very truly, CONN O , FLINT E, HOTHEM REH:gg Encl. Police Report ?Y� x a - 0123 UW amcEs of CONNOLLY. HOTHEM & FLINT FOURTH FLOOR 332 PINE STREET SAN FRANCISCO. CALIFORNIA 941134 WILLIAM J. CONNOLL.Y TELEPHONE RONALD E. HOTHEM August 23, 1977 (41s) DEAN L. FONT 421-B222 JANET L. GROVE TERRY L. MEIER .�.�.'= t�/! L: SND RSED Mr. Dan G. Ryan T I L E 1 Deputy County Counsel 651 Pine street AUG ?5 1977 Martinez 94553 RE: Claim of Michael Medina CUIX B.^."D CI% 3U?t1Y=4 CCtiUA =31A CO. Dear Mr. Ryan: _ Thank you for your form response to our claim filed with Contra Costa County which was received in our office on August 22, 1977. As this matter was referred to our office shortly prior to filing the claim, we provided only the information then known. We have since received a copy of the police report which we enclose herewith for your records and review and will be more than happy to provide you with any additional information we have received which is of a non-confidential nature. Basically, we believe the County of Contra Costa is wholly or partially responsible for our client's injuries for the following reasons: 1. The highway involved herein m have been a County Road under the maintenance and control of the County of Contra Costa. We believe this highway was dangerous and defective. 2: We understand that a Contra Costa County ambulance was first summoned to the scene. This ambulance upon arrival refused to render assistance to the accident victims for the alleged reason that it was outside of their jurisdiction. Whether or not this refusal to render aid has aggravated in- juries to our client is yet not known and we will advise you further once we have this information. At this time we do not know the identities of the employees responsible and only provide you the foregoing information as it may aid you in your investigation of this incident. Upon further study it may turn out that there are additional Im 01242 BOARD ACTION BOARD OF SUPERVISORS OF COIT.CZA COSTA COJN"N. CALIFOR.NEA Sept. 27, 1977 (:]�7a=end-d ROTE TO CLAIStlz.'T Claim Against the County, The copy 06 &ZS Zcwn6-tt�rneY to you i.5 yout Routing Endorsements, and notice o6 the action taken or. youa CW_-r by the Board Action. (All Section 8ocAd oJ Supeotviao-tA [PaAagtaph 111, betau}, references are to California given puA4uant to Gavenmwent Code Sectiona 911.8, Co vernm ant-Code.) 913, 6 915.4.- Ptwe note-Ae OwaAxingo below. Claimant: Michael Medina, 3206 Nicole Avenue, Oakland, California 94602 Attorney: Ronald E. Hothem Address: Connolly, Hothem & Flint, Fourth Floor, 332 Pine Street, San Francisco, California 94104 A.,Tnunt: $515,000.00 - CoCounsel Date Received. August 25, via.1977 By delivery to Clerk an ALig..........25, 1977 By mail. Postmarked on I. FROX. Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-notedACLain or Application to File Late Claim. DATED: Aug. 25, 1977J. R. OLSSON, Clerk, By Dn=y T ' L Johnson County Counsel --442-ff , RR Il. FRQM: TO: Clerk Board of Supervisors (Check one only) This/Claim complies substantially with Sections 910 and 910.2. Amended This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). Claim is not timely filed- Board should take no action (Section 911.2). The Board should deny this Application to File a late CClaim (Section 911.6). DATED: 6--�/-71 JOHN B. CLAUSEN. County Counsel, Y Deputy 111. BOARD OR.�,ZZ By =aF1=t:s vote of Supervisors present (Check'one only) (XX) Th;s7�Claim is rejected in full. - Ananded ) This Application to File Late Claim is denied (Section 911-6). I certify that this is a true and correct copy of the Boardh Order entered in its minutes for this date. DATED- Sept. 27, 19271. R. OLSSON, Clerk, by Deputy WA1%1;INzG To CLAINANr (Governmera C, de Sections 911. 6 913 You have o 6 rxnxf-A &to-m rAe ma"utg ad z-,4A rou-e za you wczrrix u,* ch to Yte a couitt action or, this Aciected Min (Aae Govt. Code See. 945.6) a,% 6 months JUm the denial' of your. Appfication to FiZe a Late Claim wzXuw, which to petition a couAt JGJ%ketiej Com Section 945.4 ,& claim-JiVnq deadline (.nee Section 946.6). You may seek the advice oi any atcouey cS your. choice in coimectiopL igith tW rattm. 16 you.wart to conautt-an dtto-tney. you 4houZd do 4a imnediz,,eZq. IV. FR(INI: Clerk of the Board T0: 1) County Counsel, (2) CountT-Ad—=�-n�is-,rat,,, . & (3) Public Works. Business & Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document.-and a memo thereof has been filed and endorsed on the Boardes, copy of this Claim in accordance withSection29705. DATED: Sept. 28, 19771. R. OLSSMN. Clark. By - Deputy Sandra L V. FROM. (1) County Counsel, (2) County Administrator, TO: Clerk ofthe—Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order_ DATED:Sept. 28, 1977 County Counsel BY County Adminis�rator, By Public Works, By 8.1 11 W Re V. 3/77 Page 5 4) (OBJECTIVE 4) TO PROVIDE CRISIS INTERVZAITION SERVICES TO THE LOW INCOW RESIDENTS OF CONTRA COSTA COU M. Pacific Gas and Electric has reported a sharp rise in delinquent gas and electric bills over the past twelve (12) months. The overriding cause of this increase is attributed to the rising cost of energy. To prevent severe hardship to families exposed to this situation we are proposing to provide crisis intervention services that will offer those qualifying households a one time only grant to prevent the disruption of service. It will also provide our staff an opportunity to audit the unit (house) for possible weatherization assistance that could reduce the amount of energy used. As an adjunct of the weatherization and education program we feel that crisis intervention is an invaluable tool. 5) (OBJECTIVE 5) TO PROVIDE SUPPLEMENTAL FUNDS FOR TRANSPORTATION COSTS TO RESIDENTS NEEDING TRANSPORTATION TO SERVICE CENTERS WHERE JOBS, DOCTORS AND OTHER SERVICES ARE OFFERED. In the extreme Eastern portion of Contra Costa County are located the towns of Brertwood and Oakley. The residents there are often without non-medical emergency transportation. In the Western section of Contra Costa County the situation is virtually the sane. We propose to provide the residents of these areas with assistance in reaching service centers that are not located in their co meun i t i es. JQP:Pd eee Page 4 2} ('3jI F 1) TO PRO'r 10F T A!N'P. G TO LO'.': I;:CC:•'- PES I DENTS OF THE CO,.' -,UN I T'( I BASIC UEATHT-RIZATIQ: ANO TO P.ROVIDF MATERIALS SUCH AS 5AT A7;0 LOOSE FILL (CELLULOSE) TYPE INSULATION FOR CEiLINGS, i:EATRER STF!P?V%C FOR DOGRS AND :iidD0:45 AND CAULKING FOR CRACKS ANLD JOINTS TO ElViBLE RESIDENTS TO INSTALL 4HEIR C%d MEATHERIZATION MATERIALS. APPROXIMATELY 55-60 PERSONS WILL BE P:-r,ViDED TRAINING AND MATERIALS. TRAINING WILL ALSO BE PROVIDED IN ENERGY CONSERVATION. (INFORMATION AND ENERGY CONSERVATION EDUCATION PROGRAM). APPROXIMATELY 150-200 PE945O:°dS WILL BE PROV I DED WITH ENERGY CONSERVATION INFORMATION AND EDUCATION. All those who are in need of weatherization assistance will not be beneficiaries of the Community Development Rehabilitation Program because of the limited funds in that program, and hence mould not be included in Of above. However, the Housing Counseling and Training Program, (administered by OEO and funded with Community Development funds) which is designed to train not only residents of rehabilitated homes but also other residents in the cocrunity in corrective and preventative maintenance, would include training of low incom residents in basic weatherization work and energy conservation, provided that training materials, training assistance and weatherization materials were made available through Community Services Administration Emergency Energy Conservation fends. 3) (OBJECTIVE 3) TO PROVIDE TRAINING AND INFORMATION IN ENERGY CONSERVATION TO APPROXIMTELY 150-200 HOUSEHOLDS. In order to assist low income and the low income elderly residents of Contra Costa County in becoming more cognizant of conservation measures easily adaptable to their own hares. Soros of the residents will be reluctant to participate in energy conserving programs despite the preponderance of evidence indicating the positive economic dividends of such programs_ Because our communities contain people of diverse ethnic backgrounds our program for education will necessarily have to be diversified to those needs. Emphasis will be put on the national and local need to conserve all energy. Coordination and cooperation with other conservation efforts will be sought at all tires. � 01?�9 • Page 3 0!1'TE: There is a minimal ar.�unt of replacemnt of heaters and winnows as it relates to code enforcement and health and safety standards). A companion procrar to the Housing Rehab Program is a musing Counseling and Training Program which Is aimed at providing occupants of rehabilitated housing and other residents of the community with training assistance In preventative and corrective maintenance to enable them to maintain their houses in a safe, healthful and attractive manner. Methods to weatherize homes and to conserve energy could-be a part of this training program with the proper resources. PROPOSED EFFORTS TO MEET THE NEED (PROPOSED PROGRAM) The program that is proposed is two-fold: 0 (OBJECTIVE 1) TO PROVIDE MATERIALS SU04 AS RAT AND LOOSE FILL (CELLULOSE) TYPE iNSULATiON FOR CEILINGS, WEATHER STRIPPING FOR DOORS AND WINDOWS AND CAULKING FOR CRACKS AND JOINTS, TO BE UTILIZED IN THOSE HOMES THAT ARE BEING REHABILITATED UNDER THE COMI"ITY DEVELOPMENT REHABILITIATION PROGRAM. APPROXIMATELY 25-35 HOUSEHOLDS WILL BE PROVIDED MATERIALS. The limited availability of funds in the Community Development Rehabilitation Program does not alias for weatherizatIon to take place. Personnel from the County i3uilding inspection Department, which administers the Community Development Rahabilitiation Program, state that there is a great daal of heat loss in those hoses that have been inspected and those that have been (or will be) rehabilitated because of lack of proper insulation. Consequently, fuel costs are and will remain high and heat loss will continue for these low income residents unless insulation material is Installed. 1-lith the purchase of the needed weat•'herization materials through the CSA Era rgency Energy Conservation Program, the labor to install the insulation will be provided by CETA ercrloyees hired by Contra Costa County and assigned to this CAA. �' olms Page 2 As a result of a survey by the County Building Inspection Vepartmnt of the condition of homes in three of these above five areas, the folloding information has obtained: Prior to the energy problem there was no mandatory requirement for insulation. We may then assume that housing construction prior to 1969-70 and in the older sections of flown lack ceiling and wall insulation as well as weather stripping. This would break down into the approximate numbers as follows: North Richmond: Of the 688 dwelling units (including duplexes and apartments) none of the units contained insulation or weather stripping when constructed. Rodeo: Of the 1,159 dwelling units (including duplexes and apartments), 765 could not meet any standard of weatherization. 1't. View (Martinez): Of the 456 dwelling units (including duplexes and apartments), 237 would not meet weatherization standards. A survey has not yet been completed on dwelling units in Hest Pittsburg and Oakley. However, the conditions of West Pittsburg in one section are similar to North Richmond, and In another section, to Rodeo. The conditions of Oakley are similar to those of Mt. View. PRESENT EFFORTS The first, second and projected third year activities within the County's Community Development Program Include a Housing Rehabilitation Grant and Loan Program for owner-occupants of substandard housing units in the above mentioned target areas. Mork and items of repair eligible under this program are primarily to make repairs and improvemants necessary to the structure to correct health and safety hazards and to make other necessary repairs and improvements in order to conform to code standards. Energy Conservation/Weatherization is not a part of this program because of the limited availability of funds. Septe.rter I, 1977 CONTRA COSTA COU-ITY CONKM I TY ACTION AGENCY PROPOSAL for COM MITY SERVICES ADMINISTRATION EMERGENCY ENERGY CONSERVATION PROGRAM DESCRIPTION OF PR03LEM (THE NEED) Contra Costa County has a significant number of low-income people living along the northern and western boundaries of the county, adjacent to large bodies of water (San Pablo Bay, Carquinez Strait, Suisun and Honker Bays, Sacrar.+anto and San Joaquin Rivers). The climatic conditions under which these people live is that of cold nights, high winds and fog. Dwellings in these areas were some of the first built in the county, as development centered around the water routes. As economic Interests withdrew to the canter of the county, and more stable weather, these dwellings became the residences of ethnic minorities and low income people. The areas of North Richmond, Rodeo, Mt. View (Martinez), West Pittsburg and Oakley (which are located in the areas described above) are specific areas wI+h a high percentage of low income, many of whom reside in deteriorated housing. According to 1970 Census information, 1,160 residents of North Richmond are low Income; in Rodeo, 719 residents are low Income; in Mt. View (Martinez), 778 residents are low income; in West Pittsburg, 1,607 residents are low incor,�e; and in Oakley, 763 residents are low income. Microfilmed with board order G i Y k V? `a a G �9 UG U C^ u l } G>•^ F P r•r +6 r � u • 6 � Y'v � R pfc t p d Z y a 7 v t ? a^• 4 U W , ✓ ►s U 6µ< w c V n n N ai a e V t \ \ jG O� t T w+ y l M y Oaf w G I IOfV�G b y i ^7 o w y A ` �G � � O •� ` t u Y Y o p fl^ S ,- r o .w t r '• �' � N J � 6 t .� 'D9 C� 64'0 ahs C t!f O r , L OGm 6r+ h OGay $N N C? p b tf y O p oaP C- O p w�.. N �^ty r t.—O.r" E i ♦2 K "o x a'F'V I Co{^ yp. O t V G G r V G e ` Oi opr. °n � a'vv °fl oA o' x a �Or o A•Y 00, 4 `Gy.,d`� r�, ¢ •� :' ` °j Ot' c. ��,G� N U {• o U G � - A e r a t'j V G d U Y lD � r o ➢.a J Jyr u N V O• G 4 r` V � "�`Y o� SCO O = i �; G d•Ch 4 i c � V Jro , 04� 0r ,4r,�-^ c J�'' i V FAp G 4 Gtr M " Cl Cf C`+ �t�vA a ti O'er +1.. - of u> _ f0 LL i` > F M n n CD J p V n p GST a _ u u1 4 Ti • $9 'o c oM y •l � a te e$ M <D � � oma•. x �a -z`• o` Irl .t i u - O C P IV! z� d ? •y cam' \ c tt d tt - >6c o\C C � Y O � ? �`GKc T\• r'• c = u c z au \` z•1 > eV p ! 1 1 1 1 C { 6 0 r W J< a 1 l 1 1 u �• i a4- CL u z c ' a i 0 _ J 9 0 q O a 0 L 6c U O < C 4 C O as C > O D ?q 0 0 1-i- C 7 C— u a > C14M0 N w t, L—OOC qL CL OL O•a LOV—U-- O'O •�- U0 q _ ?uO 0 ' L O 7 c- U O 1• 00 - 3300 C 4- CL La ' O a 0 UL ; i- L 0 V-U�) C` 3 Ci- O. - u � an„ , F• yn < OO— O O O >. Oa C IL C L C L O n.E0C,02 O C} ru C— O V a O u AC O > O + p nu .II C 01 Q c 13 0 0 a a O a 0 COL i- C— L L V—•- a u a y x O OL O +- L 2 04-2 O L � V L >t - 0CC - V^ - O CC L C O CO7 O : —— N 0+- c— O - . G •L > q y C 7 E C— C 7> L O Q 0 L L a*0 4 ' Y C .x L 0 0 I 0 0 0 0 7 0 0 0 > 0 0 00- 0 7 u' �._ -7 ' o u 0 aU L-0 cuo.-urt [c . raD W is u C d CJ F Cql t OS aa 7 VI F N y d — N M Q lil 116 — N Y 4- z J t. 0 c o 0 v L Y o < OF O O•- o G 4- 13 D C .O > V W C C 6 •+ '.0 IJ yO{ O6•- m a y 4 .� . CP 4- O-- O > L O o C y< c C}_. C O L p Z R i o U o..z > >,. 0430 - usc A* z i <� < l L ` c„o O_O u E V i- 0 y V C C L 2 C >.X C ?E QC C C Q u _ c.. a Orn a —3 c c < < L U l O C N . 0 6 l U 0 C V 1- n o c 0 c > > O O a o� no—a- O � .L. v t•'1 � o•R C1 u O < C < Z3 Jo 0 CL Q tl ti i� h M J 1 � E v c MX IL 00 ❑ V C ut 4 a s.U O 1= V � L i 0t.1 Y 2 V G m C Q v <2 a - C b Vno t %i 0 0 +- C a - ��__ n fJ} C � K u IR. ' 5 Y t? V V1 „j a kin ^ � biC V q {tl • {L• f I N _ Nu nK N O ¢ W W ~ > .0 p 10 .a: > co »a o r e V to O C # C > n V v c 108 @ b :ti ID m L O O c u <Lu a • < c O c } }w q C U �> S }. to .12 O►O c Of 03 Q i- N +- c > c c_ i E+- a O 92 * U O O C C -• C O L K L 4-} >' in a u 'o m- -- N @- O - N to 9< S C ^d q 4 .= q } aC T C y< nu 4- E •F L } @ T@ g-fOC--C o W 70 MCC 3 10 tz Q}} }.Of Nq 4- _•- ad COg CCLq 6 < TQv+- 94- •'O � O fd<uR< O M V 1� 0 } C-- @uOUN- La- O7L nD l C _� @c.-- lm- '9- o m > mq- o c -Z On.O t^ N > O u C: u �� ua= 4o h 0 < - I-acemto-V'I NII. mcL' � a o� . T•Q V - C4 on V' til 10 r CQ Cf 2 V Oj M CL O. V- a o 0.- ^ c ° u r Y V N .M 4-2 C C A O C`�•• T u g C O b C u L N a•- N to 0- Y o a C '",• Q 7 N V 0 ••� �d L C u i i- h L N U L{- L. I dl.- �` e 7 <4'� O 41 7 O C L >}+-+_ S q O t9 a O t 2 z n VO< p ? !-- C0 CN0 0 o Cqi L�bO uL O-cL N-t0 f4 f9 2 -AsO i L 4- p r� 0 q O a NO ic O O Oz- L +- L OOi- mOc 4- 3 0 +- S.- V U I' } Ob { tc+N +Q r3 f3 VL9 oC3V07uv@- caCRC CQZs 'E6�`vy •i,�VuM. o 0r- CC 0 C, +7 - O Mq >, . Om E XC._w u c c c +7 a L L O L C 191 O q +>, 0 N X--i�'>' L O O c O K OC 6.} .�••�•{-,p�✓, O u L... ,•�--. C L 1-UU •+ TS 0i76C 43 cm W L} 4- 007V Na 0 C 4 < z c- q0 - Looc0aan.0ac2c- b_mL u 0 - i- L U••• 3.fl L all'U u q L i-i-< CL i✓- y t o t/1233 A �J j c f� e u u= o c n ou <c U a a a O - y e p e M h J - ^ M o VO M rus V7 v G n p n salts J' a .Q. ❑ O 4 � C O O -�c -. _ 7 G• z " _ C - O C u C r _ o c < o z o a r T uC < f- - r C ~•J 1 p zn r u s z _ O U z oc c - •. 1 v2 r - OC OY. c� c z a i q•t O w -O > U a > o : p p CL N r u M o O-O = a - 0 CL s c H .Nr } c O t E-- a: o c u O O^ E.0 7'O +-'F- L.-+- =C O O.O a 0 Vi �a u `<� i i m 0-0 m > 3 C C?-O+-U ' r 0 { 'V mom-O q- O 4i+• C7i Q O o O - �O C Q- ' t] c Y u 'a- - -- oJ ` r C o U u O L O m G i� 0 7 •�{- O Ol m+- O•-+-:10 O - 2q N 0 i-+-- u•o u J �r O'D 7 }'OA0-aLO}i-- OLq V > O> 7 Gt-'N.'A 00O1O CfOOCOOcUr C Or _�aa C-a Ell, p +�r44• a Lr 0o OrO Ou OCCO <Q: q'--r-- A-+- o- a0t D c �Co NO � L- OC OL > 4N O o V t• 7A O L pa m-w} oOm m O CL LV Ccs O 0cr CLUq- u CDQ < 3OCP .% , i� I a C7 o ou otoq _ — N A Y1 _ L C z co Oat �Y 0 eg O C « a V +7 s Fu T C ca C ImA C} G O 7 O N S-C I C O V a# vl } I- = L V -O F O L c d,8.V b C V y r 0 A v ?CI O Q C- Q.{..0 A N u in c oL Y z 5 O J JFp CDL OTl 0 0 O a 0+- o O u c L Q to. L O ► ► o e J C L t c c - 4+- c o_`- 7• > O C L Ott p n O - r Y L to O > 7 D Q O•- 0 0+- O L f7 O �'a- < U O Y c uru L-F- L-o O L h r U 0.2 U 4 G O C c a g c c p 4 L 4l C 3 C C z G < u i- im C O C 1- U N O m-- C C U O $ C -C ► �y u S _ S � O C v V r N G L m w F-��p V Lv1 ~-O---fY G+C t < u c, pp < _ j = U U .. N O C O O^-; E o Q n . O L O 9 p!c < r < 0 p .4-= 7 i- O C 08 -i- O a C L ! - _ WU l.7 - t* 00 UA LU -Id+- OO x0Lw v 01.232 IQ 1 40 C> 01 6 C3 a o 2C> CD, Ox an bf cc V- M LIJ IL w C) 3E ? 8 i Idw , �Lj L3 4 = I a E w �zt UW LLS JV t LLI LL z t ori i ~ u z to u a w W ir cc 0 x ILI a O ax tu 0. z -j a. A t I LLS I-- I 6 CL 2.. uj .Z #A t IL US (n LL. -j U- 0 'C LI VA 4.1 xta 0 u we -C U) N z CL U, CW ti 3 m us I.- ww wT w cr tn CL < CL t:r*( if 'V) CA LLI uj tn kn WC3 Lu m 4C IX LU ca uj z R; IL Q. 'x V; 21 CL w LLI to, cc. ----------------- CL 00 'Coz 40! Duo Ni. (nm ID o e•J< :-C u m N ,O ► f t{ u u 1 =E 0 j I 1 1 w •� o a " i 3 ! t sr_ < 0 LL us It f < ;ci vLULU -JU <W ! Q! ! p Q! f IF-2E LLI Us ui « cn ZZE vj F i t { ! z W!� I = f of- RI O! o f i L) tY{ IL i ai < 1 F=zr z` IL2 CL { ` a j < i Lu aM I ! z N 1 a t ! f W < �u o o i + ! ' -- � o i ! LL- L-- w o! z i 2G U c f Ot L7• 5 Qi p ( tLIJ cl 1 i + uv o t w W x ! 7a' Q! IL j Wt i I _ z u C M 1 b! H f2' I 3 L QQ N C to W t~/} I O z W u ! ¢z cq U 31-i I z c po i !�C I iZstCA m ! z J p J t u�0 {{k WI ! W ! J ) C W �! gx I c Ln u=i� Qom! �) `Ji c WI 1 /- UD C�j ,i Z5 w L!I tas ul } ! t i _ ►- .�u L 0 zi I I 1 ! 'e =ax CD0 CD 10 i U w i e s7 O 1 ;) rik t4t O 3 V b ; N t.._! s t � • � t ! � Cit C1. < �Op Q 1 Q kn a�0 s tVi - - ---£-. . J tjZ LU 0 Jtj _ `�Z` N '•' �� v "" 4U 0� �G on 0 1 tatp ; a i &L F— , o c°G7 i '-- t i 's G► n ta 1 = I t J J CL o Ocf Mi ; f t ; K < i 81 za 0 0 ZC !u' i ' _E� IL a LJ —or 0- IJ 0 0 Ct; W el a 1 1.-0 - I i r 0 i -C r 'SOIC .--T-T 'am < Ls -C z 00 4L CD CD j Co j Qn i CD CD 0 11D 11D CD 0 Co u, u <; a Zia. :3 LL Ll o 10 C 0 C> 40 CD C, 0 go q q C. cc ID' z C�' Q IL In Cc M pf! CIt I -j CLi ta "..i 'o In tj.3 Co z a f CD Co C ; C, C� u la 6,0 0 in N 's" C> 0 dI L Z 0 m 00V7 Lu i N—SO 'ON OU IIL IL 9L -C C) 0 0 ro ive� u -j w < uo :T"' Im 0 k$, V : zj'c 00 03 0.4 Z- mu u 703, ism 01226 In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 In the Matter of Authorizing Submission of a Proposal to Community Services .Administration by the Office of Economic Opportunity for Emergen Energy Conservations Program Fund The Chairman, Board of Supervisors, is hereby AUTHORIZED to execute and submit to Community Services Administration a grant proposal in the amount of $142,010 for continuation and expansion of the Emergency Energy Conservation Program to be administered by the Office of Economic Opportunity during the period beginning October 1, 1977 through March 31, 1976. APPROVED BY THE BOARD September 27, 2977 ,r I hereby certify thou the foregoing is a true and correct copy of an order entered on the minvies of said Board of Supervison on the data oforesoid. Wangs my hand and the Sed of the Board of Orig. Dept.: OEO supervisor cc: County Administrator affixed this 27th dap of Srntember 1927 Auditor-Controller (OEC to supply County Administrator !A., J. R. OLSSON, Cterk and Auditor with copy of grant Deputy Clerk proposal) .oxine H. leaiield H-24 4117 ism 0122*7 A. G. Will, Administrator September 23, 1977 Page 3 5. cont'd and ongoing basis and that the County has the capability of meeting all reporting requirements of the State and Federal Governments. CLVM:clg cc: Dr. George Degnan, Medical Director Art Schroeder, Chairman, Council on Aging Don J. Ludwig, PHP Administrator June Larson, Contracts Administrator, HRA ` 4 gK - �w Y y C f C .T: F 5 A � x r 01226 y A. G. Will, Administrator September 21, 1977 Page 2 increasing the premium. If it appears we are building up a balance in the trust fund we would recommend a reduction in the premium. For those aged enrollees eligible to both Medicare and Medi-Cal we presently receive $46.50 from the State to cover the deductibles and non-Medicare eligible services. We propose to establish this same rate as our premium until we have gained some experience. Corresponding premiums for the disabled and blind Medicare eligibles are $84.49 and $77.99. We are continuing to negotiate with the State Department of Health to provide similar coverage for the Medicare beneficiaries who are unable to pay the full premium. For this group of ;Medicare beneficiaries we are proposing that the Federal Goverment pay their premiums, that the patient pay the amount they are able to pay based on our medical eligibility policy and that the State pay a portion of the premium based on their liability for coverage under the Medi-Cal program. We will report further to you on this aspect of the program later this year. I therefore recommend that the Board of Supervisors take the following actions at their meeting on September 27, 1977: 1. Set $446.50 as the premium to be charged to aged Medicare beneficiaries for coverage under the HMD contract. Corresponding .rates for disabled and blind beneficiaries are $84.49 and $77.99 respectively. 2. Authorize the Medical Services Department to notify the State Department of Health and the Commissioner of Corporations of our intent to enroll Medicare beneficiaries in the HMO who are ineligible for Medi-Cal effective January 1, 1978 and authorize Medical Services to submit necessary documents to these agencies. 3. Authorize the Medical Services Department to submit marketing plans and other necessary documents to the Social Security Administration for approval. 4. Authorize the Medical Services Department, subject to appropriate approvals by the State Department of Health, the Commissioner of Corporations, and the Social Security Administration to enroll Medicare beneficiaries who are ineligible for Medi-Cal in the HMO subject to their payment of the appropriate premium as set for the above. 5. Direct the Auditor-Controller and Medical Services Department to work together to develop the necessary trust fund, accounting procedures, and data processing systems to insure that premiums received are segregated from other revenue, that charges made for these enrollees are accounted for and charged against revenue received and that ongoing report- on the status of the trust fund are available on a regular r ?- .1-luman Resources Agency I? �� September 21, 1977 CONT N Y RECEIVED To Arthur G. Will County Administrator ScPx/ 1977 From C. L. Van Harter, Director ' R. °�"' aeuc eoAan of wvEevIsoas itA CtCWA C.O. Subj EXPANSION OF MEDICARE HMO TO INCLUDE NON MEDI-CAL PATIENTS On October 26, 1976 the Board of Supervisors approved a contract with the Social Security Administration under which the County would operate a Health Maintenance Organization (HMO) for Medicare eligible enrollees. At the time the contract was signed it was also clear that the Medical Services Department was not to enroll any members without further approval from the Board of Supervisors. On March 22, 1977 the Board authorized limited enrollment (actually reenrollment) of the patients already enrolled in the Prepaid Health Plan who were eligible for both Medicare and Medi-Cal. This is in process and the County began receiving capitation premiums from the Federal Government for these patients as of July 1, 1977. We now have 391 such enrollees and received $30,900 for them in the month of September. We believe we are now ready to recommend that the Board authorize a further expansion of-enrollment to include any person who is eligible to Medicare but ineligible to Medi-Cal. This is a patient who has income and resources which exceed the Hedi-Cal standards. At the present time, these patients are faced with a bewildering array of deductibles, co-insurance payments, and the need for services which Medicare does not cover. The Medical Services Department is proposing to permit Medicare beneficiaries to enroll in the HMO. Each such enrollee would pay the County a fixed premium each month, regardless of whether they receive any services. In return for this premium the Medical Services Department would provide a full range of medical services to the enrollee without any further payments. In addition to the premium paid by the enrollee, the Social Security Administration would pay us the ongoing Medicare premium to cover the services eligible for Medicare reimbursement. The premium paid by the patient would cover all other services and their deductibles and co-insurance payments. The patient can choose to enroll only for Medicare services or can choose to enroll for both Medicare and "supplemental services" by paying the premium to us for such services. We anticipate that the majority of enrollees will choose the entire program because of the heavy load of payments for which they would otherwise be responsible and the relatively limited level of services they would receive. We are recommending that a special trust fund be established in the Auditor's Office to receive these premiums. All services provided to enrollees will be billed against the trust fund. We will then be able to determine on an ongoing basis whether the program is costing the County money or not. If the program begins to cost money we would recommend � 0122 In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 , 19 In the Alatter of Proposal for Expansion of Medicare HMO The Board this day having considered the request of the Human Resources Director as reflected in his memorandum dated September 21, 1977, that the Medicare HMO be expanded to include non Medi-Cal patients, that a premium therefor be established, and that other implementing administrative actions be taken; On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that the request of the Human Resources Director is REFERRED to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for review. Passed by the Board on SEP 27,13-77- I 713-77.i hereby certify that the foregoing Is a true and correct copy of on order entered on the minutes of said Board of Supervnon as the dote aforesca Orig: Administrator Witness my hand and the Seal of the Board of cc: Finance Committee supw--imm Human Resources Director ffi d - day c4SEP 2 7 ; 19_ J. R. OLSSON,,Clerk By r . .. Deputy Cle•k IL Robbie G ;=. H-24 a»tsm 014j1?j"VW*j 9. 2. New Airport Site Federal $54,000 County *72,000� Total � Subtotal - County Airport Federal $290,761 County Service Areas 1. M-17 Bay View and Montalvin Manor Park Federal $263,000 State 39,317 County 37 17 Total , 2. P-1 Crockett Senior Citizen's Center Federal $30,000 Other 8,400 Total 0U 3. R--7 a. Acquire Park Site No. 21 Federal $132,516 b. Improve Veterans' Memorial Building State 212,102 C. Comnunity Park No._ 1 County 183 150 7 Total , Subtotal - County Service Areas Federal $425,516 Sanitation Districts 1. SD-15 Treatment Facility Federal $4,974,400 State 829,100 Other 2,609,132 Total Subtotal - Sanitation Districts Federal $4,974,400 SUBTOTAL - Public Works Federal $11,173,906 State 2,136,986 County 997,626 Other 2,917,532 Total , GRAND TOTAL - ALL DEPARTMENTS Federal $30,842,299 State 2,585,741 County 2,087,121 Other 39679,324 Total � 8. 3. Highway Safety Program Federal $130,900 County 60,500 Total * a 4. Safer Off Systems (SOS) Federal $244,398 County 121,000 Total 4365,399 5. Waterfront Road Bridge Federal $282,975 State 868,025 County 50 000 Total $l.20i;00a 6. Secondary Federal Aid Federal $429,000 County 96,700 Total 45Z5,700 Subtotal - Roads Federal $1,222,273 Public Works Employment Act - Round II 1. Miscellaneous Stormdrains Federal $722,000 County 72,200 Total *794;£ 66 2. Handicapped Ramps Federal $189,000 County18,900 Total ,90 3. County Administered EDA Building Federal $2,163,000 Projects County 216,300 Total 4Z,37�b0 4. Other Districts Administered EDA Federal $975,000 Building Projects County 97 500 Total $1,072:500 Subtotal - Public Works Employment Act - Round 11 Federal $4,049,000 County Airport 1. 19-R Clear Zone Federal $236,761 County 22,239 Total *Z.J9,000 01221 7. 3. Demographic Data Study -State $20,000 Other 7,500 a Total , SUBTOTAL - Planning and Community Federal $3,920,300 Development State 20,000 Other 7,500 Total $J,947,500 Public Works Public Works Department Administration 1. Emergency Telephone Service Federal $61,956 State 3,442 County 3,442 Total $b$;'$0 2. ABAG Environmental Management Study Federal $16.000 Total Subtotal - Administration Federal $77,956 Buildings and Grounds 1. Therapeutic Pool Federal $114,000 Other 1 �0U0 Total , 2. John Marsh Rome Federal $20,000 State 185,000 Other 160,000 Total a Subtotal - Buildings and Growds Federal $134,000 Roads 1. North Richmond Frontage Improvement Federal $120,000 Community Development Other 2 000 Total X0,000 2. Pavement Marker Demonstration Program Federal $15,000 County Not Determined Total 01220 6. 2. Child bay Care Federal $405,648 Total :'WJ,b4b 3. Area Agency on Aging Federal " $518,608 County 58,284 Total 55T�8z37 Subtotal - Social Service Department Federal $964,860 Community Services Agency 1. Economic Opportunity Program Federal $954,000 County 139,930 Other 523,900 Total 2. Head Start Program Federal $600,000 County 63,260 Other 133,700 Total 479b=960 3. Energy Conservation Project Federal $30,000 Total 430,000 Subtotal - Community Services Agency Federal $1,584,000 SUBTOTAL - Social Services Federal $2,548,860 County 292,380 Other 657,600 Total Planning and Community Development 1. Community Development Block Grant Federal $3.913,000(1) Total *31913,000 2. ABAG Environmental Management Study Federal $7,300 Total 57;366 (I)The $3.913.000 Community Development Funds includes $1,403,700 in County Budget with the remainder or $2,509,300 going directly to other agencies. ("910 5. Education Department of Education 1. High Input Program Federal $80,000 Total 0U 2. Computational Skills Through Metric Federal $82,949 Measurement Total x,`943 3. Neighborhood Youth Corps Program Federal $1,512,070 Total S1 070 Subtotal - Department of Education Federal $1,675,019 SUBTOTAL - Education Federal $1,675,019 Manpower Office 1. Public Service Employment Programs a. Title I Federal $3 343 934 Total '43,934 b. Title II Federal $1,454,880 County 84 840 Total $1,539:720 C. Title VI Federal $3,284,300 County 40 340 Total fi3,t640 Subtotal - Public Service Employment Programs Federal $8,083,114 SUBTOTAL - Manpower Office Federal $8,083,114 County 125.180 Total Social Services Social Service Department 1. Retired Senior Volunteer Program Federal $40,604 (RSVP) County 330 906 Total :510 M V1� 4. 7. Lead Poisoning Control Project Federal $10000 Total 8. Nutrition Project for the Elderly Federal $3556,60 Total , 9. Home Health Agency Federal $474,822 State 92,497 County 18,499 Other 30,832 Total 10. Clinic Support Federal $77,614 Total ,RT 11. Clinic Coordinator Federal $2255 19966 Total , 12. Pregnancy Testing Counsel Federal $17,601 Total $�'6r 13. CAL-OSHA Technical Assistance Federal $2,000 Total W,000 14. Geriatric Screening Federal $59,923 Total *59'M 15. Child Health and Disability Prevention Federal $143,028 Total { $ 16. Child Health Screening Federal $776500 Total , 17. Pre-school Nutrition Federal $1 10 Total , 18. Crippled Children Services Federal $80$01 896 Total , Subtotal - Health Department Federal $2,385,585 SUBTOTAL - Health Care Federal $2,408,780 State 391,505 County 78,499 Other 35,818 Total , 3. Law and Justice Systems Development 1. Justice Automation Assistance Program Federal. $209,550 State 11,026 county 270,000 Total Subtotal - Law and Justice Systems Development Federal $209,550 SUBTOTAL - Law Enforcement Federal $1,032,320 State 37,250 County 593,436 Other 60,874 Total Health Care Medical Services 1. Non-Methadone Narcotic Abuse Federal $23,195 Total Subtotal - Medical Services Federal $23,195 Health Department 1. Liaison Nursing Project Federal $11,125 Other 4 986 . Total $16';111 2. Medical Services Project Federal $44,100 TotalrF,3b16 3. Immunization Assistance Program Feodeial $488 8366 Tta $48:836 4. Women, Infants and Children Food Federal $86,418 Supplement Program Total Vffs?T$ 5. Family Planning Program Federal $14,000 State 299,008 County 60,000 Total TSM.M 6. Urban Rat Control Project Federal $117,716 Total TTL7=S 01216 2. Subtotal - District Attorney Federal $62,674 Probation 1. Adult Drug Abuse Prevention and Federal $27,677 Treatment (ADAPT Program - Third Year) State 1,536 County 56,105 Total 2. Eastern Contra Costa County Juvenile Federal $13,459 Intervention Program (Third Year) State 749 County 26,029 Total r40,237 3. Community Detention Program Federal $172,479 (Second Year) State 9,584 C592ounty :655 Total 40 al 4. Open Space Program (Second Year) Federal $50,288 County $ 555 Total �,,, 5. AB 3121 Implementation (First Year) Federal $61,285 County 6 822 Total $68"l 'f 6. Alcohol Belated Crime (First Year) Federal $67,423 State 2,389 County 4 102 T :914 Total 7. Serious (602) Offenders Program Federal $67,423 (First Year) State 828 County 6,663 Total mac,914 B. Juvenile Justice Information System Federal $9,450 Study State 525 County 525 Total $10,5W Subtotal - Probation Federal $469,484 Public Defender 1. AB 3121 Implementation Federal $17,000 Total , Subtotal - Public Defender Federal $17,000 r � 0215 SCHEDULE 11 Fiscal Year 1977-1978 Federal Grant Programs Law Enforcement Sheriff's Department 1. Countywide Strike Force Federal $129,902 (Terminates 12-31-77) State, 7,217 County 24,687 Other 59 860 Total $2221',666 2. Drug and Narcotics Analysis Program Federal $1,149 (Terminates 9-30-77) State 64 County 4 349 Total 45,562 3. Fingerprint Retrieval System Federal $2,651 ;TeinAtes 9-30-77) State 147 County 2 101 Total 4. Friends Outside (Third Year) Federal $15,000 State 833 County 19 500 Total $35,'333 5. Women's Minimum Security Facility Federal $124,910 Project T taalty 9 9 616 Subtotal - Sheriff's Department Federal $273,612 District Attorney 1. Consumer Action and Education Federal $7,344 State 408 County 4 248 Total a 2. Rape Victim Assistance Federal $32,103 State 1,944 County 929 Other 1 014 Total $35•,` 3 3. AB 3121 Implementation Federal $23,227 County 2 581 Total $25:808 8. SUBTOTAL - Public Works Federal $1,552,746 State 2,297,585 County 661,495 Total 4� GRAND TOTAL ALL DEPARTMENTS Federal $16,259,479 State 2,638,708 County 1,681,486 Other 698.30 Total . ;f 'f r i r 7. Roads 1. Safer Off Systems (SOS) Federal $167,423 County 59 469 `Total , Subtotal - Roads Federal $167,423 Flood Control 1. Various Flood Control Projects Federal $832,200 State 2,229,000 County 520,100 Total $3,3$�6tf Subtotal - Flood Control Federal $832,200 County Airport 1. Master Plan Study Federal $17,955 County 8,979 Total Wb,934 2. Aviation Easements Federal $87,668 State 7,335 County11 697 Total $106:700 Subtotal - County Airport Federal $105,623 County Service Areas 1. R-9 Feasibility Study Federal $5.000 Total $5:000 Subtotal - County Service Areas Federal $5,000 Sanitation Districts 1. SD-15 Treatment Facility Federal $367,500 State 61,250 County 61,250 Total a� Subtotal - Sanitation Districts Federal $367,500 6. 3. Food Coalition Federal $7,366 County �2096 Total , Subtotal - Social Service Department - Federal $252,970 Office of Economic Opportunity 1. Economic Opportunity Program Federal $1,052,700 County 110,998 Other 520,373 Total 41,684,071 2. Head Start Federal $439,697 County 54,363 Other 6fi557 399 Total , Subtotal - Office of Economic Opportunity Federal $1,492,397• SUBTOTAL - Social Services Federal $1,745,367 County, 243,396 Other 583,772 Total 42,57Z,535 Planning and Community Development 1. Community Development Block Grant Federal $2,347,000 Tota 2. ABAG Environmental Management Study Federal $2�Oz0 Total , SUBTOTAL - Planning and Community Federal $2,368,700 Development Total Public Works Public Works Department Administration 1. ABAG Environmental Management Study Federal $75, 000 Total , Subtotal - Administration Federal $75,000 oiz�, 5. 2. Blind Skills Program Federal $92,786 Total $92,786 3. Computational Skills Trhough Iietric Federal- $70.624 Measurement Total �70,6 `r 4. Neighborhood Youth Corps Program Federal $1,212.070 0 Total 5. Appraisal Instrument Inventory Federal $121,557 Program Total §�5'7 Subtotal - Department of Education Federal $1,673,907 SUBTOTAL. - Education Federal $1,673,907 Total § Civil Service Office 1. Public Service Employment Programs a. Title I Total $3,374,237 b. Title II Total $852,520 C. Title VI FederTotalal $1,908,140 Subtotal - Public Service Employment Program Federal $6,134,897 SUBTOTAL - Civil Service Office Federal $6 134,897 Total $6 Social Services Social Service Department 1. Retired Senior Volunteer Program Federal $30,604 (RSVP) To24,939 Total *65,54N X 2. Area Agency on Aging Federal $205,000 County 31,000 Total , � Q2� 4. 7. Urban Rat Control Project Federal $170,436 Total MUM, 8. Lead Poisoning Control Project Federal $135,622 Total 4135,622 9. Nutrition Project for the Elderly Federal $279,402 Total X940' 10. Venereal Disease Control Project Federal $20,000 Total 11. Cervical Cancer Screening Project Federal $22,828 Total. 12. Clinic Support Federal $35 Total , 13. Clinic Coordinator Federal $17,98833 Total , 14. Pregnancy Testing Counsel Federal $100 Total , 15. Screening, Diagnosis and Treatment Federal $566 600 Program (EPSDT) Total *566;600 16. Home Health Agency Federal $198,120 State 142,240 County 162,560 Other $ 0 Total , Subtotal - Health Department Federal $1,767,731 SUBTOTAL - Health Care Federal $1,821,410 State 304,240 County 222,560 Other 21,420 Total 12.3 69,630 Education Department of Education 1. High Input Program Federal $1700 Total 411b,870 0120 3. Law and Justice Systems Development 1. Justice Automation Assistance Program Federal- $210,430 State 12,191 County 150,000 Total $372,Un Subtotal - Law and Justice Systems Development Federal $210,430 SUBTOTAL - Law Enforcement Federal $962,452 State 36,883 County 554,035 Other 93,114 Total 41,b4b,484 Health Care Medical Services 1. Federal Formula Grant Alcoholism Federal $53 679 Program Total Subtotal - Medical Services Federal $53,679 Health Department 1. Liaison Nursing Project Federal $9,332 Other �,11,340 Total X20,677 2. Medical Services Project Federal $39,460 Total 439.4bU 3. Emergency Medical Care Project Federal $53,600 Total 4. Immunization Assistance Project Federal $36.321 Total , 5. Women, Infants and Children Food Federal $59 065 Supplement Program Total 65 6. Family Planning Program Federal $109,429 State 162,000 County 60,000 Other 5,000 Total X36,4n 4w 0121ID 2. 4. Major Offenders Project Federal $5,000 State 280 County 4,820 Other 3,190 Total , Subtotal - District Attorney Federal $42,380 Probation 1. Adult Drug Abuse Prevention Federal $72,580 State 4,027 County 121,754 Total *198,361 2. Pittsburg-Antioch Diversion Federal $31,185 State 1,732 County 83316 Total , 3. Community Detention Program Federal $27,661 State 1,537 County 1,536 Total �30,732F 4. Open Space_ Program Federal $106,792 County 11,866 Total , 5. AB 3121 Implementation Federal $10,457 County 1 162 Total §11:619 6. Adult Intervention Diversion Federal $26,261 State 1,459 County 1,.4�59 Total g Subtotal - Probation Federal $274,936 Public Defender 1. AB 3121 Implementation Federal $2,000 Total $2,000 Subtotal - Public Defender Federal $2,000 SCHEDULE I Fiscal Year 1976-1977 Federal Grant Programs Law Enforcement Sheriff's Department 1. Countywide Strike Force Federal $210,429 State 11,690 County 44.290 Other 89.924 Total ,375 2. Drug and Narcotics Analysis Program Federal $13,187 State 732 County 10,246 Total �5 3. Fingerprint Retrieval System Federal $21,500 State 1,194 County 6.106 Total P8,8M 4. Friends Outside Federal $20,000 State 1,111 County 13.889 Total 435; 6 5. Women's Minimum Security Facility Federal $152,590 Project County 121,852 Total $274, 6. Rehabilitation Center Project Federal $15,000 County 1 666 Total �16,6 Subtotal - Sheriff's Department Federal $432,706 District Attorney 1. Consumer Action and Education Project. Federal $16,750 State 930 County 11 020 Total $28,Tai' 2. Rape Victim Assistance Federal $�8�97 Total 3. AB 3121 Implementation Federal $17,733 County 1 970 Total �T 0106 2_ The large increase in the Public Works function is attribut- able to funding of Round II of the Public Works Employment Act which amounts to approximately $4 million and $8.4 million for the Treatment Plant in Sanitation District 15. In the following tables, Schedule I lists Federal Grant Programs administered during the 1976-1977 fiscal year with the breakdown of Federal, State, County and other funding for each program. Schedule II itemizes Federal Grant Programs that will be administered by the County during the 1977-1978 fiscal year with the estimated breakdown of Federal, State, County and other funding for each program. Overall, this report demonstrates that county departments are aggressively pursuing all sources of financing other than the property tax for the various programs supported by these grants. It also shows that this county's reputation for willingness to experiment and use innovative techniques to implement public services continues to be enhanced over the past two year. e0-fuqG. WILL , (2 County Administrator ADL/aa encls, F. t County Administrator Contra BoardcfSu,ervlsors - James P.Kenny County Administration Building Costa tst District Martinez.California 94553 tfJ C t Nancy G randen (.t5)372-4080 Co my 2naDumct Arthur G.Will Rabat 'L�► per`L Schram County Administrator 3r0 Distmi Warren N.Boggess 4th District hie N.MasaMtlea Stn District September 21, 1977 Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board Members: Re: County Administered Federal Grant Programs Almost weekly your Board is asked to take some action regard- ing one of the various Federal Grant Programs. These programs involve a significant effort on the part of the County to meet the complex urban and rural problems of our community, an effort that would otherwise be impossible if we were to rely exclusively upon local financial resources. Because the scope and diversity of these programs are rarely understood by the general public, my office has compiled the attached schedules of Federal Block and Categorical Grant Programs administered by Contra Costa County. Major programs supported by subventions, such as Medi-Cal, Categorial Public Assistance Programs, Federal Revenue Sharing, and other continuing, long term programs are not included in these figures. Where grant funds have been received for projects administered over more than one fiscal year we have attempted to show the use of the funds during the period in which they were expended. A summary of County administered Federal Grant Programs (including all sources of funding) is shown below: Function 1976-1977 1977-1978 Law Enforcement $1,646,484 $1,723,880 Health Care 2,369,630 2,914,602 Education 1,673,907 1,675,019 Civil Service (Manpower) 6,134,897 8,208,294 Social Service 2,572,535 3,498,840 Planning & Community Development 2,368,700 3,947,800 Public Works 4,511,826 17,226,050 Total 3 9,1 q4-,7+U 0104 Ncroii:mui b�;ord order In the Board of Supervisors of Contra Costo County, State of California SEP 27 1977 '19 — In 19 _In the Matter of Report on County Administered Federal Grant Programs The Board being asked almost weekly to take action regarding one of the various Federal Grant programs which involve a significant effort on the part of the County to meet the complex urban and rural problems of the community; and Because the scope and diversity of these programs are rarely understood by the general public, the County Administrator having submitted a report on the Federal Grant programs administered by the County for fiscal years 1976-1977 and 1977-1978; IT IS BY THE BOARD ORDERED that receipt of aforesaid report is hereby ACMOWLEDGED- Passed by the Board on SEP 2 7,1q77. 1 hereby certify that the foregoing is o true and carred copy of an order entered on the minutes of said Board of Supervises on the dote aforesaid. Witness my hand and the Seal of the Board of Orig: County Administrator Supervisors affixed"6 of s E P 2 7 197 19 J. R. OLSSON, Clerk By 1 it f ' Deputy Clerk H-24 4177 Ism 01M -' Human Resources Agency Date September 16, 1977 CONTRA COSTA COUNTY To Board of Supervisors ell RECEIVED el-� From C. L. Van Harter, DirectorG t. 1 1337 7 7 Sub' APPOINTWWS TO NAPA STATE HOSPITAL ADVISORY BOARDS 80"M °' SUPEWI•`Ar 3 Ref: Board Orders on this subject dated August 9, 1977 C'T'S�T co. Wxy and March 16, 1976 This memorandum is a response to the Board's referral to me on August 9 of a letter dated July 27, 1977 from A. S. Linn, H.D., Acting Executive Director of Napa State Hospital, soliciting nominees for appointment by the Governor to two advisory boards of Napa State Hospital. In checking through our files we learned that, on the recommendation of the Mental Health Advisory Board and the Director, Human Resources Agency, the Board of Supervisors nominated the following two individuals for appoint- ment on March 16, 1976: Shirley D. Finnegan, Ph.D. for membership on the Napa State Hospital Advisory Board for Developmentally Disabled Carmel McKay for membership on the Napa State Hospital Advisory Board for Mentally Disordered Since our records showed no further correspondence on this subject since that date, we phoned Ms. Ellen Branick at Napa State Hospital, requesting a status report. She advised us that the Governor had not taken immediate action on these two appointments and the above individuals were actually just appointed in August of this year. Consequently, she felt it was no longer necessary for us to respond in writing to Dr. Linn's letter of July 27. In response to our question on expiration, or length, of term, Ms. Brannick informed us that Dr. Finnegan's term will expire January 1, 1979, and Ms. McKay's term will expire on January 1, 1978. Ms. Brannick thought both names would be submitted for reappointment at the appropriate time for a second term. However, their reappointment will probably not require any action on the part of the Board of Supervisors but will undoubtedly be handled directly by the Governor's Office. CLVM:clg cc: A. G. Will, County Administrator G. Russell, Chief Clerk of the Board Dr. Charles Pollack, Mental Health Director Rev. Palmer Watson, Chairman, MHAB Roz Wofsy, Developmental Disabilities Council U JAL MiCc:iIn, .:�)�:rd cidef In the Board of Supervisors of Contra Costa County, State of California September 27 ,l9 77 In the Malty of ` Appointments to Napa State Hospital Advisory Boards. The Board having received a September 16, 1977 memorandum from Mr. C. L. Fan Marter, Director, Human Resources Agency, in response to an August 9, 1977 referral of a letter from A. S. Linn, M.D., Acting Executive Director, Napa State Hospital, soliciting nominees for appointment by the Governor to Napa State Hospital Advisory Board for Developmentally Disabled and for Mentally Retarded; and Mr. Van Marter having called attention to the March 16, 1976 recommendation submitted to the Governor by the Board of Supervisors that tis. Shirley D. Finnegan, Ph.D., and Ms. Carmel McKay be considered for appointment to said boards respectively; and Mr. Van Xirter having advised that Hs. Ellen Brannick. of Napa State Hospital informed him by telephone that the Governor had not taken immediate action on these two appointments and that the above individuals were just appointed in August of this year; and Ars. Van Marter having indicated that no action is required by the Board on the aforesaid matter; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOWLEDGED. PASSED by the Board on September 27, 1977. 1 hereby crtify tlua the foeepoYis o true and correct copy of an order entered on the minutes of said Board of Superv6on on the date ofonndkL cc: Director, HRA Wd'es my hand wW the Seal of the Board of County Administrator Supervisors Public Information Officer cRuced"27th day of Se:)ta. ber . 19'17 J. R. OLSSON. Clerk By .h +a . Deputy clerk ie n ierrez 0 0 N-24 5,7. .Sm a z I a p n m to H 94 _ u ,7a O O O ,a W s.► u � = . � _ q a a jm1 6 m iut Cocl 141 to ca cl V +�+ u A H to a v w < a 94 0 P3 o a •w4 L03 ta N SC C IT O O .T 00 .+ :J� L Jam• N n [� M Q O O N —i O Ou E4 v v 0 ai'i d .el-1 0 5 A v >+ laid p U PG • 1 to 1 to rl li M ZO � O?r •'Z O H U OW w ?+ jy N ..4 N r-I O O t� ima 14 O u H N r` n N G, rd d t 7 !i O N N C] to W W C CI to in r-1 1 1 1 1 O U W ca tD W to v W H u O H h U CI rl O to O U) 1-4 COJ �+ � " N tj C Utj < 0 K7 lu C0/ u y U O EO C) L`• ri $a L i+ L• -1 4 :3 64 a U W Ty 14 a, � [x: � U < W A• w H W io U U O O Fq O H ti HO ZW y C-4 H O b 1� U b C1 w CO G H 0 y N U a. ai H G Q Oell 6.4 m p tl 00 cn14aG0 G 2 H cc ts L A. U V � t u W � W r C O w M 84 v $ m z •.i H i7 O C z s o 0 Q 41 _ N O G >, ,d a 'a0 C - a a m m tl c H gA .O 10 m O u m E+ 1�y. aQ00 C S m .`O Aj ca Cb U3 w a m G ~ w L+ imma G m o .7 cn. 3 7 pno 114 0 � O C)m pp O F to .••i H 1 •.i O p w m F J i� bbb H ,G m O L C p m C I C U w W W W O O tl m Is 0 O O fA 3 •.� u 1 � va 3 m o m e L ztlm om00 o 14c H H W O d u 14 34 0 E C G C U P. G H U3 0 41% 0 14 uv e x n v .rw u -0 E ++ m is b rm .O = m m m 7' m U 3 1 D r4 C C T+ x tls m o " $4 m m .4 c.O E m o , ,.jmH 0 m 01 a: m u d m O m G q U O u 0 .m� V p. Q H JJ 7 H m 1+ ck O mea G Vm+ � u 34 14 U C` L m L .i w „� .••1 T .i m Y co 7 n O b m G .••. D +1 to i o tl v u kn U3 ri 91 ca N O u O E J2 W U U +-� d G J .+ ►. tl w M U �" O U U �7 0m .+ a > m H �G ti O M to �<+ u 7 to a 1 q m as 74 H.-i O n E mw W tr 0 tl.. O 0 0 w rn U GCHp u fa uw.i -4 v 4 to m m 7 M i+ 7.U R tl .� :+.� L ..Ui U O • C > C-3+ as E G C ^ .,� •.. :• o l+ F 7.. OU= tl O C M 1 U C O O J U + UV. W CJ I U 3 U U MIP .-� N f•1 rucher 77--203-1 A`a--; 4E-%-r SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September 1 through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to anend the Contract identified herein, as specified below, chile all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as fol lcrus: "4. Payment Limits and Contractor's Contribution. Countv's total payments to Contractor under this Contract shall not exceed $78,925 , which is the Federal share. Contractor's contributions under this Contract shall be $329173 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan" (Form 8/S-12) attached to the Original Contract, consisting of 85 images and the attached Delegate -Agency Action Plan Amendment consisting of one page." 4. Paragrap.: 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Allovabie costs are limited to those enumerated in the attached Budget Summary Sheet Amendment consisting of one page". Initials: ✓- tractor County Dept. 01198 77-203-I 1.. :_r.:`r_ �o^ b: ^t+n`•.,ct io :�t_ gin_'==i: OFFIC£ OF ECONWIC OPPORTUNITY - HEAD START 5 t: DELEGATE AGM - HEAD START rffeZzire Date: January 1 1977 2. -ar; e5: Contra Costs County Board o£ Supervizcrs (:ranLe°:), fc. r+a=ed above, and the follo:sing named contractor4(De'e:;a te) =utt:ai_,• pro,^:_sz and aCree as fal?o:•r:;: is=•3:=: MT. DIABLO MTIFIED SCHOOL DISTRICT ._ca.a_ty A CALIFORNIA SCHOOL DISTRICT ..dress: 1936 Carlotta Drive, Concord, CA 94519 3. A-endment Date: The effective date of this Contract Amendrent Pgree=e:t is sepri t,1, 1977 8, A-_e3 dment Snecifications. The Contract identified above is hereby amended as set forth in the 'Amendment Specifications" attachad hereto "pica are incorporated herein by reference. 5. Legal Authority. The Contract Ax.endment Agreement is entered into and s b.;act to the fclloeing legal authorities: 42 DSC 2928, California Government Code 26224 and 53703 6- S_:-nature: '.:hese signatures attest the parties' agreement hereto. GRS::i E: DELEGATE: Ccnt V5ta C=. �r _ S= "'cors Mr. DIABLO UNIFIED SCHOOL DISTRICT ByBy Chairrman tt ATTEST: j. R. G.SSON, County Title. 311 Jn.1,j ,-re."d o.twT Cler'-, and ex a*'_i_io Clerk of the 33a:i or SLnervisors As authorized by Governing ���.. Board Action on: -- v- (Designate official capacity in �s business and of=ir_ corporation seal) ` v State of California ) County of Contra Costa ACXI OWLT LDGMEN (CC 1190.1) J ' n 3. -Clausen lnty Counsel The person signing above for Contractor known to me in those individual and business. B3 capacities, personally appeared `e7t; before re today and acknowledged that he/they signed it and that the corporation or partner3hip nand above executed the Instrument vursuazt tc its bylaws on a resolution of its board o. directors. Da` d: a 1771 ' �pgpgmncxxxr-�c �� pPPICIAL REAL R YcIAV'PNE M. GIIIL"<R.. Microfilmed with 600rd order i' _ CL I o .. CL4 1 O a f' L7 ON `r; j 0 004 0 ra p Com] a�� y� G O .> H .U75 e0! 0 d Cv7'3 C pPya O U b �'' y 1 .e1 < U A Q W O Q � N .'►a !1t0.1 v � �► v 1 U .4 c-1 CC9 r4 a m 1+ t+ ci $1. H Q U O �+ > 43 41 d cn H Pia +mi Chi +ml o `n 4 U2v H E-4 Ln x ra en cam', N cm't ON+ -T Ln . . 4j Lc'1 °t r1 GO .O O 01 0 0 c 7 E4 ^ H H LM OG ~ H U tm O v toto L: a tf) W to C CL, b tl O c, U ti cn CY W cs v C n cn —4 to 1 to o N RL H x x U U2 O Om >4 Ul co c4 U n >+ O $$aa U v camwl % N Go %D n co TA m C o U3 U n O o ez Iate. a 44 cl x 37p IU {a: N O Ei t9 H UhNl a aU G r 0 si to o y o ch v .n 0 si u o t) o o si es 14 k c. u O H tn U O14 :s 4' :3 O O L ` .4 Pa G:a H .y Ogn 0 P. U3 C+ � OH - O ti � U y u W to J-- -. i Y o � to E � H V O N wz o ff m O r4 Y U z o m a P4 U N m OAi p H W U aj r-1 m c3 U v .tea < 2 y m N � H m _ tl u e o F g (-a A O0 44 IAO F K a v u y a h �p a P� o E- u N is�. m O t"O .ri .-1 sa 'I9 su 3 �U c01` n H m a :o a w v 1414 _toa m m � G a I to 0 $a < 0� v .4 y m O +i k4 >H "+ Y ttoW O F m �a tl G H 7m+O .4 v >4j 0 l+ C 9 +O+ H +ml y � H %:0 C z O t UO m++ O 9 r.14 0 0 ao al+a o 0 c Do to a+ ai ,"+ o ma C M ri r U u W Q >+ L N'O Gw K 79 '.'1 W C3 w 7 Y t4 W`r► b.'t Y 0-4 y 11 O to m t0 C.+1 M fa tl tl u 0 w" 4o S 0 0 L S m to E4 U OU w p, u u O 'O m w 4 V � s+ c m .Y1 00 a � to v i o� 111ass Nm u a E°+ to °o tl YCD to m m (� b 0 m G 0 •+ 8 c -+ h tn Cq m h Q L Y W c I:] C7 H m,O G U C ti w u cl.a U G ' m H m H C t` v v cHi y 'a, 'u u F' c h ._� O > t: w w N> W o o ++ Y 7 O +i O CJ O Number 77-205-1 SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below describedadditional services during the period September 1 through December 31, 1977, the Cuurty agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed $91.812 , uthich is the Federal share. Contractor's contributions under this Contract shall be $21,141 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "I. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan" (Form H/5-12) attached to the Original Contract, consisting of 53 pages and the attached Delegate Agency action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to rea3 as follo--s: "2. Aliouable costs are limited to those enumerated in the attached Budget Sugary Sheet Amendment consisting of one page". Initials: for County Dept. 01194 Fi<:^• t ^-e:!t/�{3'I�e: OFFICE OF ECONm%a.Q OP Y�_4EAD START S"IL j c^_t: DELEGATE AGENT - HEAD START Efr_cilve 1_te: January 1, J, Far:ieu: The Contra CCSl't C3-alp;: �D.^�.^1 Oi .S!:�?['"l.lsOiJ %Gr?SiLeej, for above, and tha follow-ME named contraztor (Delegate) r:wally pron-lze and aZrae as follows: I.-Arna- UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS A CALIFORNIA NON PROFIT CORPPggMON _ Addreas: 516 Hain Street, 2:artinez, CA 94553 3. P-mandment Date: The effective date of this Contract .-me-ndmert Agree-ma it is September 1, 1977 L. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "�Lmendyent Specifications" attac =d hereto :cinch are incorporated herein by reference. 5. Legal Authority. he Contract Amendment Agreement is entered into and sub.:ct to the following legal authorities: 42 USC 2928, California Government Code 26224 and 53703 6. Slc--nature: hese signatures at`.eat the prties• agreement _ -ahereto. GRO E: D LEMLF: UNITED COUNCIL. OF SPANISH SPEAKING on* Cour..; UNITED II ,ter By,� Chairman r� A, ES-: J. R. OUSO:4, Count_: Title: ��naSlc � -f Ciera. and ex af'_'i^_io Clerk. or the Board of Supervisors As authorized by Governin. Board Action on: De uty y 2 o R^^ "'c_'iDE BY• (Designate official capacity in c � business and of-fix corooration �) seal) State or California ) FGR;•i APPROVED: County of Contr_ Costa CCKf:a:LEDGii=Fi^ (CC llae.i B. Claus Counsel The person signing abo`re for Contractor known to me i^ t'-ose individual and business capacities, personally appea_eA before re toda; and ac%no:.led:; that he/they signed it and t,-.at the corporation or partnerzh ip named above exec"ted the ..;Z--jjn instrument pursuant to its byla?cs on a rasol--ti n oL' i_» board o-f* -directors. Dates: __ 22 OFFICIAL SEAL /YliCrohwrd o AH?A;tAM Q.AMADOR y� CCMTNA C01T0.CWITY ' •- • p1)»a11��1t�l1�lti11t�111111s A a z � a F 1 C v 34 ca H N , ?+ Z w fr W y Ri 0 O wd co H S4 m cs94 sem+ td < v U !cc A O d iL N G e G i ~ Ad a As o c A o x `� oma a a opo m m m a m .TGA v H y D3 w x N O A O OIli Cl! ^ H H m co 1 •-1 1 1 oD O 5 .-1 .-i .-i U ttn O v rm H Q w iaa vel u - II.! d V i7G � W to •1 N .-i � N O Cd z 4m 0 U 5 U y D+ W F d Q u C. Q p n1 O O u1 10 cv (jyy ,eGf U C ~N C+ N N of �O Ct cc �c0 E6+ !i w z 1 H 1 1 H x N O Vp a F to m 6-4 93 w 0 to H U v c W v C v W c�i ;a c m u o wH n f- c: ,ter q Co If a. u m u Q' 7 O O +� .�. O O G.. E+ U t!f u U O F v • ci u a c. M > to U Z3N Z ` C L' O 14 e O •.+ L H L a o u c s zi w o S. F m L; o ►+ H ri 6 cr a. su ol r m d Ec, L7 \ U ..1 O 41 w m 7 W � u H m H C3 0 O a+ In R1 L O) a P. v a> r, H . n a a N O cn F4 W O� 1 tV O C n ! C H Ah:: +1 Hto a\ •Y 0 O ,5 c.) a� d 8 C4 to a e = E I yC� m .1-4 m eal ml w 4 Gpt w c r- a m s3 w a >v a-4 is In m 0 1Ni ai oib am.+ 0 b.moi m o.�1 H C ++w s a Q.-1 V rl = H C z C O O• e m o o u .1 /= w w ti r1 1+ 0 C o o " m a 0 0 6C C C -.ui o a+ Q mto a C C.d .4 .1 w r- 0 3+ i+ Ia O i+v Cw C .+m 7b Cb y C 41 0 a a a u Ia C.��1 O.�1 4 +O.I a 0 3 1 L 1+ a 0 '00 O P:IL) El U3 Vw V U a u c: a e-1 N [•1 d •fl b '� t N +� O C m a 0 a 01 O d .+ u O o to o IIGN1 W O O C m O w O u H L O L Im 1 •f u u u m U C h - C r, CW u C a > h W c.at a O C C O .moi y c� u n uG .-i E o o W Ir N C O '� 'i1 U C I F-- a•4 0 G n oM-4 z u 0 u 0 w U U L 0 Nuuber 77-204-1 A%: %M3E?.-r SPEC!.ICATia:s 1. In consideration of the Contractor's Agreezent to provide the below described additional services during the period September 1 through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Licit. County and Contractor agree therefore to =end the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed $89,320 , which is the Federal share. Contractor's contributions under this Contract shall be $21.017 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to Provide those services enumerated in the Delegate Agency Action Pian" (Fore E/S-12) attached to the Original Contract, consisting of S�Fages and the attached Delegate Ager_cy Action Pian _aas'sting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Alle:able costs are limited to those enumerated in the attached Budget Sua=ary Sheet Amendment coasi3ting of one page'. Ini Contractor County Dept. V11W Number 77-204-1 nom-Ion ;!7f it••'ct to he 'n-!�-1: Department/Office: OFFICE OF ECONQUC OPPORTUNITY - HEAD START DELEGATE ACENT HEAD START -___zti:'e Date: January 1 1977 2. =?:^7=C5: --Ire Co:tra -osta County Board of Supervisors (�ranzee), deo3rt n` 1 „n,_ n s for its =.re^t/of'._ t:2!'e?d zbo°:e, and the fo to s___�, r_�a-d _ contractor (Delegate) rutually oronLne and agree as folio:ss: I-P e: FIRST BAPTIST CHURCH OF PITTSBURG, INC. ==i%r= A CALIFORNIA NON PROFIT CORPORATION Address: 204 Odessa Avenue, Pittsburg, CA 94565 3. Amerzdment Date: The effective date of this Contract Amendment Agrear.ent is September 1, 1977 4. menA_nent Sn_c fications. The Contract identified above is hereby ez.ended as set forth in the "Amendment Specificationsj2 attic ed hereto such are incoroorated herein by reference. 5. Legal Authority. The Contract Amendment Agreement is entered into and sub iect to the folloa-ing legal authorities: 42 DSC 2928, California Government Code 26224 and 53703 6. nature: hese signatures attest the parties' agreement hereto. GR Edi 3 DELEGATE: 2Co� B rd _ rs o9ge3s FIRST BAPTIST CHURCH OF PITPSBURG Y y Chairnpun ATTEST: j. A. OiSS01, Count;; title: Clerk and dx _`icio Clerk. of the oar, of Supervisors As authorized by Go:rarnin_g Aa� /. Board Action on: De:ld.y SEP 13 19"17. (Designate official capacity in �Q business and affix. co:ooratior_ seal) State of California } County of Contra Coste FORK- _:�»Oc ED: ACKKOWLEDG.IiENT (CC 1190.1) C?ausen Counsel The person signing above for Contractor known to me in those Individual and business BY capacities, personally appeared Dei::t, before re today and ac no::iedged that he/they signed it and that the corporation or partnership named above executed the within Instrument oursuant to its bylaws on a resolut'_cr of ins board of directors. Dated: September 21. 1J•,tar" Public 6g �� ALICE 1 A�ict �n. sr,tirH 1, NOTARY ^CALIFORNIA COL.—e OFC 'IiRA COSTA ULU : _.' 2116 La S,=are,FBtstvg, U.J. 94565 ILO 0 0. IPA jA A ..4 0 0 00 PA %A % ao WA C4 UM cn eN % C4 O 43 N 0 to $A cn i-AC4 %A 41 jA tA 0 0 -A Ile& J6% so SO to 0 to 7 Po tA rAo 0 V4 0 0 0 Is 0 0 0 O L-A 0 Irl tA !i A tA 0 reA m y c� O E to o y y U V N L u O 'c'A ►+ m ca N m Q < ' O O Lti u E u d C Y cics t�1 c u � F s. .c W 94 O T U Y 4 � C m N t7 w OO O Js m p� as Ci C aii 6 ? m 0 � _W m Fq F m mm C T F so C O F b a A. w o m w C; 4bo 3 0 H w H O..Rd Gl n 1 O a 0- E O yQ 0 < p t O F < m d Ch m m rl to Y L O� b 7 U Y Qi '16 O `w✓' v m o 0 O F M L ..- W m O O.a mC m m Y U 3•-� B m O F: u to as O m 0 O W 001 m L N H w m O 417Y+.bi � C � C j .� w 0. m.•1 O m V 0 14 C F d1 a% O .r0i b U 2 H .-+w 4 C m - e a my Y -m d rl�O 4 m u d mwo .Y4 mZ 0 m t: H�••� > m M to m L 0.O 10 Q W W L S 6M ri N Pf m m d O 10 F L t 4 Y 7•0•I H Q O L Q y M dOmp ry 4 O N U rl A .Yi mat3.+ 040 � 0 y C .-t O M (� m . O 7� o d d m E > d ��pp h ro.r O d V Y Y M h M S mG 6 w .a.2 .d tS Y Y h P7 t•ui O p G T .mi R oG O m Y N o E o u O H `•+? w u 0.' U Q U •ei L.0 d zW Y m u u W m Y p. C W w ti .+ am m O d s.m F w a e q 1 N ro e ou ro rl H ._m W W W L M d f` to r M , d H O d H O O O V! 1� d 00 W rl .d x a� •0 o 8 d G dN� m m m m d Cn +i S. T d .-i , N L.-i is 6 d d =? > Q i•1 L 6 0.C^'� L ••1 M tl Z O Y 0. 0 4 @ d C 0. 0 o wocd o 0 ov > d o 0 0 7 H a. u u� v w v-.+� v U v U U Number 77-202-1 AHENDlMTI SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September 1 through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Payment Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed $25,236 , which is the Federal share. Contractor's contributions under this Contract shall be $9,356 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan' (Form H/5-12) attached to the Original Contract, consisting of 8___pages and the attached Delegate Agency Action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Allocable costs are limited to those enumerated in the attached Budget Summary Sheet Amendment consisting of one page". Initials: atractor County Dept. 01186 CONTRACT Number 77-202-1 1. !dentificatior. of Contrazt to be mended: Department/Office: OFFICE OF ECONOMC OFFORTCT TY - HIM START Subject: DELEGATE AcMHEAD START Effective Date: January 1. 1977 2. Parties: The Contra Costa County Board of Supervisors (Grantee), for its department/office named above, and the following named contractor (Delegate) mutually promise and agree as follows: NAme: MOTU= IRIIFIFA SCHOOL DISTRICT A CALIFORNIA SCHOOL DISTBICT Address: 921 Susan Street, Martinez, CA 94553 3. Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Le,;ai Authority. The Contract Amendment Agreement is entered into and subject to the following legal authorities: 42 DSC 2928, California GoveTmbent Code 26224 and 53703 E. Signature: These signatures attest the parties' agreement hereto. GRA* "En: DELEGATE: on o ounty r' o cors NATZDM IINI M SCHOOL DIS'TRICr Chairman J014- SEABEES ATTEST: J. R. OLSSOil, County Title: District Superintendent Clerk and ex -,fficio Clerk of the Board of Supervisors As authorized by Governing B Board Action on: Deputy April 26, 1977 7BO +t'ctvDE : (Designate official capacity in !� iL business and affix corporation seal) State of California County of Contra Costa ) FORM APPROVED: ACKNOWLEDGMENT (CC 1190.1) J Claus 0 t Counsel The person signing above for Contractor known to me in those individual and business B - "-�� capacities, personally appeared Deputy before ne today and acknowledged that he/they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws on a resolution of its board of directors. Dated: 9/21/77 P ' 'tar", _l it-ANN[ $tM1!�d1N r Microf tawd with board ardor CL y z a � r � � a w r+ a, >+ m M s4 �. 44 a H w v4 6 NVz. R to a. -4pis.. o u s+ 4 u a CD o u Ems+ to 1+ +4 ta7 ca 04 a a o c w PA tp A o ado �' a ata m O to CIO O R % cq a u'ii E,,, va e+ w , id M1 M Ln O N r- s-i Ch 40 y y O �'1 N N .Y .7 _ H E+ H rf i i ! *moi cl a U O v W U .4 14 La W W G G 4i q co to M v0 `~ a " 110.p n -s AO a c x a . x x z O H L) N h� *p t+t to O n O tl O O m •n 'T 94 C* aiT N O N <'f t!t N N r- c14 tl3 W N 0 47 N04 o03 cj x W t:a44 w y r•3 4 W4j En U Vim! d R3 G N A U O p ¢ < ca 0 cc ca 1. E-1 0 w $4 cr o ocln L a U O < w O 6Q O H O .-. W ice-. H O b .0 u b GS .✓= E+ w ^3 U C iJ C+ O � � N � V7 Q 3+ O O C toAi zto c < a L 0 Q H N a a to ` at � C 7 Y O C3 a Ka W U Is si d H e6 v/ Pa. a 7 a 8. is 1 n O O as a id C a O m 6 n ,:3 104 1 a.94 . w 1 Id c aI „G O G hn b G � o C11 C) O r-1 ca N i+ iC a f 0 Id 1 L Q%. ro O a r4 r-i .d L] $4 W O. a.'2 4 m °a n 3 R P. w O19 U a w p w < .8a -0a .-t �7.^ W U 1i 3 a O a 214 y e%i u rn a u C-2 G.=C > E F G _ 4 H a M G 4 Q Y a F " ty ttw L O " -0 a C 4 a < H a L .3 } a R 10a Q a < vai CA r E4+ �O �^x G S U H a Ren O u O r+ R W w i+ U .e r+e G 6,4 Q O W O a93 R O to aJ fl u m a O C M ori 14 i.ro Rw C ?ro Hw aro O ro aIare vi ti O C a a R a U 1+ aM u 0 o s. " s,. Q s a o J.s ro o to U a U W R. V U M ror7� Y 14 N e'1 .S rA �O W Lfl w b ro u p ~ a a e! V V C tV U O � � rppi O W r m e W O O 6 to a a L L Ile O C, a+ m W a w t!S +i Y / N to W to 0 4J Ai cm p,e a O cQt .tet. li a m d.n E y r c w � w rn vv rEi U ° U u R. cr [O 0.+y-1-r 2 .0 ° ° In ,i r C) V+4 M � "G C C. C. C Q. 0 O O C1 O Nu=ber 77-206-1 AtOSOMM SPECIFICATIONS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September 1 through Decenher 31, 1977, the County agrees to increase the total am unt payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: %. Pargent Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed $44,204 —1 which is the Federal share. Contractor's contributions under this Contract shall be $ 9,463 which is the local share." 3. Paragraph 1, of the Service Plan of the Original Contract is hereby amended to read as follows: 1#1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Pian" (Form H/S-12) attached to the Original Contract, coasistizg of _ 56 gages and the attached Delegate Agency Action Plan laead=ent consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Allowable costs are limited to triose enumerated in the attached Budget SumSary Sheet Amendment corsisting of one page". Initials: all Contractor unty Dept. 01182 CONTRACT Number 77-206-1 1. Identification. of Contract to be t=ended: Department/Office: OFFICE OF FAME UC OPPOMMTY - HEAD START Subject.- DENTE AGENT - HEAD START Effective Date: April 1, 1977 2 Parties: The Contra Costa County Board of Supervisors (Grantee), for its department/office naned above, and the following named contractor (Delegate) mutually promise and agree as follows: IJAme: SAYO VISTA TINY TOTS NORSERY SCHOOL, INC. Capacity: A CALIFORNIA HON PROFIT CORPORATION Address: #2 California Street, Rodeo, CA 94572 3. Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. The Contract Amendment Agreement is entered into and subject to the following legal authorities: 42 USC 2428, California Government Code 26224 and 53703 b. Signature: These signatures attest the parties' agreement hereto. GRANTEE: DELEGATE: Con C euors RAYO VISTA TINY TOTS B d yr NURSERY SCHOOL, INC. Chairman ATTEST: J. R. OS SSON. County Title: Clark and ex afficio Clerk o. the Board of Supervisors B As authorized by Governing /tf Board Action on: uelsuty 3 /__ / 77 RECLIMENDED B (Designate official capacity in business and affix corporation ' seal) State of California ) FORM APPROVED: County of Contra Costa ACKNOW,EDGMENT (CC 1190.1) John B. Clausen, County Counsel The person signing above for Contractor known to me in those individual and 'business 65 Deputy beforetnest daypersonally and acknowledged that he/they signed it and that the corporation or partnership named above executed the within .,.,.. instrument pursuant to its OFFICIAL SEAL bylaws on a resolution of its BARBARA L KAVUN board of directors. ,wtArr wruc txrww� Mw[w.LL Off%E w siw Dated: ,y caws�aw�a..n.1970 / N of abl /J7 i1lJ Otary :'unlit MAarofl6ned with board order Q� co "4 0 W "4 44 44 0 ;4* Aj 00 0 .�4 ci am 0 a ell 0 sk A 44 to 0 0 S. 4,0 r4 yam co po DO to ta w = ri -4 " I-i r. Ln 00 SO n C% (n CD 0 c"S r, Id to H && w ta Wbi 49 a Ln CIS 0 C) z V p 'T IT co 10 �o 00 go 0 to U2 0 0 to 0 eq S4 �4 40 IV ad to 41 r- r t h VS 0 cn cn 0 id )a 0 &0 w �o 0 a) ts 0 to 17 .-4 0 co O to H Im U3 -T 1 o7 o; 1 10 CIS c"I Cl) t; SO rq 0 tiC CA f) to of C4 iiISO u 0 '4 C4 w ea C6>a 4936 r-i "w to ;4 rt ri :3 m C: a Ga. 14 1. a, cn 0 to 41160 m c u c I u � m y E � a o O r F m 1 w ¢ u 0 t W 'O +i CJ w E to O M C 10-3 c Q a a cc m F Cl Y U f-7 C N 0 w a m cF C 6 G O m 11 O o 4-a ^. P4 o o+ o m a d b Z p L : 3 0 ^ O m w Nw I v 3^+ m .4 .+ C m a0 C c vim+ o C I-�Y vLi v)O .Ld F .4`-11+ g p U b r 3y+ C 6 e1 w O +O+ .Y 0 Cn a 0 m vv w .+ m m �o ma A m m 1,1 a CrV4 Q 114 w 1:03 6 pp O w UC m1 m n y 6 G3 w O m "4 2 w u u w C O% +'3 M m NC A N 2 94 S cs O m'i y>i r4lo d 1u u m N H >41 y m S>u 0 C 14 F S C H C N qW u ,C .i.4 M= m a a~i ama m m m m 0,4d V F ll IM x F c O C;no a md ++ o .4 C w w S. u t4.4 C by ° ° aQ m,mI.oi . ac c c ,, m .° mama c C.a r1 u u W 63+ 3+ O S.-O "4 W C 7 b "1 3A m V .a .7 u rl W N b r1 L C6,4 L f. ++ O m m m a-1 u we.+ m O ro O 1a L u O S m O u S u +1 C u E+m H U u U wWvk A) � a3p C.3 G epi N P3 1T U3 lO +i .d O g 4 p an d 4 U d d c'4 $ Yq Y 0 d .b 0 M M m CCI _ 0 u v 0. O m u e rt3 m 0 m 13 Aj U10.4 r- in En m C n Q L L m L Y>t ^ «0.•4 a m m m 7 u i E" ov 94 w H md md mu `mO 01179 sa s> o bo0 , L T Ca b C m UUw U U U Ny Number 77- 200-1 A`03�'DsLF1'CI SPECIFICATIONSS 1. In consideration of the Contractor's Agreement to provide the below described additional services during the period September Z through December 31, 1977, the County agrees to increase the total amount payable under the Contract Payment Limit. County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect. 2. Paragraph 4. of the Original Contract is hereby amended to read as follows: "4. Pavment Limits and Contractor's Contribution. County's total payments to Contractor under this Contract shall not exceed 4139y71*4 , which is the Federal share. Contractor's contributions under this Contract shall be $34,882 which is the local share." 3. Paragraph 1. of the Service Plan of the Original Contract is hereby amended to read as follows: "1. The Contractor agrees to provide those services enumerated in the Delegate Agency Action Plan' (Form H/5-12) attached to the Original Contract, consisting of pages and the attached Delegate Agency Action Plan Amendment consisting of one page." 4. Paragraph 2. of the Service Plan of the Original Contract is amended to read as follows: "2. Allowable costs are limited to those enumerated in the attached Budget Summary Sheet Amendment consisting of one page". Initials: Con ractor County Dept. t F, .x� 01178 77-200-1 1- Identification of Contract to :Ic ea: Denartment/Office: OFFICE OF EOONOlQC OPPORTUNTIY - HEAD STABT Subject: DAI.70P�1 F - An SPAirr Effective Date: January 1, 1977 2. Parties: The Contra Costa Count. Board of Supervisorz (-ranzee), for its department/of=;ce named above, and the fohowing r-amed contractor (Delegate) mutually promipe and a_-ree as follows: IMme: North Ricbnoad Neighborbood House capazity: A California non profit Corporation Address: 321 ALmo Street, Ricboond, CA 94801 3. Amendment Date: The effective date of this Contract Amendment Agreement is September 1, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. The Contract A.r..andaent Agreement is entered into and subject to the following legal author-it ies: 42 USC 2928, CALIFORNIA GOVERNMENT CODE 26224 and 53703 b. Signature: These signatures attest the parties' agreement hereto. GRAIIN DELEGATE: r-A- "u«; - JrS NORTH RIQ NEIGHBORHOOD HOUSE, INC. Boggess 4YV 3Y Chairnan j ATTEST: J. R. aLSSON, County Title: Geri: a-dofficio Clerk of the Board of Supervisors As authorized by Governing Board Action on: De: Y '7 /J RE 0.•IMENDE By: (Designate official cappacity _n (f business and affix. ce_ oration ' - seal) State of California County of Contra Costa FORM APPROVED: ACKEOWLEDONZ-H^ (CC 119C.1) Cla Counsel The person siGnin-. above for Contractor known to me in those Iindividual and business �---�, capacities, .Der3onally appeared Deputy before re today and acfno::lec fed that he/trey siEned it and that the corporation or partnership named above executed the within instrument nurzuant to its fryla:ts on a resolution of I,;-- board tsboard of direezo^s. /a_ a2/./y-7Z i ROBERT J. PROCTOR DEPUT,( COUNT( CLE?,K Comm Czua county, California L} MI[r&Tmed -.ith ward craer in ha -Occrc! of 5upel-Asors of Contra Costa County, Staie of Cclifomia September 27. .19 77 In the Ma ter of Approval of Amendments to _ 1977 Read Start Delegate Agency Contracts The Board hereby approves Am ndmnts to the 3.977 Bead Start Delegate Agency Contracts reflecting the receipt of a Cost of Living Supplemental Grant and authorization to use 1976 Carry-over Balances and authorizes the Chairman of the Board to execute such Contract Axe mats. This Action involves Federal Funds only. tto additional_ local share is involved. Agency Existing Contract Amended Contract (Federal Funds) Federal Funds Neighborhood House of $123,789 $132,713 Forth Ric.imond, Inc. Bayo, vista Tiny Tots 37,850 44,204 Vursery School. isc. Ziartinet Unified School District 21,225 25,236 First Baptist Church of Pittsburg 84,067 89,320 United Council of Spanish Speaking 84,564 91,812 Organizations Mt. Diablo Unified School District 72,511 78,925 PASSED by -the Board on September 27, 1977. herw6y Grtify that the foregoing is a true and correct copy of an artier eniered on the minutes of aid Board of Superrisors on the dote eforesoid. Orig. Dept.: Gc0 Wilsess�y nand and ins Sect of the Board of superAm" cc: County Adnintstratory;® rued this 2 to day ofentember 19 72 Auditor-Control J-J_ R. O SSON, Clark Head Start - C/o OZ0 By fn ar / 7 t Dnputy Cleric i:ax1r_e N. :eu2eld 01173 ...t !•1V In the Board of Supervisors of Contra Costa County, State of California September 27 _19 77 In Hie Matter of Hypertension Project Application. The Director of the human Resources Agency having requested the Board to approve submission of a project application to the State Department of Health for $15,000 in federal funds for the purpose of coordinating activities for the control of hypertension; and Supervisor R. I. Schroder having expressed interest in the control and treatment of hypertension, recommended that said application be referred to the Finance Committee (Supervisors Schroder and J. P. Kenny) for review and report to the Board on October 4, 1977; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on September 27, 1977. t4f r J I hereby carfify Hwt Hw fotepoinp h o true and carted dopy of on order entered on the "anutef of fold BOatd of Supwvborf on the dace ofonnold. cc: Finance Committee Wbnen any hand and the seal of the Board of Human Resources Agency Superv,f Contract & Grants Unit affixed dif27thday of Seotember 19 77 Health Department County Administrator J. R. OLSSON, Clerk Deputy Cleric Patricia A_ Sell 011i i low H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 In the Matter of Screening Process for Selection of Manpower Program Director. The Board having received a September 15, 1977 letter from Mr. Richard Beyer, "hairperson, 'tanpower Advisory Council, objecting to the process of screening applicants for the position of Manpower Program ''irector, and requesting that in the future the Council be permitted an opportunity to participate in the selection of a Director; ?T IS BY THE BOARD ORDERED that the request is REFERRED to the Director, Human Resources Agency. PASSED by the Board on September 27, 1977. air a 1 hereby certify that the forrpoinp is a tnm and comet copy of m order wdered on the minutes of said Board of Supervisors on the dads aforesaid. Witness my hand and the Seal of the Board of cc: Director, Human Resources;'perv4ors Agency affixed this Z day of copremban, 19L7-- Manpower 9IZManpower Advisory Council Manpower Program Director J. R. OLSSON, Clerk County Administrator Deputy Uerk Crai r H-24V"I.Sm ew ' 01 "74 • �� ❑ C -'EMAN'S FUND INSURANCE CO%IPAN Q j �►�,2 hn 1` •' ❑^� AMERICAN INSURANCE COMPANY CER '^ C TE LJ NATIONAL SURETY CORPORATION V JUL 2 8 ;INSURANCE ASSOCIATED INDEMNITY CORPORATION RAN FIPXMA?4"5 MND ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY PUBLIC WORKS DEPARTNID-J The Policy identified below by a policy number is in force on the date of Certificate Issuance. Insurance is afforded only with respect to those coverages for which a specific limit of liability has been entered and is subject to all the terms of the Policy having reference thereto. Nothing herein contained shall modify any provision of said Policy. r CERTIFICATE ISSUED TO: Dated July 26, 1977 Named ___ dward Clyde Consultants Insured & 600 Montgomery Street 1 Address L San Francisco, California 94111 Contra Costa County Department of J Name Public Works and Administration Building, 6th Floor r AddressMartiuez, CA 94553 Woodward- Clyde Consultants ATrN: Mr. Robert Baba 2730 Adeline Street J Oakland, CA 94607 LATTN: Ed Margason J THIS CERTIFICATE IS ISSUED AS A MATTER OFdNFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER KIND OF POUCY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Comprehensive Expiration $1,000,000. Combined Single Limit- General and Auto Liability LP2080552 1-1-78 Bodily injury and Property Damage Subject to the terms, conditions and exclusions of the policy: 1. This policy insures all aa.azomobiles owned, hired, or leased by the Named Insured; 2. This policy insures all operations, premises, and activities of The Named Insured. including operations by Independent Contractors and Contractual Liability. 3. This policy does not exclude the x, c and u hazards. KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Workmen's Compensation S STATUTORY Workmens Expiration Occupational Disease S INCLUDED Compensation WP 1700168 1-1-78 Employers Liability S 300,000.00 Except wherein the Insured is subject to the Workmen's Compensation law of The States of Nevada,North Dakota.Ohio,Washington. West Virginia and Wyoming and of any province of The Dominion of Canada,this policy insures Workmen's Compensation and employers liability for injury to any person employed by the Insured anywhere in The United States of America, its territories or possessions or Canada. In addition to the State Acts, this policy insures the U.S. Longshoremen's and Harbor Workers' Act. THIS CERTIFICATE APPLIES TO THE FOLLOWING: re: Kitchen-Dining Hall, Sheriff's Rehabilitation Center, Harsh Creek Road, Clayton, CA. In the event of cancellation of the policy or policies, the Company vitt make every effort,to give thirty (30) days notice to the addressee but undertakes no responsibility by reason of faikue to do so. AUTNt7p Z p(�p(. NTATIV( 01111"3 {� • �ax.� QCERTIFICATE OF IKSURANCE JUL 2 9 197? PUBLIC WORKS OEPART1V; ::T xr uw: la -to nu_a aff'n *a yGw_. i1 tLe iia is M:IdED INSL'ED Kaplan McLaughlin Architects Pianner s 111115 CERTI M11E OF WSDRANCE NOTRER AFFUiMMf9ELY NOR and 901 street NUATIVELY AMENDS, EXTENDS OR ALTERS THE COVICAtt ADDRESS San Francisco, California 941U - AFFORDED BY ANY POLICY DESCRIBED HEIGH. L .J are in lace at the date hereof,as foNewu KIND OF POLICY POLICY LIMITS INSURANCE NUIi6tIER PERIOD WORKMENS COMPENSATION 0- WeAwl'sCMPOSAoalos. STATUTORY AND EMPLOYERS'LIABILITY E� � 7 bs s BODILY INJURY PROPERTY DAMAGE COMPREHENSIVE GEKUAL EFL S .000Each ot=recce S ,000Each occurrence LIABILITY Ess S 000 Aweiate T 000 A+ re ate MANUFACTURERS' AND Elf 5 .000 Eachoccittrence S ,000Each accurrence CONTRACTORS' LIABIUTT Ess S .000 A re ate r -NERS', LANOLOFOS EIL S .000Each occur tenet S ,000Each occurrence l 40 TENANTS' LIABILITY S,, .000AIgreAatet CONTRACTUAL EIL $ .000Each ocwrfence ,GCOEach eccurrerce LIASMITY &p. S ,O(iGAgxre¢ate AUTOMOBILE LIABILITY ❑ OwncdAutemo5les EN. S ,OOOEach persao S ,000Each occuaence� ❑.N,red Automobiles fsp S .000 Each oe o rem ❑ NomD.ned Automcbiles COMPREHENSIVE AUTO- EIL S ,000 Each person $ ,000Each occurrence MOBILE LIABILITY ERL S .000Each otxtureace OTHER— R- A=te Elf -A-c-I 1 1,000,000. any one aim and in.,the Engineers Professi nal AE 451189 EnL7-12-78 aggregate Liability 10,000_ deductitle each claim I AE,re%ate not app'icaDle d Owners:Lauad a df and Tema&L4bMy fasoraece excludes sttuthu>I atteraticom new coostrue ion and demolition. X30 days In the event of ant aaaterial chaW ilk or caveUios at.said policies the undersigned company will endeavor to give writtta notice to the party to whom this certificate is issued,but faiture to give socb notice sWt impose no obligation trot tiahRity upon flit company. Dated: July 19, 1977 t�paryt. Imperial Casualty & Indemnity Co. . _ spSMCR4E0 E�RESEnrG '"' - •_.... ..._. ,TIFICATE ISSUED TD:. F Contra Costa County ►er NAME Public Works Dept. 01112 and 6th Floor- Administration Blvd. AURESS martinex, California 94553 I L --t i � Q UL 2 9 KRAFT INSURANCE BROKERAGE PUBLIC WORKS DEP1A16-6FORRIASTREET *SUITE 515 *SAM FRANCISCO,CALIFORNIA 44104 - 1415)391,2926 July 28, 197 RECEIVED AU G 4 1977 contra oosta ownty .I I- assom Pub]is Warks DqMrb� - ei- BOARD W SUPEW RS 6th Flo=, Amari hist r ti d .as Blva co. ma Cal i fo=ia 94553 Be:� TA AM Tnsuranae � Rap�7 as . MC1: 7 i n, Architects & Planners Gentlemen: Enclosed herewith is a certl=t7e of ansuranoe, verifying t professional liab-ility insurance for gap1m & McXaughlin- Hppu g you 13..11 f nd the enclosure to your satisfacctum, I remain — Yours trul • frw Barbara Fleming my enol. G C. 3iaplan & A1c1- l i n 901 Battery Street San Francisco, C.alifamia 94111 M=Ofilnned with board "&t 44M f; 011 '4 r w � • CA _ _%iAN S FUND INSURANCE COMPAN `' ' FAA �,^� n .� '"S AVERICAN INSURANCE CO%-PANY ATE _7 NATIONAL SURETY CORPORATION 1� p Qr' ,�!� ASSOCIATED INDEMNITY CORPORATION iUL ? '9 NCE 1=1111"'S MD AMERICAN AUTOMOBILE INSURANCE COMPANY •-K••- -��• PUBLIC WORKS DEPARTMEU The Policy identified below by a policy number is in force on the date of Certificate Issuance. Insuranoe is afforded only with respect to those coverages for which a specific limit of liability has been entered and is subject to all the terms of the Policy hexing reference thereto. Nothing herein contained shall modify any provision of said Policy. r CERTIFICATE ISSUED TO: Dated July 26, 1977 Named Woodward Clyde Consultants Insured & f100 Montgomery Street 1 Address San Francisco, California 94111 Contra Costa County Department of L Name Public Works and Administration Building, 6th Floor r '1 AddressMartinez, CA 94553 Woodward- Clyde Consultants ATrN. fir. Robert Baba 2730 Adeline Street J Oakland, CA 94607 LATZN: Ed Har"s on THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Comprehensive Expiration =1,000,000. Combined Single Limit General and Auto Liability 1P20B0552 1.1.78 Bodily Injury and Property Damage Subject to the terms, conditions and exclusions of the policy: 1. This policy insures all automobiles owned. hired, or leased by the Named Insured; 2, This policy insures all operations, premises, and activities of The Named Insured, including operations by IndepanderK Contractors and Contractual Liability. 3. This policy does not axdude the x, c and u hazards_ KIND OF POLICY LIMITS OF LIABILITY INSURANCE POLICY NUMBER PERIOD Workmen's Compensation S STATUTORY Workme4s Expiration Occupational Disease S INCLUDED Oompensation WP 1700168 1-1-78 Employer's Liability $ 300,000.00 Except whenein the Insured is subject to the WorkmeWs Compensation law of The States of Nevada,North Dakota,Ohio,Washington, West Virginia and Wyoming and of any province of The Dominion of Canada,this policy insures Workmen's Compensation and employer's liability for injury to any person employed by the Insured anyvAere in The United States of America, its toritooks of possessions or Canada. In addition to the State Acts, this policy insures the US. Long%horemen's and Harbor Workers Act. THIS CERTIFICATE APPLIES TO THE FOLLOWING: re: Kitchen-Dining Hall, Sheriff's Rehabilitation Center, Harsh Creek Road, Clayton, CA. Arid it i nnmA-,Trim 9PPIP f%rwr;r,(�nOja Cojinty-itt nfficers A employees as respect to project In the event of ration of t a Dues, the Company well give thirty (30) days notice to the addressee but EQ + o f Illty by reason of failure to do so. PUBLIC WORKS DEPARTMENT Duildinfl Projects n l 1,1or `� . TESTS: Field Tests/Field Density Tests (sand artbod)............................ f 6.00/*ach Field Density Tests (suclear method)......................... 4.00/each Laboratory Tests - Fiud trait prices for laboratory tests are based on two-and-ace-half times salary cost for laboratory personnel plus a charge for laboratory overhead Which includes equipment. equipment maintemeaee. and supplies. Prices are based on the average running time required for each test. Special sample or equipment preparation or laboratory consulting will be based on hourly personnel charges. Fixed unit prices do not include preparation time for Shelby tube samples; this gime will be billed on a per boor basis. A charge will be made for tubes read" trnssble by required handling in preparation and testing. Charges for special testing not covered by this schedule are based on two-and-ane-half times salary cost for personnel making the test plus a laboratory charge per man hour. An extra charge may be added for the use of certain special equipment. Sieve analysis - coarse and fine, including wash (3 in. to $200). pertest............................................................ i 40.00 Sieve analysis including wash (04 to #200). per tat--•.................• 30.00 Hash analysis (#ZW only). per test...................................... 20.00 ladrometer analysis. standard ASTM....................................... 35.00 hpldromeser analysis (modified 3 paint), per test..............•........_ 30.00 Unit cit - per test.................................................. 20.00 Plastic Limit -per test................................................. 20.00 Shrinkage Limit. per test................................................ 35.00 Specific gravity of soils. per test...................................... 30.00 WAstutre determination and/or dry density 1 to 9 samples. per test request.................................... 3.00 each 10 to 49 samples, per test request................................... 6.00 each SO or more samples, per test request................................. ck S.00 sa Moisture content, dry density and unconfined compression test (set) 15,00 sscE 1 to 9 samples. per test request.................................... 12.50 each 10 to 49 samples. per test request................................... SO or more samples, per test request................................. 10.00 each Additional charge for stress-strain curve............................ 25.00 each Direct shear test. per point............................................. 100.00 Residual direct shear test............................................... Charges quoted on request Consolidation test. 6 load and 2 unload increments per test.............. 190.00 Each additional loading or unloading increment...................... 15.00 Permeability on undisturbed sample. per test............................. 75.00 Permeability on fabricated sample, per test.....•........................ 95.00 Maximum-mimimm density. ASIR 02049/69•.................................. 90.00 MCC Special Method.................................................. 75.00 Laboratory compaction. tip to 4-in. diameter mold..................•....•. 70.00 epac Laboratory coition. 6-in. diameter sold............................... 90.00 Swell test, at one load (each additional loading. f1S.00)................ 30.00 Sand Equivalent.......................................................... 25.00 Roel: core testing.................................................. ..... Charges quoted on request Triaxial compression test................................................. Charges quoted on request Higb-pressure triaxial coWressioa test os rack cores.•............. Charges quoted on request Triaxial compression test on 12-in. diameter specimen.............•. Charges quoted on request HIS 20-kip cyclic loading equipment. per hour (personnel charges extra).. 35.00 hf1S S-Up cyt/ic equipment. per hour (personnel charges extra)... 3S.00 IN"WI ES: Invoices will be rendered monthly, either as a final or partial billing, and will be pay- able upon rmipt unless other arrangements have been made previously. Any attorney's fees or other costs incurred in collecting guy amount amwt shall be paid by the Client- v i.� CONDITIONS: Woodard-Clyde Consultants warrants that our services are performed, within the limits prescribed by our Clients, with the usual thoroughness and competence of the engineering profession. No other 6arranty or represtntstion, either ezpressed or implied, is included or intended in our proposals. contracts, or reports. Our liability to the Client for injury or damage to persons or property arising out of work performed for the Client and for which legal liability say be found to rest upon us. other than for professional errors and emissions. will be limited to our general liability insurance coverage. For any damage at account of say error, emission, or other professional negligence, our liability will be limited to a atm not to exceed SSO.Ooa or our fee, whichever is greater. In the event that the Client does not wish to limit our professional liability to this aur, we will waive this limitatiom upon the Client's written request provided that the Client agrees to pay for this wai%er. as additional consideration of 4% of our total fee or SM. whichever is greater. In the event that the Client makes a claim against haodward-Clyde Consultants, at law or otherwise, for any alleged error. omission or other act arising out of the performance of our professional services, and the Client fails to prove such claim upon final adjudication. then the Client shall pay all costs incurred by Woodward-Clyde Consultants in defending itself against the claim, including but not limited to, personnel- related costs. attorneys' fess, court costs and other claim-related expenses. We will not be liable for damage or injury arising free damage to subterranean structures (pipes, tanks, telephone cables, etc.) ►dtich are not called to our attention and correctly shorn an the plans furnished us, in connection with work performed by us- low loo 011s�) SCHEDULE OF CHARGES AND CONDITIONS Woodward-gide consuftanu Effective January 2. 1977 (►estern Region) The method of establishing the fee for our services is as set forth in Manual woo. 4Sc of the American Society of Civil rmgimears' Committee an Professional Practice. A new schedule of charges is issued at the begimnim of each yeas. Unless other arrangements have been made, charges for all work including projects initiated in the prior year will be based an the new schedule of charges. Our charges are divided into four categories: Personnel. Outside Services. Equipment, and Tests. PERSORMEL. Personnel charges are for technical work. Charges are made for technical typing as in the preparaatsoo W reports and for the time and costs of printing as in the production of reports. Direct char- ges are not made for secretarial service, office masagement, accounting, and maintenance since these items are included in overhead. Charges are computed by multiplying salary cost by two and one-half. Salary cost includes direct payroll trots. payroll taxes, vacation, holidays, sick leave, retirement, and employee in- surance. For technical typing, printing, laboratory, and graphics, averages for each group are used instead of individual salaries. For all others, individual salaries are used. Current personnel rates are as follows: Personnel Hourly Salary Cost Technical Typist. ............................. S 7.20 Reproduction (printing).............................. 8.10 Graphics.. .................................... 9.58 Laboratory Analyst................................... 9.82 Engineer or Geologist Assistant...................... 4.32 to 8.24 Staff Entinter or Geologist.......................... 7.34 to 12.76 Field Engineer or Geolotst........................... 11.28 to 13.32 Senior Staff Engineer or Geologist................... 10.32 to 15.84 Project Engineer or Geologist........................ 12.24 to 19.72 Senior Project Engineer or Geologist................. IS.46 to 22.56 Associate............................................ 20.00 to 24.00 Principal............................................ 28.00 Senior Consultant.................................... 32.00 Court appearance as an expert witness will be charged at a rate of$720.00 per day, plus expenses. The full day rate will be the minimum charge for any portion of a day. Preparation for a cant case will be charged at regular hourly rates. For all unionized engineering technicians, a flat hourly rate of 529.00 will be charged. Time spent in travel in the interest of the client will be charted at hourly rates except that no more than 8 hours of travel time will be charged in any day, liken it is necessary for an employee to be away from the office overnight, actual costs of, or a negotiated rate for, living expenses will be charged. A multiplier of 1.15 will be applied to all personnel expenses. OUTSIDE SWICES: Drilling, bulldozing, trenching and similar grading contract work in connection with exploration on which INX administers a subcontract will be charged at the cost rate tines 1.25. Other outside services and equipment rental items will be charged at the billint or cost rate tines 1.15. Common items which this I.IS multiplier applies include: equipment rental, printing and photo- graphic work, computer time purchases (which are increased by a factor to cover computing equipment leases), special insurance, outside consultants, travel and transportation, subsistence (or room and board) and long distance communications. EQUIPMENT: Automobiles and trucks (travel plus man hours on site)........ S 4.00/hr. Soil sampler, sample tubes. and pickup truck use for exploration..... ................................. 9.00/hr. Large refraction seismograph.................................. 100.00/day. 300.00/week Strong motion monitors........................................ 225.00 to 350.00/2 week minimus Borehole logger............................................... 75.00/day. 250.00/week, 750.00/month Downbole Shearwave system..................................... 150.00/day. 500.00/week Shearwave hammer (crosshole system)........................... 300.00/day. 1,200.00/week Resistivity surveyiAt equipment............................... 75.00/day Magnet'meter.................................................. 75.00/day Microearthquake recording station............................. 525.00/month Earthquake data bank.......................................... Use charges quoted on request Slope Indicator - Half day.................................... 65.00 Full day.................................... 105.00 (lnatallation and materials will be estimated on request) Aerial Photographic Camera.................................... .10/frame ($20.00/day minimus) Aerial Photography Library.................................... Use charges quoted on request 01168 (over) 2722 Adeline street Oakland.California946Q7 Woodward-Clyde Consultants ' 415-444-1256 Post Otfi • ox paktandcC8lBlo '�3� 71 � D . July 26, 1977 JUL 2 9 1977 77P-2204 PUBLIC WORKS DEPARTMENT Department of Public Works Contra Costa County 6th Floor, Administration Bldg. Martinez, California 94553 Attention: Mr. Robert Baba, Building Projects Division Gentlemen: PROPOSAL FOR SOILS UPDATE KITCHEN/DINING HALL AT SHERIFF REHABILITATION CENTER Clayton, California As requested by Mr. Baba, we are pleased "to submit our proposal to update our July 22, 1968 study for the subject site. We understand that the 5,000 square foot single story building was not built at that time; it is now turned about 90 degrees on the site and should be under construction in 90 days. We propose to consult with you on an hourly basis to bring our original study up to date for the new modifications. We may have to drill 2 or 3 additional test borings if our restudy indicates the need. We propose to develop the similar scope of recommendations as done in our July 22, 1968 report (Project 11518) in accordance with our standard schedule of charges, a copy of which is enclosed. Our fee for the above scope of work would be on an hourly basis and should be less than $3,000, unless the scope is changed by you. We are executing the consulting services agreement which is the basic document for this appendix and hope to be of service to you soon. Our insurance documents are being sent under separate cover. Very truly yours, Edward Margason Vice President encl. Schedule of Charges Cormuttzg Efgnmm Geobgists and Ernes ur"Scmr>5sss 01197 1t9 J � Ottices rn Omer Prrnc*t Goes • APPOWDIx A CONSULTING SERVICES AGREEMENT 1 ' 1. Special Conditions. *nese Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County (b) Consultant's Nave & Address: Woodward, Clyde Consultants, Soils & Geologist, 2730 Adeline. Oakland, California (c) Effective Late: Sept 27,1977 (d) Project Name, Number 6 Location: �� ;��ek Readll at f8 CIA4n"RElId1fT`Rtation teater._�lar•stn Creep an�r1� r7abrrnr+ (e) Payment Limit: $3,000, maximum 2. Signat;;res. These sutures attest the parties' agreement hereto: CONSULTANT By --� (DesignateOfficial capacity in business) State of California ) ss Contra Costa County ) AC19dNLEDGhM (CC §1190.1) The person sig dn6 above for Consultant, known to me In those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation reriWAp named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. PUBLIC AGENCY [SEAL].=`szsticccxxs�c .1 � OFFICIAL%kAi. By: Vernon L. Cline V WILLIAM R HOVEY Public Works Director �! ' nc r,ar uC-CALIFO MIA •c CO�Nir[F ALA/.IEOA s1 x�axxx�.xx�w>aa:.Zxx_�xxx?1?I:.JUi7.. By: ZAIR [.tate: a?6 /977 Nc%ary Public 3. Parties. Effective an the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Emplgyniernt. Public Agency hereby employs Consultant, and Consultant accepts such employment, to r_rfarnn the professional services described herein, upon the terns and in consideration of the payments stated herein. 5. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof. 6. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers' Compensation Insurance pursuant to state law, and (b) Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minu-sr: combined single limit coverage of $500,000 for all damages due to bodily injurg•, 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. 7. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. 1(e) without prior written approval of the Contra Costa County Public Works Director. Consultant's statement of charges shall be submitted at convenient intervals. Payment will be made ,,thin thirty (30) days after receipt of each statement. 8. Termination. At its option, Public Agency may terminate this agreement at ary time by written node to the Consultant, whether or not the Consultant is in default. Upon such termination, Consultant agrees to turn over to Public Agency everything pertaining to the work possessed by him or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services redered to the date of terTmination. 9. Status. The Consultant is an independent contractor, and is not to be considered an employeeZ`o Public Agency. 10. Indemnification. The Consultant shall defend, save, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from or corvnected with the services provided hereunder by Consultant or any person under its control. Attachments AAppppendli B µlaafthrAd with board ordW Form approved by County Counsel 1 0 116 j 6/77 S In the Board of Supervisors of Contra Costa County, State of Califomia September 27 1477 la the Matter of Approving Consulting Services Agreement with Woodward-Clyde Consultants. (4050-2310-A10-WB9998) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with Woodward-Clyde Consultants, of Oakland, for soil testing services for the kitchen/dining hall construction at the Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton. This Agreement is effective September 27, 1977 and provides for a maximum payment of $3,000, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on September 27, 1977. ,.x x �i [r s 1 hereby codify that dre,foaspoin6 b o frac and correct copy of an order entered on the minutes of said Board of supervisors an the dots ofaresoid. Witness my hand and 16 Seal of the Board of Originator: Public Works Department s,rperryas Building Projects affixed this2j tbLday of September . 1977 cc: Public Works Department Agenda Clerk J. R. OLSSON, Ciermc Building Projects By f�� , ." County Auditor-Controller N. Paas J. Dye County Administrator P. Burton 011% Consultant Inspector (riapiwl H-24 3176 15m 1 l In the Board of Supervisors of Contra Costa County, State of California SeRrembpr 97 .19 77 In the Matter of Proposed Constitution and By-Laws of the Contra Costa County Advisory Council on Aging- The Board on September 13, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) the proposed Constitution and supplementary By-Laws of the Contra Costa County Advisory Council on Aging; and Supervisor Hasseltine having reported orally on behalf of the Internal Operations Committee, recommended that the Director, Human Resources Agency, be instructed to review the by-laws of the Contra Costa County Advisory Council on Aging and advise said Council of any inconsistencies between the by-laws and the Board's policy governing appointments; and IT IS BY THE BOARD ORDERED that the recommendation of the Internal Operations Committee is APPROVED. PASSED by the Board on September 27, 1977. 1 hereby caetify thot the 1, 4 h a truo and coned copy of an order entered on the minutes of soil Boord of Supervisors an dw daft afaneai& CC: Contra Costa CountyWidne my hoed and the Seal of the Board of Advisory Council on Agingsupervhc- Director, Human Resources atrued tl*21th OY of September . 19 77 Agency County Administrator .� __�\J, R. OLSSON, Clerk Public Information Officer- / n n r� By c r_ ` _ i,t% . Deputy Clerk Ronda Amdahl 1W 0116' H-24 3/M 110 The Committee having further recommended that the seat presently occupied by the City of Pittsburg remain designated for the City of Pittsburg, and that the fourth seat presently occupied by the City of Martinez be opened next year for application from any of the other cities in. the county not otherwise represented on the Manpower Advisory'Council; IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee be 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 this 27th day of September, 1977. J. R. OLSSON CLERK Bn Ronda Amdahl Deputy Clerk cc: Director, Human, Resources Agency Manpower Advisory Council County Administrator Public Information Officer County Superintendent of Schools Mt. Diablo Unified School District Contra Costa Central Labor Council Mr. Robert Olson ra 01163 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COU1lTF, STATE OF CALIFOPUNIA In the Batter of Membership ) on the Manpower Advisory ) September 27, 1977 Council. ) The Board on September 20, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) a letter from Mr. C. L. Van Harter, Director, Human Resources Agency, regarding the teras of -ten members of the Manpower Advisory Council expiring September 30, 1977; and The Internal Operations Committee having recommended that the Board approve the following= 1. For the four vacancies in the categories of community organization and community/client, authorize the Public Information Officer to advertise said vacancies so that individuals in the community wishing to be considered for membership can apply. 2. For the two seats representing casmunity organizations' no designation of a specific organization will be made but candidates must be able to demonstrate that they can effectively represent a legitimate community organization. 3. For the two vacancies occurring in the coranunity/client category, no designation of organization or other factors will be made but candidates will be expected to demonstrate that they are legitimate representatives of the community. 4. For the tti+o seats representing education and training, the Board of Superiisors should indicate that one of these seats will continue to represent the County Superintendent of Schools and that the other seat will continue to represent the Mt. Diablo Unified School District, and those offices should be asked to nominate a representative. 5. For the seat representing business, the Coamittee has been advised that the U. S. Steel Company no longer wishes to - be represented. The Internal Operations Committee will make a recommendation on a replacement for this seat. For the seat representing business which is presently vacant with the term expiring September 30, 1979, the Committee recommends that Robert Olson be appointed. Hr. Olson resides at 9416 Cherry Hills Lane, San Ramon and is employed by Bankers Life Company. It is the opinion of the Committee that these two seats representing business should not be allocated to specific corporations but that individuals who are employed in a management capacity in the private sector should in the future be encouraged to apply for these seats, with a selection being made after considering all applicants. 6. For the vacancy in one of the too seats representing labor unions, the Committee recowmends that the seat continue to be designated for the Contra Costa Central Labor Council. The Central Labor Council should be asked to nominate an individual for appointment by the Board. 7. For the two seats representing cities, the Cof=ittee believes that the cities of Concord and San Pablo should continue to be and _'-at these cities should be asked to nominate individuals for appointment by the Hoard. 01162 IN TH-z' B0�710 0? SUP-7-1fiISO.'.S OF COi i:Lk COSiA COJiiTf, S_S S 0? CALIFOHNIA In the Matter of ) Implementation of ) September 27, 1977 Senate Bill 201 j Supervisor 3. H. Hasselti.ne having advised the Board that Senate Bill 201, recently signed by Governor E. G. Brown, Jr., authorizes a city or county to require a dedication of land or fees or both for school classrooms and related facilities where a finding has been made by a school district that conditions of over-crowding exist; and Supervisor Hasseltine having commented that this was of particular interest to 'him in view of the overcrowding of schools in the San Ramon Valley, and having moved that the County Counsel and the Director of Planning be requested to prepare for the Board's consideration an ordinance implementing the provisions as set forth in SB 201; and Supervisor R. I. Schroder having expressed concern about the additional burden this might place on the cost of housing and having suggested that representatives of the school districts and the homebuilding industry be invited to review the proposed draft ordinance; and having thereupon seconded the motion; and Supervisor N.C. Fanden having commented that she would like to have more information concerning the proposal before requesting that an ordinance be drafted; and Supervisor W. N. Boggess having concurred with Supervisor Fanden, and having commented that he was of the opinion that when the Board requests that an ordinance be drafted, it implies approval of the proposal, and having suggested that the matter first be scheduled for a public hearing; The vote on the motion was as follows: AYES: Supervisors R. I. Schroder and B. H. Hasseltine NOES: Supervisors N. C. Fanden and W. N. Boggess ABSENT: Supervisor J. P. Kenney Thereupon, Supervisor Boggess having called for a motion that a hearing be scheduled on implementation of SB 201; On motion of Supervisor Fanden, seconded by Supervisor Schroder, IT IS BY THE BOARD 0110MEM that October 18, 1977 at 2 p.m. is fitted for the aforesaid hearing, the Director of Planning in conjunction with County Counsel is requested to prepare a report thereon and the Clerk is directed to give notice to the school districts and the Associated Building Industry of northern California. PASSED by the Board on September 27, 1977. cc: Director of Planning County Counsel CERTMED COPY t ae tity that this U a tail.true a cornet copy Of County Administrator the ori;taai docuateat which b on file in my office. School Districts and that it was nasi^l & adopted by the Board of Associated Buildi Industr supervisors of Conte c—ta county. enmarnm o. y the date shown.ATrT:3T: J_ R. O SSOV. Cnunty of Northern California - Clarh t e:efncio Cteric of said B. ed at Superriaors. Eastern Division by Depatl clerk. 3462 Mt. Diablo Boulevard .rfcn. � Q as SEP `? 7 1377 Lafayette, California 94549 V' Sandra L. Nielson 01161 In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 ZZ In fhe Morar of Appointments of Trustees of Reclamation Districts No. 2025 (Rolland Tract) and No. 2059 (Bradford Island). The Board having received letters dated September 19, 1977 from Air. Richard Rockwell, Secretary,Reclamation Districts No. 2025 (Holland Tract) and No.'2059 (Bradford Island), advis- ing that the terms of Mr. Dante J. Nomellini, P.O. Box 1528, Stockton, and Mr. Marvin W. Davis, Bradford Island Camp, via Stockton, California, as members of the Board of Trustees of said Districts, respectively, will expire on November 8, 1977; that qualifying nomination petitions have been filed; and requesting reappointment of said persons; Pursuant to Section 50741 of the California Water Code IT IS BY THE BOARD ORDERED that Mr. Nomellini is APPOINTED as Trustee of Reclamation District No. 2025 and tor. Davis is APPOINTED as Trustee of Reclamation District No. 2059, for terms of four years ending on the first Tuesday after the first Monday In November, 1981. PASSED by the Board on September 27, 1977. q Tz 1 I hweby wr*dW Ow fottpoittp b a Im and corred cDpy of on ardor eabred an the minutaa of sold Board of Supervhm on tbt dolt oforewid. cc: Districts Wihmm my bond and the Sad of the Board of Mr. Rockwell siperr"om P.O. Box 129 ° "221.tday of-,PntPmhPT 1971_ Antioch 94509 County Auditor-Controller J. R. OLSSON. Clerk Registrar of Voters County Administrator By C.,c�G rlt �.,u;(' Dewy Clark Helen C. Farshall H•24317615M 01160AW ,ontra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 011,59 Contra Costa County Standard Form GENERAL Off)IT1ONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 13. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. '_he Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the Count} Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potentialconflicts of interest. If Contractor is a corporation. Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. lb. Confidentiality. Contractor agrees to comply aad to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persona regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. to-461b RE -2- 01155 dw Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval. by its designee, subject to any required State or Fcderal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (.1-4616 REL' t3;7()) -1- 01151, #.� "y t V In the Board of Supervisors of Contra Costa County, State of California September 27 '1971- In i971-In die Matter of Appointments of Trustees of Reclamation Districts No. 2025 (Holland Tract) and No. 2059 (Bradford Island). The Board having received letters dated September 19, 1977 from Mr. Richard Rockwell, Secretary,Reclamation Districts No. 2025 (Holland Tract) and No.' 2059 (Bradford Island), advis- ing that the terms of Mr. Dante J. Nomellini, P.O. Box 1528, Stockton, and Mr. Marvin W. Davis, Bradford Island Camp, via Stockton, California, as members of the Board of Trustees of said Districts, respectively, will expire on November 8, 1977; that qualifying nomination petitions have been filed; and requesting reappointment of said persons; Pursuant to Section 50741 of the California 'dater Code IT IS BY THE BOARD ORDERED that Mr. Nomellini is APPOINTED as Trustee of Reclamation District No. 2025 and Mr. Davis is APPOINTED as Trustee of Reclamation District No. 2059, for terms of four years ending on the first Tuesday after the first Monday in November, 1981. PASSED by the Board on September 27, 1977. s I hereby -r* flat the forpeing is a true and Correct Copy of an order onto ed on the minutes of said Board of Supervisors on do doh a6moid. cc: Districts Wtnen my end and the Seo]of the Board of Mr. Rockwell supervjsOm P.O_ Box 129 affixed this2 ,day of s_pt-,,hur 19Z1-- Antioch 94509 County Auditor-Controller Registrar of Voters R. OLSSON, Clerk County Administrator By / .r�G /it'�'�-moi-(' . Deputy Cleric Helen C. Marshall H-24;/76 15m of 1 so# ,ontra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. the Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificates) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not licit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, i:aplication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 4W (A-1,616 REV 6/76) -3- 01 159 E Contra Costa County Standard Form GENERAL CO%DITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. r . (%- 616 REV 6176) -1- 0115 1 SPECIAL CONDITIONS Number 22 -084 Paragraph 19, Insurance, of the General Conditions is hereby amended by substitution of the following paragraph: "19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance for owned and non-ovned'auto- mobiles, naming the County and its officers and employees as additional insureds, with the following limits: (1) $100,000 for each person and $300,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $25,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workers' Compensation. In the event that Contractor has employees during the term of this Contract, the Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance." VD Initials: C ntractor County Dept. _ f } 01155 SERVICE PLAS Number 2 20 8 4 Contractor will provide Fiscal Systems and Statistical Consultation Services for the County Nutrition Project during the term of this Contract. Contractor will develop a timetable relating to his delivery of the specific services listed below by November 1, 1977; subject timetable, and any changes thereto, to be approved by the Nutrition Project Director. Contractor will provide the following specific consultation services listed by type below: 1. Fiscal. a. Establish and maintain an accounting system for the Nutrition Project compatible with the County Uniform Accounting System. b. Establish and maintain an accounting system, by line item, compatible with each Nutrition Project's subcontractor's budget. c. Provide a continuous running balance, by line item, for each Nutrition Project subcontractor. d. Work closely with the bookkeeping or accounting departments of each Nutrition Project subcontractor to assure accurate expenditure and income reporting. e. Prepare periodic current balance ledgers, by budget line item for the Nutrition Project Director and each Nutrition Project subcontractor. f. Assist in the Nutrition Project budget preparation and or revisions. 2. Systems . a. Review present data–gathering system and forms related to the Nutrition Project and evaluate-for necessity and effectiveness. b. Redesign data–gathering system and forms if necessary to simplify and expedite the gathering of data. 3. Statistical. a. Gather information from Nutrition Project subcontractors and consolidate into required reports to the State Department of Aging. b. Update current Nutrition Project equipment inventories and construct periodic equipment inventory reports as required by the State Department of Aging. c. Maintain a perpetual inventory of USDA commodities available for Nutrition Project use. d. Maintain cost controls on Nutrition Project dinnerware goods and commodities. 4. Procure at. a. Receive and process requests for supplies from Nutrition Project subcontractors. b. Prepare requisitions for purchase of equipment, dining supplies, and office supplies for use at Nutrition Project sites. 5. Other. Provide training to Nutrition Project subcontractor staff on fiscal matters, data gathering, and reporting, and perform periodic follow-up of training effectiveness. Initials: z7VIL— a rector County Dept. r 011 C rt-3 Costa County Standard Form PAMEW PRUHSIONS (Fee Basis Contracts) Number 2 2 _0 8 4 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] (e] a. $ 750 monthly, or j ] b. $ per unit, as defined in the Service Plan, or j ] c. $ , after completion of all obligations and conditions herein and as full compposation for all services, work, and expenses provided or incurred by Contractor hereunder. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the =oath in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, Couaty :-ill make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or doc_--ez_ its demand(s) for payment. Audit Exceptions. Contractor agrees to accept responsibility for receiving, rep!--ing to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the 'ull anount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 01154 (A-4619 REV 6/76) Zjnr--t Costa County Standard Form • STA.YDA..V CCNT3ACT (Purchase of Services) 2 R 1. Contract Identification. Humber Department: Health Department Subject: Consultation services- County Nutrition Project 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: John Owen Capacity: An Individual Address: 110 Westfield Circle, Danville, California 94526 3. Tera. The effective date of this Contract is September 1. 1977 and.it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Pacaent Limit. County's total payments to Contractor under this Contract shall not exceed $ 7 rnn 5. Countv's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that cork described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terns and conditions contained or incorporated herein. 7 General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by r2_erence. 3. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa Nutrition Project for the Elderly under Title VII of the Older Americans Act. 9. Leea1 Authority. This Contract is entered into under and subject to the following legal authorities: 42 USC Sections 3045 ff California Government Codes 31000 and 53703 10. Signatures. These signatures attest the parties' agreement hereto: COUAT OD TA CALMNUA CONTRACTOR By i" Chairman, B-)ard of Supe ors (Designad6 official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) B County of Contra Costa ) ss. Deputy ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those Individual and &&aze �__��'�1�"'I business capacities, personally appeared before me today and acknowledged that he/ :;yythey signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fora Approved: County Counsel Dated: .G. /6 . /977 Deputy 14=50 Deputy County Clerk (1-4617 REV 6,76) U 1 1 53 Mcrofiinwd with board order In the Board of Supervisors of Contra Costa County, State of California SontPmhPr 27 .T9 77 , M the Mohr of Approval of Nutrition Project Consultation Services Contract IT IS BY THE BOARD ORDER ID that its Chairman is AUTHORIZED to execute Contract #22-084 with John B. Oven to provide fiscal and statistical consultation services for the County Nutrition Project during the period September 1, 1977 to June 30, 1978 at a cost of $7,500 in Title VII federal funds. PASSED BY THE BOARD on September 27, 1977. 4 I hereby oertify that the foregoing is a true and correct copy of an order entered on the minutes of said 800rd of Supervisors an the dab aforesaid. Orig: Human Resources agency Witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit SUP- Vi-cc: County Administrator affixed this27thday alSentember . 19 M County Auditor-Controller County Health Dept. J. R. OLSSON, Clerk Contractor ✓. S i / Deputy Clerk f':ax=e M. !Neufeld H,� F l9m 01152 IN THE COUNTY BOARD OF EDUCATION OF CONTRA COSTA COUNTY, STATE OF CALIFOP411A In the Flatter of Resolution ) Authorizing Signatures in ) Absence of County Superintendent) Resolution No. 1 - 77-78 WHEREAS, governmental agencies need assurance that properly authorized signatures appear on project agreements and other required contracts, and WHEREAS, Floyd I. Marchus, County Superintendent of Schools, may not always be available to sign documents within the designated time; NOW, THEREFORE, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents for the Contra Costa County Superintendent of Schnols Office: Robert Fifield, Associate Superintendent, Administrative Services Richard Keefe, Associate Superintendent, Special Education Robert Hughes Arcountant Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July,.1977 by the following vote of the Board: APES: (7) Arteaga, Martin, Hauzy, Dowling, Hruska, Spears, Ruiz NOES: (0) ABSENT: (0) I HEREBY CERTIFY that the foregoing is a true and correct copy of the resolution approved by said Contra Costa County Board of Education on July 13, 1977 /President, Contra C4sta�County (/ Board'of'Education FM:RF:Is 01151 r� AMENDMENT SPECIFICATIONS Number28 - 402. - 9 in consideration of Contractor's agreement to provide work experience positions for at least 107 youth enrollees for an additional 10 weeks during the period from June 14, 1977, through September 30, 1977, under this Contract, County agrees to increase the total amount payable to Contractor under the Contract Payment Limit by an additional $76,080 . County and Contractor agree therefore to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of said Contract is hereby amended, effective June 14, 1977, by increasing the amount of the Contract Payment Limit specified therein from $544,542 to a new total of $620,622 . 2. Additional Youth Work Experience. Whereas the original Detailed Expendi- ture Schedule for Contract #28-402-8, as specified in Paragraph b., Part 5. (Budget of Estimated Program Expenditures), page 7, of the Service Plan did not permit Contractor to continue the 107 work experience positions for eligible youth enrollees [specified in Paragraph 3.a. (Youth Work Experience Program), page 4, of the Service Plan] throughout the summer period from June 14, 1977 through September 30, 1977, and whereas this Contract Amendment Agreement revises the Contract budget hereunder to provide funding for the continuation of said work experience positions, Contractor shall continue and maintain the provision of at least 107 work experience positions for eligible youth enrollees under this Contract from June 14, 1977, through September 30, 1977, in conjunction with the County's established CETA Title III 1977 Summer Program for Disadvantaged Youth. 3. Revised Budget. Paragraph a., Part 5. (Budget of Estimated Program ExpendituresT, page 7, of the Service Plan is hereby amended, effective . June 14, 1977, by revising the budget specified therein to read as follows: "Cost Categories Contract Term (1) Administration $ 79,817 (2) Enrollee Training -0- (3) Manpower Services (includ. $3,000 for 97,330 Emergency Supportive Services Payments) (4) Enrollee Wages/Youth Work Exp. Prog. 175,356 (5) Enrollee Wages/adult Work Exp. Frog. 260,415 (6) Enrollee Fringe Benefits 7,704 TOM (Contract Payment Limit) $ 620,622" Initials:_�� ntraetor County Dept. 01150 x (Contra Costa Counts Euar, Resources Agency) Kumber 2 8 - 4 0 2 - 9 1. Identification of Contract to be Amended. Number: 28-402-& Department: Human Resources Agency Hanpower Project Subject: Provision of administration and staff services for Youth flock f5caerience and Adult Work Experience Programs Effective-Bate of Contract: October 1, 1976 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONTRA COQ COUNTY SUPERINTMMENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleat Hill, California 94523 3. Amendment Date. The effective date of this Contract Amendment Agreement is June 14, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. S. Legal Authority. This Contract Amendment Agreement is entered into under and c bjec: to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CETA), as aseoded (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 (TSCA 5801ff; California Government Code Sections 26227 and 53703. G. Signatures. These signatures attest the parties' agreement hereto. CIN OF COSTA, CF _ R.WIA CONTRACTOR LIU ��y lyel 1 Csy Chairman, Board of Su _sons Designate official capacity in business Attest: J. R. Olsson, Counts Clerk and affix corporation seal) State of California ) By14—ca_ �� County of Contra Costa ) Deputy ACKNOWLrDGHENT (CC 1190.1) The person signing above for Contractor Recommended by Human Resources Agency known to me in those individual and business capacities, personally appeared before me today and acknowledged that be/ By they they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: XlE4 n � Dated: � t,_2p /3?77 BX De- County Clerk "aofitmed with board order 01144 In the Board of Supervisors of Conho Costa County, State of Califomia September 27 .19 77 in the Manx of Contract Amendment Agreement #28-402-9 with the Contra Costa County Superintendent of Schools (CETA Title I) The Board having authorised, by its order dated August 23, 1977, negotiations for a CETA Title I contract amendment with the below-named contractor, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment Agreement 128--402-9 with the Contra Costa County Superintendent of Schools, effective June 14, 1977, for the provision of paid summer work experience for youth, with an increase in the contract payment limit to a new total of $620,622, and under terms and conditions as more particularly set forth in said agreement. PASSED BY THE BOARD on September 27, 1977. a r 1 hereby certify that the So -0 is a true and carred mpg►of on order entered on the minutes of said Board of Supervisors on the date oFaresaid. orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit superAnces cc: County Administrator wed tlsi:i th day of Sentember _ 19 77 County Auditor-Controller County *tanpover Project Director T. J. R. OLSSON, Clerk Contractor rpt �f ' Deputy Clerk Maxie X. Nefelld ° (, 7 JIM 01148 In the Board of Supervisors of Contra Costa County, State of California September 27 _19 77 In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 2-76 Rnightsen area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with GERALD W. MARSHALL, etAl., permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 2-76, Knightsen area. PASSED by the Board on September 27, 1977. n n a- Y 3 _ U iL m V O Q h ! hereby certify that the ffotagoing Is a true and correct copy of an order *Mored an the minutes of said Board of Supervisors on the dole aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW (LD) gupervgaR cc: Recorder (via P.W.) affixed this 27 day,of September 19 77 Public Works Director Director of Planning J. R. OLSSON, Clerk County Assessor IJ t Gerald Marshall By f. L t, Deputy Clerk Rt. 1, Box 131-D Patricia A. Belt Brentwood, CA 94513 01141 In the Board of Supervisors of Contra Costa County, State of California September 27, ,1977 In the Matter of - Approving Right--of-way Contract rrIth .. . United States Postal Service, County Civic Center, Detention Facility Site, M-a-L nez Area. W.O. 5323-658 IT IS BY TBE BOARD ORDERED that the Richt-of-Way Contract, dated August 5, 1977, with the United States Postal Service for the Civic Center Detention Facility Site, Mrtinez Area, is APPAOVID and the Public Warks. Director is AUS to sign the contract on bebalf of the County. The contract calls for the United States Postal Service to deed to the City of Martinez a small amount of right--cf-way along Court Street, Yart nez, in exchange for the County replacing and relocating miscellaneous yard improvements in connection with the Detention Facility project. PASSED by the Board an September 27, 1977. x � � t 1 hereby carlify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of uriginator. Public Wbrks Department Supervisors Faal r-Y Dion affixed this 27trdoy of September . 19 77 cc: County Administrator �j tl J. R. OLSSON, Clerk + t BY U� / � Deputy Clerk i..F✓ +� N. Pous �. 0114 U -'1; 76 11m .y t R-f 5 ? t / A.2 ! : L' ;;_::. .:;<:;•: Rezone r 1 From A2 To /i CRs., IF V =800' Chairman of the Contro Costo County Planning Coma�i�sio= , Stote of Colifornia, do hereby e<!rtify that this is a trve cnd correct copy of "-c; not4-0iFTNI"IS_TIttL M'kp F'Qa THE Awr.A THs■nT M— ho M&. As . CriN-� C TTa indicating thereon the decision of the Contro Costa County Planning Commission in the matter of kJAwILM AE.tlAtifr r Chairman of the Copfro Costa County Q Planning Commission, State of Calif. ATTEST- _•,,Sec tory of the Contra Costa County Planning Commission, State of Calif. Findings IVII CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF C]completion of Environmental Impact Report XXX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (41S) 372-2091 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: RUBEN REIMCHE (Applicant) - ENRICO CINQUINI et al (Owners), County File 2139-RZ The applicant requests to rezone approx. 4.acres from General Agricutural District A-2 to General Commercial District C. Subject Property fronts approx. 330' on the east side of State Highway 4, approx. 280' south of Lone Tree Way in the Oakley area. The Project Will Not Have A Significant Effect On The Environment The proposed rezoning is consistent with the General Plan. There may be negative impacts from increased cross traffic- this issue might more appropriately be addressed in an overall development pian for the area. The existing business area is somewhat divided into retail uses and heavier commercial uses; continuation of this division may act to enhance the business area- this should be addressed in the staff report. It is determined from initial study byMesar aret Coulter of the XXX Planning Department that this project dies not liavea g ificant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine 6 Escobar Streets 1•lartinez. California f (, , r� Da a Pos ed �U!Jlt,'La! � Final date for review/appeal Wim; ,< 1'21 1 By ,-QQ01144 Planning Depar t Representative �Jdcro.iime. with board order npo 1174 RESOLUTION U0. 76-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, September 6, 1977, by the following vote: AYES: Commissioners - Young, Anderson, Phillips, Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - NONE. I. William Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the taw on Tuesday, September 13, 1477, and that this resolution was duly and regularly passed and adopted by the following vote of the Corrni ss i on: AYES: Commissioners - Anderson, Phillips, Walton, Milano. NOES: Commissioners - Nne- ABSENT: Commissioners - CORMlia, Stoddard. ABSTAIN: Commissioners - tWa-i. r the Pianning Commission o the County of Contra Costa, State of California ATTEST: r Secretary of time Planning-Omission of the -County of Contra Costa, State of California 01143 -2- RESOLUTION NO. 76-1977 REPORT OF THE COUNTY PLANNING COHNISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, TO THE BOARD OF SUPERVISORS OF SAID COUNTY, ON THE REQUEST OF RUBEN REINCHE (APPLICANT) ENRICO CINQUINI (OWNER) (2139-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE OAKLEY AREA OF SAID COUNTY. WHEREAS, a request by RUBEN REIHCHE (Applicant), ENRICO CI?IQUINI (Owner) (2139-RZ) to rezone land in the Oakley Area from General Agricultural District A-2 to General Commercial District C, was received by the Planning Department Office on May 26, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on June 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday. September 6, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, State of California, that the rezoning request of RUBEN REINCHE (Applicant), ENRICO CINQUINI (Owner)(2139-RZ), be APPROVED for change from General Agricultural District A-2 to Retail Business R-B, in lieu of the requested General Commercial District C, and that this zoning change be made as is indicated on the findings map entitled: A Portion of the District Map for the Oakley-Brentwood HIghway Area, Insert Hap No. 45, Contra Costa County, California. BE IT FURTHER RESOLVED that the reason for this recoamendation is as follows: (1) The proposed rezoning is conformance with the County's General Plan and its various elements. (2) Would allow some flexibility to consider for.heavier uses on the location. 01142 1`1 RECEIVED r+1.' r 'n`^ _ D CONTRA COSTA COUNTY '6 PLANNING DEPARTMENT J. a. Waa,4 CLERK BOA;*OF SUPc-WWRS �{ONTLA C09A CO. TO: Board of Supervisors DATE: 14 September 1977 Attn: Clerk of the Board FROM: Anthony A. Dehaesus SUBJECT: REZONING: Ruben Reimche (Applic) Director of Planningi Enrico Cinquini (Owner) - 2139-RZ - 4 acres A-2 to R-B - Oakley Area (S.D. V) Attached is Planning Commission Resolution No. 76-1977, adopted by the Planning Comm- ission on Tuesday, September 13, 1977, by a vote of 5 AYES - 2 ABSENT (Compaglia and Stoddard). This application was reviewed by the Planning Commission on Tuesday, September 6, 1977, and was approved for a change from General Agricultural District (A-2) to Retail Business District (R-B), by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard). The applicant had requested a change from A-2 to General Commercial (C). The property is described as being approximately 4 acres fronting 330-ft., on the east side of State Highway 14, approximately 280-ft., south of Lone Tree Way, in the Oakley Area. The following people should be notified of your Board's hearing date and time: 14r. Ruben Reimche (Applicant) 10th & A Streets Antioch, California 94509 Enrico E. Cinquini, et al (Owners) Post Office Box 823 Brentwood, California 94513 Brent-.mod City Planning Department c/o Ken Cory, City Planner = . 748 Third Street ¢ '= Brentwood, California 94513 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2139-RZ Ruben Reimche E. Cinquini, et al Supervisors, District: I, ii, III, IV, V. ;tr' Microfamwl wah bocrd order 01141 IMM In the Board of Supervisors of Contra Costa County, State of California Seotember 27 .19 In the Molter of Report of Planning Commission on Request of Ruben Reimche, Applicant, (2139-F.Z) to Rezone Land in Oakley Area. Enrico Cinquini, et al, Owners The Director of Plannin having notified this Board that the Planning Commission recommends approval of the request of Ruben Reinche, applicant, (2139-RZ) to rezone approximately 4 acres fronting 330 feet on the east side of State Highway 4, approximately 280 feet south of Lone Tree Way, Oakley area, from General Agricultural District (A-2) to Retail Business R-B, in lieu of General Commercial District C as originally requested; IT IS BY TH' BO-RD ORDERED that a hearing be held on October 25, 1977 at 10:50 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code recuireme mss, punlish notice of same in the ANTIOCH DAILY LEDGER and give notice by mail to all persons shown or the last ecualized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 27, 1977. �x 1 hereby certify that the foregoing is o true and carred copy of an order ordered on the minutes of said Board of Supervisors on the date oforesoid. cc: Ruben Reimche Wdneu my hand and the Seal of the Board of Enrico Cinquini, et al supervisors Director of Planning affixed thn27th day of1977 List of games Provided by Planning J. R. OLSSON. Clerk By . O--puty Clerk RQbb_e 01141 H-24 4177 15m CONTRA COSTA COUNTY PL7NNN ING DEPARD ENT NOTICE OF Completion of Environmental Impact Report ®Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone EIR Contact Person Magjle Coulter Contact Person PROJECT DESCRIPTION: NATHAN HART (Applicant & Owner), County File #2135-RZ: The applicant requests to rezone approximately 4.71 acres from General Agricultural District A-2 to Single Family Residential District R-40. Subject property fronts approximately 543 feet on the east side of El Alamo and approximately a half mile north of the intersection of El Alamo and El Pintado,in the Danville area. The project will not have a significant effect on the environment because the proposed rezoning,is consistent with the General Plan. Subdivision of the property will be limited until sewers are available but no other significant impacts are associated. It is determined from initial study by Ma ie Coulter of the ®Planning Department that this project does not have a significant effect on the environment. L_J Justification for negative declaration is attached. ��The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Ming, Administration Bldg. Pine F Escobar Streets NW ISM California (1 Dat Posted l�Cl � SM Final date for review/appeal By 01139 Planning Departm t Representative tdGcCj�iL;lowrd crdrr l rte /// Rezone / From AZ To Rb5 f 1, WM L_ MILwuo Ckoirman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A PM&T10N 8y f^ t4ga$n Sy-cznR b r C.owTs+_ Cmwrp, Ca a�e�►r[s�ra:eQwr►. 1 indicating thereon the decision of the Contra Costa County Planning Commission in the matter of Nwrww*1 )AwRT 213.5 R Z . r Chairman of the Co ra Costa County Planning Commission, State of Calif. ATTE4: Secretary of the Contra Costa County Planning Commission, State of Calif_ Findings Map RESOLu7I04 NO. 75-1977 BE IT FLRTHER RESOLVED that the Chairman and Secretary of this Comission shall sign and attest the certified copy of this resolution and deliver that same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, September 6, 1977, by the following vote: AYES: Commissioners - Young, Anderson, Phillips, Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - NONE. I, William Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the iaw on Tuesday, September 13, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Anderson, Phillips, Walton, Milano. ROES: Commissioners - None. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - None. Chairman of the P nn ng Commission of the County of Contra Costa, State of California ATTEST: ' i 4 Secretary ofithe Planning Commission of the County of Contra Costa, State of California 01 1 a7 RESOLUTION NO. 75-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY NATHAN HART (APPLICANT AND OWNER) (2135-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE AREA OF SAID COUNTY. WHEREAS, a request by NATHAN HART (Applicant and Owner) (2135-RZ), to rezone land in the Danville Area frau General Agricultural District A-2 to Single Family Residential District R-40,-was received by the Planning Department Office on May 20, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on June 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, September 6, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all tie testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, State of California, that the rezoning request of NATHAN HART (Applicant and Owner), (2135-RZ), be APPROVED for change from General Agricultural District A-2 to Single Family Residential District R-65, in lieu of the requested Single Family Residential District R-40, and that this zoning change be made as is indicated on the findings map entitled: A Portion of Concord Division, Sector 6, Contra Costa County, California. BE IT FURTHER RESOLVED that the reason for this recommendation is as foIIotls: (1) The proposed rezoning would be consistent with surrounding property and development constraints. 01135 RECEIVED CONTRA COSTA COUNTY S /L ;977 PLANNING DEPARTMENT J. R OLS50N aEu BoTAMof wvM��ISORs TA, a TO: Board of Supervisors DATE: 14 September 1977 U Attn: Clerk of the Boa FROM: Anthony A. Dehaesus; SUBJECT: REZONING: Nathan Hart (Appiic/Owner) Director of Plannin 2135-RZ - 4.71 Acres from A-2 to R-40 in the ? Danville Area. (S.D. V) Attached is Planning Coromissiori Resolution No. 75-1977, adopted by the Planning Commission on Tuesday, 13 September 1977, by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard). This rezoning application was reviewed by the Planning Commission on Tuesday, 6 Sept., 1977, and was approved for change from General Agricultural District (A-2) to Single Family Residential District (R-40), by a vote of 5 AYES - 2 ABSENT (Compaglia & Stoddard). The property is described as fronting approximately 543-ft., on the east side of El Alamo, approximately 1/2 mile north of the intersection of E1 Alamo and El Pintado, in the Danville area. The followir._ people should be notified of your Board's hearing date and time: Mr. Nathan Hart (Appiic/Owner) Alamo Improvement Association 480 El Alamo Post Office Box 271 Danville, Calif. 94526 Alamo, California 94507 Mary A. Dunn San Raman Valley Chamber of Commerce 7871 Peppertree Road Post Office Box 98 Dublin, California 94566 Danville, California 94526 Mr. & Mrs. John P. Zopf San Ramon Valley Planning Committee 223 Weymouth Court Post Office Box 902 San Ramon, Calif. 94583 Danville, California 94526 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2135-RZ Mr. Nathan Hart Supervisors, District: I, II, III, IV, V. 0113-5) 1Miacfilmed w:ih bczrd order • f In the Board of Supervisors of Contra Costa County, State of California September 27 ----.*19 77 In the Mahar of - Report of Planning Commission on Request of Nathan Hart, Applicant and Owner, (2135-R?) to Rezone land in Danville Area. The Director of Planning having notified this Hoard that the Planning Commission recommends approval of the request of Nathan Hart, applicant and owner, (213 5-RZ) to rezone land fronting approximately X43 feet on the east side of El Alamo, approximately -i mile north of the intersection of E1 Alamo and E1 Pintado Danville area, from General Agricultural District (A-2j to Single Family Residential District-65 (sR-65), in lieu of Single Family Residential District-40 (R-40) as originally requested; IT IS BY THE BOARD ORDEP.-D that a hearing be held on Tuesday, October 18, 1977 at 11:05 a.m. in the Board Chambers, Room 107, Administration .Building, Pine and Escobar Streets, Martinez, California. I•_ ZS FLTZHERR ORDERED th L the Clerk, pursuant to code rec__'�a=eats, pub__=_ notice of same in THE VALLEY PIORTER and give notice by mail to all persons shown on the last equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing iz a iron and convet copy of an order er kwed on the minutes of said Boo rd of Supervisors on the dote aforesaid. cc: Nathan Hart Witness my hand and the Seal of the Board of Director of Planning S"P°^"6Of1 List of Names Provided affixed the 27thday of 1P,9giber, 19—M by Planning J. R. OLSSON, Clerk Deputy Clerk :.O o_e Guz_errez 411al H-24 L77 15m In witness whereof, the parties have executed the Amendment to lease as of the day and year first written hereinabove. LESSEE: .LESSOR: COUNTY 0 CONTRA COSTA, a polit' s ivision of the S ofP ifo By ' �41 V' Luella B. Wyckoff y . Boggess Chairman, Board of Supervis ATTEST: APPROVED AS TO FORM: J.R. OLSSON, County Clerk JONNJ�- CLAUSEN, C unty Counsel By Deputy CounV Counse B Deput Rte• .errP2 RECOMMENDED FOR APPROVAL: By County Admi istra or By � Amp Real Property A9en Y d 0113.3 ANUMMENT TO LEASE • 24 Goree Court Martinez, California Health Department 1. PARTIES: Effective on SEP 2 7 1917 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called COUNTY, and LUELLA B. WYCKOFF, hereinafter called LESSOR, mutually agree as follows: 2. RURPOSE: The parties desire to amend that lease entered into between Earl D. Dunivan and Joanne Ounivan and COUNTY, dated May 19, 1970. which was subsequently assigned to Luella B. Wyckoff, for 3,200 square feet of warehouse space, commonly known as 24 Goree Court, Martinez. Said lease has been on a month-to-month holdover since May 14, 1975, and a rental adjustment is appropriate. 3. AMENDMENT: Paragraph 3, TERM,RENTAL, shall be deleted in its entirety and shall be replaced by the following: 3. TERM, RENTAL: The term of this lease shall be month-to-month commencing on September 15. 1977. COUNTY agrees to pay to LESSOR, as rent, the monthly rental sum of Three Hundred Twenty and No/100 Dollars ($320.00) on the first day of each month. The rental rate is to be effective as of September 15, 1977, with first payment on October 1. 1977. Payments are to be sent to LESSOR at 2712 Sycamore Street, Martinez, CA 94553. 4. EFFECT: Except for the Amendment agreed to herein, the lease of May 19, 1970 remains in full force and effect. ANKF0'filmed w", 5 3 orae:01132 In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1377 ,19 _ In the Matter of Authorizing Execution of an Amendment to Lease with Luella B. Wyckoff for the premises at 24 Goree Court, Martinez IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County an Amendment to Lease commencing September 15, 1977 with Luella B. Wyckoff for the premises at 24 Goree Court, Martinez, for continued occupancy by the Health Department. PASSED BY THIS BOARD on SEP 2 7 1977 sy I hereby certify that the forogwrmp is o true and cared topy of an order entered on the minutes of skid Board of Supervisor as the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Division sup—i— cc: County Audieal Propettor-Controller f&.d thu,_,_day of S P ° 7 W7 _ 14 _ P.jblic Works Lessor (via R/P) J. R. OLSSON. Clerk Buildings & Grounds Health Department Deputy Clerk County Administrator 01131 r i 11 ,f I' r -sit Esq 1 � ell • -i !s s s j oI � _ a 5�eF 1 ISI ���• 5 � T z y x � o 9 TrY4 ---------- Cis, i g stl A ��� i� � J•}, Tri,Ai i �� jtN� �§. � 1 ;,�"? t5 N � S✓ 1 {' t� i� j FYQ i �. ..� ♦� o\ y � l a Y 3 �_v"; � 3 .� t�9�,�i< `�oo� �x�;d' g L 1 Ji�s4 s.\- �s\l. t' �.-akRi{^.3 ` �;,�:as• � i s, T T. \. \„ (1) R-4505 perforated grid strainer. (No removable strainer) (2) 1-1/2 x 1-112 C/P P trap (3) Speedway stops and supplies (4) N-100 Delta deck type with swing spout, less aerator d. Service Sink American Standard 24"x20" Akron service sinks #7695.018 with rim guard and trap stand 2" or 3" size, and with double faucet with vacuum breaker and bucket hook, with stops in , shanks, #8341.075. e. Urinal (1) American Standard hallbrook 6540.017 with Sloan "Royal" 180YV c/P Flushometer. (2) Install floor drains 2" minimum size directly under urinal or urinals, J.R. Smith Mfg. Co. #2051, 2" or 3" for vinyl floors. f, prinking Fountain (1) Electric refrigerated, HAW's model HSR -6, wall mounted. (2) Comply with handicapped-access requirements. g. Where wall-hung fixtures are installed, seal with white silicone caulking material. G. ELECTRICAL 1. Lighting a. Interior fixtures shall be fluorescent, 2'x4', surface or recessed (no pendant or chain-hung) with two, three or four tubes to meet required performance criteria, similar to Hellmade 102 HFA, with acrylic lens. Contractor to provide submittals for County approval. b. Lighting shall be adequate to deliver 80-100 foot candles at desk-top level in all areas except stairwells, corridors and storage and storage areas where a minimum of 50 foot candles at floor level is required. c. Provide security lighting at all exterior doors. d. Night and exit lights to code, rechargeable dry cell battery emergency lights as required by fire marshal, local agencies, or as shown on plans. e. Ballast shall be "A" rated, Class P-CBH Certified and free from any objectionable hum or vibration at time of acceptance for occupancy. DRI-LOK ballasts not acceptable. 0 -SIM -11- k. Distribution of supply air shall be through quality (Krueger MFG. - or equal) adjustable registers with opoosed blade/dampers located to deliver quiet, draft-free air movements, also to affect cold air currents from exterior walls. All totally enclosed offices to have supply and return registers. 1.. All conference rooms, and other assembly areas for concentrated use, shall be provided with room exhaust fan(s) (ILG or Greenheck) with two-speed motor, ducted to exterior of buildings, controlled wail switch with indicator light, and sized to exhaust at least thirty percent (30Z) of supply air to room. m. Attic space exhaust - Provide powered exhaust fans (blowers) w/automatic dampers, thermostat controlled, to provide three changes per hours. Provide a means of supply air to area with automatic dampers on openings. n. All rooftop heating furnaces or heat-cool furnace packages shall not have blower/s for removal of combustion products from the firebox. Gas furnaces shall perform with natural draft. o. Provide and install warmup stats on economizers. 2. Plumbing Fixtures a. Nater closets: Only Flushometer units will be installed for new construction. Tank-type units may be used in existing structures with prior written approval of COUNTY. (1) Flushometer - F2222.O16 (less seat) Hadera, with Church seat 5320.114; Sloan Royal 1126V Flushometer. (2) Tank Type - American Standard F21O9.O56, (less seat) "Cadet" toilet combination. (a) American Standard Church 5320.114, elongated bowl, open front, no cover, white. -b. Lavatory: (1) Hall-hung American Standard P-4869.02O, 20"x18" - "Regalyn" C.I. white enameled lavatory with (a) 4" center set Delta 0500 and perforated P/O plug (b) 1-1/2 x 1-1/4 C/P P trap (c) C/P Speedway stop and supplies (2) Countertop - Circlyn 3201.035, same fittings as above, and with SS Hudee rim. c. Sink American Standard 1P-7013.014, 24'x21" G.I. white enamel A.R. "Custom Line" sink with -]D- oll 71 (3) Ventilation Air supply shall be a minimum of one and one-quarter (1-1/4) CFM per square foot of floor area. b. Both heating and cooling equipment may be either roof- mounted or conventional central system. Cooling equipment shall have refrigerated, air cooled condensing units or central "wet' cooling tower. Heating equipment shall have gas-fired furnaces with circulating blower, NO HEAT PUMPS OR ELECTRIC HEAT. c. Air handling units shall be provided with an "economizer" feature, with an auto-adjustable damper sized to provide a minimum of thirty percent (300) of rated DFM, of unit. Minimum thirty percent (30:) fresh air make-up with a separate thermostats or at each supply air handler unit. d. Slower operation shall be continuous and scheduled by time clock (seven day) with carry-over and skip-a-day features, electric spring-wound, with by-pass timers. Time clock to be located inside building, by-pass timers to be located as indicated on plan by COUNTY. By-pass timers shall be Mark- Time, Model #90-007, 6-hour without hold feature. e. Thermostats shall be ductstats in return air ducts and readily accessible. f. Freezestats shall be installed in conjunction with high and low pressure switches at each unit. A.C. Compressors to have crankcase heater. S. Zone areas with separate furnaces and/or re-heat evils in ducts with separate ductstats or thermostats and controls. h. Install extractors for all branch ducts and turning vanes at all bends. i. Balancing: (1) Upon completion of all interior improvements, balance ail supply, return and exhaust registers and submit written report to COUNTY. Balancing report shall be submitted prior to acceptance for occupancy. (2) After two months of occupancy, system shall be final balanced and a report submitted to COUNTY. (3) If building is a multi-occupancy, LESSOR shall rebalance at no cost to COUNTY area occupied by COUNTY after each succeedinq change of occupancy in areas not occupied by COUNTY. A written report shall be submitted to COUNTY on each re-balance. j. Noise emission from blowers, ducts, registers or other mechanical equipment to any occupied area shalt be below 1105. 0125 _g_ b. Keys: Stamp all keys - "DO NOT DUPLICATE." (1) Furnish three keys per lock with an additional three keys for each set; three keys for each Sub-Master; three keys for each Building Master; and.15 stamped key blanks in the Job Keyway. (2) 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 hardware supplier. (3) Upon receipt of the locksets and cylinders from the factory, the hardware supplier shall notify the County Building Maintenance Department 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, and the keyed locks will be delivered to the job. 4 Panic hardware and door closers shall be installed per the requirements of the local fire marshal. S. All exposed hinges on exterior doors shall be non-removable pin (NRP) type. 6. Door closers shall be Sargent-1230 Series. 7. Door bumpers shall be Sargent 2400 Series installed in gypboard w/toggle bolts. 8. Drawer slides - Knape - Vogt - 1280P. 9. Butt Hinges - McKinney TA 2714 10. Cabinet Hinges - 30' Reverse bevel doors - National Lock Co. C325 Cabinet Hinges - Flush doors - 'McKinney 2743 F. MECHANICAL AND PLUMBING SYSTEMS 1. Heating, Ventilating and Air Conditioning a. All equipment shall be commercial grade, adequately sized for the following design criteria: (1) Heating Design temperature indoor: 72* F. at five-foot level above floor. Design temperature outdoor: 35' F. ambient (2) Cooling Design temperature indoor: 75* F.-DB at five-foot level above floor. Design temperature outdoor: 95° F-DB and 67' F.-WB ambient. �01125 r 3. Staff Rooms a. Provide room exhaust fan (ILG or Greenheck) with two-speed motor, ducted to exterior of building, controlled by wall switch with indicator light, sized to exhaust at least thirty percent (30%) of supply air to room. b. Provide wall-hung storage cabinet and base cabinet with sink, hot and cold water supply, and duplex convenience outlet near counter. See Cabinetry and Casework, Section C- 1, for standards._ 4. Xerox Rooms a. Provide room exhaust fan (ILG or Greenheck) with two-speed motor, ducted to exterior of building, controller by wall - switch with indicator light, sized to exhaust at least 400 CFtt. b. Xerox unit (or other duplicating equipment) shall be served by separate circuit. 40ire to outlet location as designated by COUNTY, outlet receptacle will be provided by equipment supplier. R E. HARDWARE 1. LESSOR shall provide COUNTY with complete hardware schedule for review and approval within sixty (60) days of execution of LEASE. Schedule shall include cross-match coding of lock sets to door numbers on plans, and three (3) copies shall be provided to and fifteen (15) working days allowed for COUNTY review. Schedule shall show manufacturer's name and catalog number for each item. This schedule shall be considered the Preliminary Schedule. NOTE: All hardware to be commercial quality. LESSOR'S Hardware vendor shall prepare a revised/corrected schedule based upon COUNTY'S review comments on Preliminary Schedule, and the revised document shall be considered the Final Hardware Schedule and three (3) copies shall be forwarded to the Building Maintenance Shop. This will enable the COUNTY to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardware. 2. Door locksets shall be Sargent-Series Magna 8 line with FED 161 cutout. Keyways and pinning schedules shall be determined by COUNTY to coordinate with master keying schedule. No substitution in lieu of Sargent locks will be considered. 3. KEYING a. 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. -7- • 0123 b. All new full-height walls shall be rated as minimum STC of 43. c.. Excessive noise areas or other problem locations will be noted by COUNTY on plans submitted by LESSOR for approval of space lay-out and arrangement. Deleted I�XXXp[i0Eit1U�141H0fdH�1HcU0�bXld(eXlfiXd(1t0(X661HC 0. SPECIAL USE AREAS 1. Janitors' Rooms a. Minimum requirements include space for supplies storage, actual square footage required is a function of building size and will be determined by COUNTY. b. LESSOR shall provide and install service sink, and/or floor sink, with hot and cold water supply, adequate lighting including shield or cage protection from breakage, floor drain, and adequate ventilation. C. No electrical or telephone equipment panels shall be located in janitors' roans. 2. Toilet Rooms a. Separate facilities for men and women, number of fixtures be in accordance with code requirements for occupancy levels as projected by COUNTY. i b. Adequate lighting (fluorescent fixtures) shall be provided in order to aid sanitary maintenance. c. Toilet partitions shall be standard metal units, either ceiling hung or floor mounted, with one unit sized for handicapped persons. d. Install ceramic tile wainscoat and comply with local code requirements. e. LESSOR shall orovide and install all door hardware, plumbing and lighting fixtures, and toilet partitions including coat hooks and handicapped grab-bars. All other accessories (towel dispensers, mirrors, etc.) will be supplied by COUNTY and installed by Contractor. f. Ventilation, wall and floor construction shall be in accordance with local codes. -g. Lavatory counters shall be provided be LESSOR. See Cabinetry and Casework, Section C-1, for- standards. h. A floor drain shall be installed where two or more water closets or one or more wall-hung urinals are installed. Floor drain to be two inch with approved type strainer, suitably flanged to provide a watertight ,point at the floor and trapped to code. Provide trap primer. -6- 0112 � . b. All colors shall be approved by COUNTY from color schedule submitted by LESSOR. Coverage shall be complete, without holidays, hot spots, runs, etc., to the satisfaction of COUNTY. Prepare and sand all surfaces for proper condition and appearance. Minimum coverage shall be as follows: Other Than Office Areas: Two coats latex. Toilet Room Areas: One coat primer-sealer and one coat stipple enamel. Doors: Wood - natural finish with one coat sealer Metal - factory prime and one coat enamel Frames: two coats enamel trim. All above are minimum standards and additional coats shall be applied where necessary to obtain comp ete coverage. c. Prior. to the start of any interior finish work, LESSOR shall submit an interior finish schedule and shall allow COUNTY at least ten (10) working days to review, select and approve colors. 7. Partitions a. Floor to Ceiling: Wood or metal studs with 5/8" nypboard. Finish: Tape, testure and paint or vinyl fabric as shown on plans and as directed by COUNTY. NOTE: This type of interior partition construction is not preferred and shall be utilized only when prior approval is granted for specific areas in writing by County. b. 7d6�ti�illGil(JdGit]EI ?fi7 (�1(�W�filb�ii4XXlG)4!O(kltK4> �FX��4'� `x�Fi��EJFX Delete XpiDtlf�(70fXJ6 (�KIbX�tXiEi4X1H41( IC>�4?EK�F� x�x 6x ¢�ca t�t�cx x�c�E,c�e�c X�c XX lcX�lpt�ax�66�F�i�,E�oG�Hcx� GXi��x�6�4�dctX� C. Free standing acoustical landscape panel furnished and installed by County. d. Vinyl wall covering, fabric, pattern and color as selected by COUNTY, minimum weight - 12 oz./53/54-inch width. 8. Acoustical Treatment/Insulation a. LESSOR shall give due consideration to and make appropriate provision for minimizing sound transmission between office spaces and from high noise level areas (Xerox rooms, toilet rooms, equipment rooms, etc.). • -5- U11M 5. Floor Covering a. Carpet in areas as indicated on plan by COUNTY, shall be Burke Sierra: Antron III Nylon, 22-oz. minimum face weight, direct glue-down per manufacturer's instructions. No pad. Carpet to have antistatic semi-conductor back, man-made fabric, pattern and color to be selected by COUNTY. Rubber topset cove base to be installed over carpet. Pile Yarn: 100% Antron III Continuous Filament Nylon (2450 Denier, 2-ply rated) with Burke Static Control System with Brunslon. Face Weight: 22 oz. Number Series: 32100 Style: 5/64 Stitches per Inch: 11 Pile Height: 1/8 Primary Back: Polypropylene Height Density Factor: 139,392 Density: 6336 Secondary Back-Loktuft 5.3 oz. b. Smooth Floor: In areas as indicated on plan by COUNTY; LESSOR shall install 1/8" minimum thickness, 12"x12" vinyl asbestos the with 4" topset rubber cove base or sheet vinyl .090" minimum thickness, Armstrong Vinyl Corlon, or approved equal, with base at COUNTY'S option. Contra Costa County Building Maintenance Department approval required for pattern and quality and color. C. All toilet rooms to have ceramic tile floors, mortar set. Marlite or equal wainscote on walls of toilet rooms up four feet from floor and to code. Pattern and color selection by COUNTY. d. Extra Materials: (I) Carpeting: Provide one piece, 6 feet x 9 feet, of carpet material for each pattern and/or color installed, for patching and repairing use. (2) Vinyl Asbestos Tile: Provide twenty-four (24) whole tiles for each pattern and/or color installed. Deleted 43lxxx>���*xx/�rx>#xlx/xxx(xzlaaxxxb)exx)oxx�v■iijtxjttxxxgxxfyxxox�xp�/�/�ixxx�fnQ pyf�Q��c�Q)txyj O�{QQM�x�MAWLiAxA/IX�XxARRR�JCR/Y/C../...I,��I.A/II,/.AI1/�Jl Y zlcxl�uc 6. Painting and Vinyl Wali Covering a. Interior office walls to be vinyl covered.white ceilings (if not T-bar system), both flat latex; trim to be semi-gloss enamel. -4- 01120 (5) Plastic Laminate: Custom Grade, color and pattern as selected by County c. Manufacturing and Installation Standards (1) Manufacture millwork and casework to W.I.C. Custom Grade Standards as minimum. _ (2) All cabinet work shall be securely anchored and accurately aligned. All drawers and doors shall operate freely, provide glides for all drawers; all shelves shall be adjustable. (3) All cabinet interiors to have one coat of white shellac. 2. Ceilings a. General standard shall be acoustical tile with T-bar suspension system. b. Tile shall be Armstrong "Minaboard" mineral fiber panels with fissured design, size 24"x48"6/8% flame spread class.' 25, Federal Specifications No. SS-S-118a, MRC of 0.60-0.70, light reflectance of 75% minimum, or approved equal. c. T-bar suspension system shall be exposed grid with white finish, Donnor equal_ If recessed fixtures are used provide additional hanger wires at each corner of each fixture. Hanger wires shall be minimum 12 ga. at maximum 48" o.c. in each direction for grid. d., Fire rating of ceiling assembly shall comply with local building code requirements. e. Attic Ceiling - to be insulated R-19 factor, with additional insulation as specified in plans. 3. Doors and Windows a. All doors opening into general office spaces and high traffic areas which are not designed to stand open during normal office hours shall be half-lite with wire glass. b. Aluminum entry doors shall be medium or wide stile type. c. All wood doors shall be solid core, 1-3/4" thick, or or as required by code. d. Exterior pairs of doors with panic hardware shall have a removable mullion. 4. Window Treatment a. Adequate consideration shall be given to solar heat load on and security of exterior building glass areas and some means of minimizing solar load as well as providing adequate security shall be included. =J(XXMOG151(f(d K)bKitffi+Yd6i(Xi(M9CNsS KXlbllUUXiWIUXd( IXXi(0Li(xxxxdXRl(XX Deleted MY � i 2. Building and its components shall comply with requirements of Cal/OSHA (Title 8, CAC) and LESSOR shall correct all discrepancies noted during pre-occupancy inspection at no additional cost to COUNTY. 3. Facilities for handicapped persons shall be provided in accordance • _. with the current edition of the Uniform Building Code (1973) and applicable State statutes. 4. Exit signs shall be installed per code and shall be reviewed and approved by Fire Marshal of local jurisdiction. S. Fire extinguishers and associated identification/direction signing shall be provided by LESSOR. Fire extinguishers shall be commercial grade ABC dry powder, rechargeable with hose, commercial or general brand with current charge tax. -6. All material shall be new and unused unless written permission granted by County for specific items. R C. INTERIOR FINISHES 1. Cabinetry and Casework a. General (1) Grading Rules: Millwork shall be graded and manufactured in accordance with the standards established in the Manual of Millwork of the Woodwork Institute of California, latest edition. (2) Shop Drawings: Required for all manufactured items. Furnish to County Building 19aintenance Department for their approval. Do no manufacturing until receipt of approved drawings. (3) Verify all dimensions at the building. b. Lumber and Wood Products (1) Conform to standards established for the grade. (2) All lumber and plywood shall be Custom Grade, no particle board, exceptions noted. (3) Miscellaneous millwork - Douglas Fir Shelves - Douglas Fir, plywood edgebanded w/birch a. Surfaces to receive plastic laminate; waterproof particle board. b. All other areas - Douglas Fir (4) Casework, Cabinet Doors and Drawer Fronts a. Edge banding: Birch b. Faceframes: Birch C. Doors/Drawers: Birch plywood 01118 -2- k 816 Main Street EXHIBIT "A" CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT BUILDINGS AND GROUNDS COUNTY REQUIREMENTS FOR LEASED SPACE A. PLANS, SPECIFICATIONS AND RELATED DOCUMENTS 1. For Existing Buildings: LESSOR shall furnish two (2) copies of existing floor plan, minimum scale 1/8" = 110". All rooms, corridors and doors shall be numbered on plans and an interior finish schedule included. 2. For Both New and Existing Facilities: LESSOR shall furnish, upon,, completion of all leasehold improvements included in the lease provisions: two (2) copies of complete as-built plans plus one (1) reproducible set, including notes indicating revisions to original construction plans. LESSOR shall also furnish three (3) copies each of all maintenance manuals, parts lists, operating instructions and warranties or guarantees for all new mechanical equipment installed pursuant to lease provisions. 3. LESSOR shall not proceed with any work involving modifications or improvements or initial construction of facilities for COUNTY'S occupancy, when such work is directly related to or will affect COUNTY'S occupancy, without prior written approval or applicable plans, specifications, and related documents by authorized representative of COUNTY. LESSOR shall allow COUNTY at least ten (TO) working days for review of documents prior to requesting written approval. 4. Plans and specifications shall be submitted to an an appropriate permit obtained from the local Building Official of the jurisdiction in which the facilities are located. 5. All utility services to COUNTY-occupied area shall be provided with separate meters. LESSOR shall have all utilities in service or turned on at least ten (10) days prior to COUNTY occupancy. COUNTY will transfer all services to COUNTY'S accounts upon commencement of occupancy or upon receipt of Certificate of Occupancy if such pre-dates occupancy by COUNTY. B. CODE REQUIREMENTS 1. Building and its components shall meet all applicable local codes and ordinances. LESSOR shall furnish to COUNTY a copy of a duly executed "Certificate of Occupancy" from appropriate agency of local jurisdiction prior to acceptance'of improvements as complete by COUNTY. 0111~7 23. RECORDING: A Memorandum of Lease shall be executed and recorded by the parties hereto. This will be in lieu of recording the entire instrument. 24. TIME IS THE ESSENCE of each and all of the terms and provisions of this lease. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision of the State of California 4�LD h F. Buhlman B Y airman, Board of Superviso an N. Buh ma ATTEST: J. R. OLSSON, Clerk B Deputy Robbie 461. RECOMMENDED FOR APPROVAL: r . 3f a By County dmin' ratorBy l Deputy Public Ho Director Buildings and Grounds B Real Property Ag7 n APPROVED AS TO FORM: JOHN B. CLAUSEN. County Counsel By Deputy a. w r _ ] _ 01115 17. DEFAULTS: (Continued) cost thereof from rental payments due to LESSOR. provided that COUNTY has given LESSOR written notice of said breach and provided that LESSOR has not made a substantive effort to correct said breach. 18. SURRENDER OF PREMISES: On the last day of the said term, or sooner termination of the lease, COUNTY will peaceably and quietly, leave and surrender to LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to hereinabove) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God, or by circumstances over which COUNTY has no control excepted. COUNTY shall not be liable for painting the interior of the demised premises upon termination of this lease. 19. TAXES: COUNTY shall pkv to LESSOR within thirty (30) days after being requested to do so by said LESSOR as additional rental, a sum equal to the amount of City and/or COUNTY taxes or general assessment levied against the demised premises (Assessor's Parcel 373-162-03) that exceeds Twelve Hundred and No/100 Dollars ($1200.00) in any tax year during the term of this lease. It is understood and agreed during the last year of occupancy said taxes shall be prorated between LESSOR and COUNTY according to the number of months the COUNTY shall have possession of the demised premises. 20. INSPECTION: LESSOR may enter the premises between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, holidays excepted, or at any time in an emergency, and may employ proper representatives to insure that the propert-i is being properly cared for, that no waste is being made, and that all things are done in the manner best calculated to preserve the property and in full compliance with the terms and conditions hereof. 21. RIGHT OF FIRST REFUSAL: Should the LESSOR or his successor in interest during the lease terms, or any extension thereof, elect to sell the demised premises, LESSOR shall give COUNTY prompt notice of such intention and the terms and conditions of any offer. COUNTY shall have 120 days to meet the terms and conditions of such offer If COUNTY does not act within said 120 day period LESSOR shall be free to sell the premises in accordance with the terms and conditions of said offer. 22. SUCCESSORS: The terms and provisions of this lease shall extend to and inure to the benefit of the heirs. executors, administrators, successors, and assigns of the respective parties hereto, jointly and severally. - 6 - 4115 14. HOLD HARMLESS: (Continued) LESSOR agrees to defend, indemnify and hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim, or suit for damages to the persons or property when and if said persons or property are invited or brought into the demised premises by LESSOR. 15. DESTRUCTION• a. In the event of damage causing a partial destruction of the premises during the term of this lease from any cause, and repairs can be made within (60) sixty days from the date of the date of the damage under the applicable laws and regulations of governmental authorities, LESSOR shall repair said damage promptly and within a reasonable time, but such partial destruction shall in nowise void this lease except that COUNTY shall be entitled to a proportionate reduction of rent while such repairs are being made, such proportionate reduction to be based upon the extent to which the portion of the premises unable by COUNTY bears to the total area of the premises. b. If such repairs cannot be made in sixty (60) days, LESSOR may, �at his option, make the same within a reasonable time, this lease continuing in full force and effect and the rent to be proportionately rebated as provided in the previous paragraph. In the event LESSOR does not so elect to make such repairs which cannot be made in sixty (60) days, or such repairs cannot be made under such laws and regulations, this lease may be terminated at the option of either party. c. A total destruction of the premises or the building in which the premises are located shall terminate this lease. 16. QUIET ENJOYMENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully performs hereunder. 17. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment. LESSOR may re-enter and repossess the premises and remove all persons and property therefrom. In the event of such a breach by LESSOR, COUNTY may quit the premises without further cost or obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the - 5 - 01114 11. COMPLETION AND OCCUPANCY: a. Upon LESSOR's completion of said remodeling and written notice thereof to County Real Property Agent for occupancy, COUNTY shall inspect within three (3) work days after receiving said notice of completion and shall approve or disapprove said building improvements and leased premises within six (6) work days of receipt of such written notice of completion. b. The sole basis for disapproval of the premises shall be non-conformity with plans and specifications or applicable laws or ordinances. In the event COUNTY disapproves of the premises, it shall provide LESSOR with a reasonable detailed list of the deficient portions or details of the premises. c. COUNTY shall accept the premises for occupancy and rental shall be prorated as of the first workday following said approval of premises. 12. PRIOR POSSESSION: Commencing on December 1, 1977, COUNTY shall have the right to install fixtures, telephones, and other items required to prepare space for COUNTY's occupancy and to store furnisture, supplies and equipment where such work or storage can be effected without unduly interfering with LESSOR's completion of the building and improvements. 13. ALTERATIONS, FIXTURES AND SIGNS: COUNTY may make any lawful and proper minor alterations and attach fixtures and signs in or upon the premises. Said fixtures and signs shall remain COMITY property and may be removed therefrom by COUNTY prior to the termination of this lease. All signs shall meet existing Code requirements and LESSOR's approval. Any such alterations, signs, or fixtures shall be at COUNTY's sole cost and expense. 14. HOLD HARNESS: It is understood and agreed that LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said leased premises during said term and COUNTY hereby agrees to defend, indemnify, and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around, or upon said leased premises, except in the case of any structural, or other failure of the building owned by LESSOR which results in damage to any person or property , LESSOR will be held liable. - 4 - 01113 9. UTILITIES AND JANITORIAL: COIIU`ITY shall pay for all water, gas, sewer, electric and refuse collection services provided to the demised premises and shall provide its own janitorial service. LESSOR shall provide separate utility meters for the demised premises. 10. ACCOMPLISHMENT OF IMPROVEMENTS: a. LESSOR shall construct improvements per plans and specifications labeled Exhibits "A" and "B" which are attached hereto and made a part hereof. Final plans and two (2) copies of specifications of materials and equip- ment to be installed, will be submitted to COUNTY and shall be approved by COUNTY before any construction work is commenced. After approval by COMITY, LESSOR shall not make or cause to be made any changes in plans or specifications without the prior written consent of COUNTY. LESSOR shall make changes, additions or deletions upon written change order from COUNTY. COUNTY shall receive full credit for any deletions. Changes and additions shall be charged at a rate not to exceed direct cost plus 151. COUNTY hereby reserves the right to inspect during construction of improvements as specified herein but will not interfere with LESSOR's work and will notify LESSOR in writing of any requests. recommendations or discrepancies. LESSOR shall commence remodeling within thirty days (30) of the effective date of this lease and said improvements shall be complete, including final inspections and issuance of a Certificate of Occupancy, by January 1, 1978. If actual remodeling has not coamenced within sixty (60) days of the effective date of this lease, COUNTY may, upon written notice to LESSOR, cancel this lease without cost or obligation to COUNTY. b. In the event LESSOR cannot deliver premises on January 1, 1978, as provided hereinabove, rent shall be pro rated from the date premises are completed and accepted by the COUNTY. However, if the premises are not completed by April 1, 1978, COUNTY may, at its sole option, terminate the lease by giving LESSOR written notice, with.no further cost or obligation on the part of COUNTY. Anything contained herein to the contrary notwithstanding, the dates in this paragraph shall be extended by the time lost as a result of work stoppages of material or Acts of God; provided that such time lost is beyond LESSOR's control. - 3 - '� 01112 8. MAINTENANCE AND REPAIRS: a. LESSOR shall keep the roof and exterior of the building in good order, condition and repair except for exterior doors and their fixtures, closures, and hinges, which shall be maintained by the COUNTY. COUNTY shall maintain all locks and key systems used in the demised premises. b. COUNTY will maintain any and all interior electrical, interior water and interior plumbing systems, except COUNTY shall not be responsible for major repair or replacement of said systems. COUNTY will replace any and all electrical lamps and ballasts in the lighting system after total original Tamping by LESSOR. c. COUNTY shall maintain and repair the heating, ventilating, and air conditioning systems. d. COMITY shall keep and maintain the interior of the premises in good order, condition and repair, ordinary wear and tear excepted, but LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair including damage to the interior caused by roof leaks and/or interior and exterior wall leaks. e. COUNTY shall replace any glass windows broken in the demised premises. f. LESSOR shall provide and install at the direction of the Fire Marshal the necessary number and type_of A-B-C fire extinguishers for the premises at no cost to COUNTY. COUNTY shall thereafter maintain, repair, and replace said extinguishers. g. COUNTY shall not suffer any waste on or to the demised premises. h. COUNTY shall not be held liable or responsible for any repair and/or replace- ment of any part of any system or improvement under warranty. LESSOR shall furnish COUNTY with three (3) copies of warranties, parts lists, and operat- ing instructions for all mechanical systems maintained by COUNTY prior to occupancy. i. LESSOR shall be responsible for the correction of any city building, and/or Fire Code Violations: provided that LESSOR shall not be liable for correction of said Code Violations which arise out of and are directly related to a change in the COUNTY'S occupancy or use of said premises. LESSOR shall be responsible for correction of any CAL/OSHA Violations for a period of one year after completion and acceptance of the premises by the COUNTY. - 2 - 01111 LEASE 816 Main Street Martinez, California SOCIAL SERVICE DEPARTMENT SEP 2 7 1977 1. PARTIES: Effective on , 1977, JOSEPH F. BUHLMAN AND JOAN M. BUHLMAN, hereafter called "LESSOR" and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, for and in consideration of the rents, hereby leases to COUNTY, and COUNTY accepts and takes those certain premises situated on the south line of Main Street between Los Juntas and Ferry Streets, City of Martinez consisting of approximately 3,500 square feet of office and mezzanine space in that certain building commonly known and designated as•816 Main Street and more particularly described in Exhibit "B" attached hereto and made a part hereof. 3. TERM: The term of this lease shall be five (5) years commencing January 1, 1978 and ending December 31, 1982. 4. RENTAL: COUNTY shall pay to LESSOR as rent for said premises, a monthly rental of Two Thousand and No/100 Dollars ($2,000.00) in advance by the 10th of each month during the term of this lease. Rental shall be mailed to LESSOR at P.O. Box 4903, Walnut Creek, CA 94596. 5. EXTENSION: This lease may, at the option of the COUNTY, be extended for five (5) years commencing on January 1, 1983 and ending December 31, 1987 upon the same terms and conditions, except the rental shall be adjusted as follows at the beginning of each lease year: Lease Year Rental Per Month 6 January 1, 1983 to December 31, 1983 1260.00 per month 7 1984 to 1984 1325.00 per month 8 " 1985 to " 1985 1385.00 per month 9 " 1986 to n1986 1450.00 per month 10 1987 to n1987 1510.00 per month It is understood and agreed County shall give LESSOR 90 days prior written notice of its intention to exercise any option to extend this lease. However in the event COUNTY does not give such written notice, its right to exercise any option before termination of the lease shall not expire until 10 Corking days after receipt of LESSORS written demand to exercise or forfeit said option. 6. HOLDING OVER: Any holding over after the term of this lease as provided herein- above shall be construed to be a tenancy from month to month subject to the terms of this lease so far as applicable. 7. USE OF PREMISES: The premises shall be used during the term and extension hereof for purposes of conducting various office functions of COUNTY. 01110 - 1 - q"c:� .. :uc:cd� _ I IN WITNESS WHEREOF, the parties hereto have executed this MEMORANDUM OF LEASE as of the day and year first hereinabove written. LESSEE: LESSOR: CONTRA COSTA COUNTY, a p htital subdivision gf-rthe SPfe of Cal' rnia Chairman, Board of Supervisors Joseph F. Buhlman ATTEST: (� By ('PQM .4y �I 1 i.}„ LKQ J. R. OLSSON, Clerk Joan M. Buhlman By �PUkY G[sorez RECONMENOED FOR APPROVAL: IN(7/!! ?}Cli-C(/!Y1 ClaimCMA toner 2 sc Im.ftW !u!.ligo JC Y County Administrator W. K Boggos \r NtM� FY! aearnR,O1raN. i3OR1 m I14 LM aM.R � M r b ib41 IM!dCt4 9,eT,':na RK b riC:i 6 C)]OfIY.M.It!n07 0 „F.'.eat d[!a 'W, .! Gntuw A 6.ftl! 0 Lid a+lfa Wt.as Waw P-94,a!Ra.a!W..R w.wsa d�m sra Luc ws�..ce,a tr e ounty Real Prope A t t olsaaw ever U. a an a.ra or wa.n,wa APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel BYi Deputy, County Counsel��, STATE OF CAUF06NL1 .S SS. I COUNTY OF. ��•%Tn'F+ i t75'Iy f 1t11 trot S E tai thR underaignM.a Natu_S P1111k in atld jilt said coos"trd$telt. JKr nally 3ppeated FOR NOTARY SEAL OR STAMP ! [.. I.. [hr perwn_.____eho.e names;:y".\.._aah+rr�brd m tM =�XSFAL9 Oflt Ctat SF4! w,th�n in.[rumen[and aeL. kd j that --Mn"tF .� 1 .�—,•— =W1 0'c tYkYTiIA CMrt •c _ /.�{dG3c� t C.._�.-.t ' �i�.ra.....n...F7 fra.m.Faa..a F.I.v.1179 ,xt ..a t;q low 01109 MEMORW M OF LEASE This HEIGRAMDUN OF LEASE is made and entered into on$EP 27,1977by and between Joseph F. Buhlman and Joan M. Buhlman, hereinafter called "LESSOR" and CONTRA COSTA COUNTY, a political. subdivision of the State of California, hereinafter called "LESSEE'. LESSOR for a valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the terms and conditions of that certain lease dated SEP 2 7,197/ , does hereby lease, let and demise unto LESSEE the real property hereinafter described for the purpose of conducting various functions of LESSEE. All of those certain premises consisting of approximately 3,500 square feet of office stare co=acnly known and designated at 816 Main Street, Martinez, California. The demised premises are described in the deed to Joseph F_ Buhlman et ux recorded on June 1, 1971 in Book 6394 of official records at page 496, Records of Contra Costa County, California. The term of this lease is Five (5) years commencing January 1, 1978 and ending December 31, 1982. This MEMORANDUM OF LEASE is made upon the terms, covenants, and conditions of that certain lease dated SEP 2 71977 described hereinabove, which lease is by reference incorporated herein and made a part hereof and which is on file with the Clerk of the Board of Supervisors, Contra Costa County, California. The provisions hereof are binding upon and shall inure to the benefit of the parties hereto and their respective heirs, executors, administrators, successors and assigns. 01108 Miaofilmad with bw,,d order In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 1977 '19 — In 19In the Matter of Authorizing Execution of Lease with Joseph F. Buhlman and Joan M. Buhlman for 816 Main Street, Martinez, CA. IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute a five (5) year lease and a Memorandum of Lease for recording with Joseph F. Buhlman and Joan M. Buhlman for use of premises at 816 Main Street, Martinez by the Social Service Department. PASSED by the Board on SEP 27 1977 Y xn Y S F t •3 T �C' '3''f� 'tM i r 1 hereby certify that the foregoing is o true and correct oopy of an order adored on the minutes of said Board of Supervisors on the date ofaresokL Originator. Public Works Department Wens my hand and the Seal of the Board of Building and Grounds SuP°rvi—I affi"d*his �,of SEP 2 7 1577 19 cc: County Administrator — Auditor-Controller Social Service Deparment J. R. OLSSON, Clerk Lessor (via Lease Management) By Deputy Clerk lybie len � 41107 H•24 3,+-6 Ism In the Board of Supervisors of Contra Costa County, State of Califomia September 27, 19 77 In the Matte►of Proposed Segregation of Assessment No. 15-A-7 Assessment District 1969-1 Alamo Area. The Public Works Director has reported that he has been notified by the County Auditor-Controller that the parcel of land shown as Assessor's Parcel Nos. 193-482-011 S 012 an previous tax rolls upon which there are unpaid assessments on bonds issued under the Improvement Bond Act of 1915, Assessment District 1969-1.has been subdivided; In conformance with Sections 8730 to 8734 of the Streets and Highways Code, IT IS BY THE BOARD ORDERED that the Public Works Director, ex officio Street Superintendent, is AUTHORIZED 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. IT IS FURTHER ORDERED that, pursuant to Resolution No. 69/567 adopted by the Board on August 26, 1969, a fee of $160.00 shall be applied to each segregation to cover County costs. PASSED BY THE BOARD on September 27, 1977. v T�fi 1 hereby cactify lhot the foregoing is a true and correct copy of an order entered on the minutes of said Board of SuperAwn on the dote aforesaid. Witness my hand and the Seal of the Board of Originating ])apartment: Pi.'-LD superritars cc: Public Works-LD affixed this 27 day of sentember 19 77 Public Works - BSS County Auditor �/1 J. R. OLSSON, Clerk County Counsel Byv, ft itcr!fe[Li[Y✓.�.ti Deputy Clerk County Administrator X01106 H-21i"o IS-n Board of Supervisors -4- August 29, 1977 are now responsible for support are now handled by the . Collections staff. Guidelines for the handling of these cases have been orally promulgated and will be published in the Policy and Procedure Manual in the near future. No. 9: Compile SELF reimbursement data earlier so that reports can be filed with the state on a current basis; consider use of data processing to collect the essential information automatically rather than manually. Comment: During 1976-77, all required reports were sub- mitted to the Department of Benefit Payments in a timely manner. While the use of data processing to prepare the claims has merit, there is still a need for human judg- ment which cannot be provided by computer services without extensive and costly programming. Thus, at present we do not consider modification of the data processing program -for this purpose to be feasible. The Department of Benefit Payments has been pleased with the accuracy and timeliness of our reports. No. 10: Improve the usefulness by collections staff of data processing reports by combining certain runs and modifying the form of others. Comment: Conferences have been held with data processing personnel to work out improvements. Specific requests for changes have been submitted and others are currently beinq discussed. Requests for revision and modification were submitted in June 1977 in order that costs will fall within the 1977-78 budget year. r WAO:bl _ cc: Arthur G. Will County Administrator 01105 Board of Supervisors -3- August 29, 1977 No. 4: A formal written education plan for para-legals should be developed and emphasis should be placed on on-the-job training; the Collections Division Policy and Procedure Manual should be updated. Comment: A formal written educational plan for the collections staff is being developed. This has been coordinated with the legal staff who have also been participating in training sessions. The Policy and Procedure Manual is routinely reviewed and up-dated. At present, the manual is current and in conformity with federal and state regulations. No. 5: Authorize Collections Officers to deviate from the payment schedule found in the Policy and Procedure Manual. Comment: As the Arthur Young and Company report notes, this change had already been implemented at the time - the report was published. No. 6: Confer with representatives of the Marshal's Office to improve the service of legal papers in child support cases; hire a fulltime process server to supple- ment the service provided by the Marshal's Office. Comment: Meetings were held with the various Marshal's Offices and improvement has been noted. Additionally, funds were provided under the CETA employment program to hire a fulltime process server for family support cases. No. 7: Work closely with the Family Law Commissioner to establish procedures for hearings on child support cases. Comment: Close liaison has been maintained with the Presiding Judge and the Family Law Commissioner to assure that Family Support cases- are calendared in a manner to assure the most effective use of attorney time. No. 8: Emphasize the development of methods and procedures for effective processing of cases taken over from the Probation Department at the end of June, 1976. Comment: The cases taken over from the Probation Depart- ment principally involve probationers who were convicted of criminal non-support and were to make child support payments through the Probation Officer. Additionally, cases involving delinquent children who are placed in foster homes or other institutions but whose parents 01101 ATTACffi�SENT (Item No. 40) Board of Supervisors -2- August 29, 1977 Recommendation *41 in the 1976-77 Grand Jury report declares that ten specific recommendations contained in the report dated November 19, 1976 by Arthur Young and Company be followed. We have reviewed the report and, in general, we find the comments and recommendations to be of assistance in the adminis- tration of this program. We considered each of the recommendations submitted. In some instances we had already instituted the suggestions made while in others it was determined to be impractical to adopt them as presented. A summary report of action taken and contemplated follows below. The ten recom- mendations are discussed in the same sequence presented in the report by Arthur Young and Company. No. 1: The Family Support Legal Division, the administrative office of the Collections Division and the paternity unit should be located within the same facility. Comment: We agree that co-location of these units is desirable. At the present time, however, it is not economically feasible to house them in the same facility. Early in September we will be consolidating the collections unit administrative staff and the paternity unit in a single building located in the City of Pleasant Hill. At approximately the same time, the legal unit will be moving from Concord to the Courthouse in Martinez. While it was not practical to house the legal unit with the collections unit administrative staff, we believe that the cost savings resulting from vacating the present rented space in Concord and the advantage of having the attorneys close to the courtroom of the Domestic Relations Commissioner to be significant. No. 2: Appoint an overall head of the legal and collec- tions units. Comment: Serious consideration has been given to this proposal both in the past and recently. However, the constraints of the Civil Service system and other staf- fing considerations have dictated that this action be deferred. We recognize the proposal to be valid and will implement it whenever practicable. No. 3: Increase the clerical staff of both the legal and collections unit and assign another collections officer to the paternity section. Comment: Eleven new positions for family support were authorized by the Board of Supervisors during fiscal year 1976-77. These positions have all been filled. In addition, a collections assistant was added to the paternity staff. - 011o3 � 15. recommendation set forth in this report has been reviewed by HPJV edical Services staff and a response made directly to the Auditor-Controller. Several recommendations have been implemented and others are continuing under review by HRA/Medical Services personnel in conjunction with the staff of the Auditor-Controller's office. 69. • Do not open the Prepaid Health Plan to non Medi-Cal recipients. CONTENT: It is both a state and federal requirement that Conty's Prepaid Health Plan be opened to non Medi-Cal recipients. Therefore, this proposal cannot practically be implemented without terminating participation in the Prepaid Health Plan Program. 70. Assure that the premium paid for Prepaid Health Plan covers the full cost of the program. CONTENT: Concur. Human Resources Director advises that at Me present time the premium being paid to the County by the State for most Prepaid Health Plan recipients is believed to cover the full cost of the program. The County recently received an average 15% increase in premium for most categories effective July 1, 1977. A new financial analysis of Prepaid Health Plan costs and revenues is being prepared. 71. Contract with a Hospital Management Service to implement an integrated management program. 72. Invite National Medical Enterprises, Inc. to Contra Costa County to conduct an analysis of County Hospital operations. COMM: The following covers recommendations *lumbers 71 an�`'f7of the 1976-77 Grand Jury Report: The Human Resources Agency and the Medical Director are completing the reorganization of the Medical Services Department. This reorganization will include the consider- ation of filling the Hospital Administrator position and the decision will have to be made as to what management improvements will be accomplished in-house with county administrative personnel or by acquiring the services of consultants in specified areas. This office has compiled a considerable amount of information on the availability of hospital management consultants, and is prepared to initiate the process for selection of a consultant if, in fact, that is determined to be the best solution. All qualified consultants should have the full opportunity to make proposals to the Board of Supervisors and the County should follow its traditional process for selection rather than to carry on discussions withonsingle firm. 1 ,G 14. COME=: A better approach is for comparison of information prove ed for under SCR 117 which requires the tabulation of information related solely to county hospital operations. Direct comparison of data as between county-hospitals and private hospitals can easily lead to erroneous conclusions. 63. Begin discharge planning as soon as a patient is admitted to County Hospital. COMMENT: Medical Services states that the length of stay at the County Hospital is shorter than any other acute care county hospital and is quite competitive with any other acute care private hospital. 64. Admit patients to the hospital early in the week whenever possible. COMMENT: Recommendation is apparently directed mainly at elective surgey and is being referred to the Medical Director for his consideration. 65. Designate some beds at County Hospital for extended care only. COMMENT: Consideration is being given to changes in the status of designation of some beds at County Hospital in order to better utilize the facility. 66. Close the Richmond Health Center on Sundays. COMMENT: Keeping the Richmond Health Center open on Sundays was a specific requirement for continuing approval of the Prepaid Health Plan. 67. Require that non-indigent patients requesting care for non- emergent conditions pay for services in advance. COMMENT: This issue will require further investigation as to its feasibility. It should be noted, however, there is presently legislation pending in the State Legislature which would preclude implementation of this recommendation. 68. Follow all the recommendations in the Report on Review of Hospital Patient Billing Systems. COMMENT: The report referred to in this recommendation is Y March 31, 1977 report prepared by the County Auditor- Controller on the hospital patient billing system. Each 01101 -41W 13. 59. An in-depth study should be made by an outside management consultant to determine how Social Services, Medical Services, Public Health and other related departments can be operated in a more efficient manner. COMMENT: A meaningful study of such depth would be extremely cos and time consuming as the Social Services, Medical Services, Public Health and other related departments constitute over one-half of county operations as based upon personnel allocations. The Board of Supervisors recently approved a goals statement for the Human Resources Agency for the 1977-78 fiscal year, and establishment of _ a Human Services Advisory Commission, to help assure costs effectiveness in provision of human services. The impact of these actions should be ascertained prior to consider- ation of outside consulting services. 60. Follow all recommendations in the Ernst & Ernst Special Report on the Contra Costa County Hospital. COMMENT: Several recommendations of the Special Report on the Contra Costa County Hospital prepared by Ernst & Ernst have been implemented. A separate report on this matter will be presented to the Board of Supervisors in the near future and this will detail the results of our study of the consultants efforts. 61. Compile accurate, factual information and analyze data submitted in disclosure reports to California Health Facilities Commission. COMMENT: Medical Services advises that this was an early Ca i ornia Health Facilities Commission report. It is known that certain information in this report was inaccurate because the department did not have a data base in such a form that it could reply accurately. A request to leave blank those sections to which an accurate response could not be given was denied. Staff concurs on compilation of accurate and factual information and analysis thereof prior to submis- sion for future disclosure reports and will do so if allowed to leave out those items for which the data base is not satisfactory. 62. The Human Resources Agency Director should obtain and make use of the Annual Inventory of Financial and Statistical Information for California Hospitals for the period ending June 30, 1976 as soon as it is published. 01100 � . 12. 54. The polygraph examination should be regulated and validated by the state every year just as the written exam is. COMMENT: The Sheriff-Coroner advises that the State does not it cease polygraph examiners and that the Sheriff-Coroner's department supports the efforts of the California Association of Polygraph Examiners to establish licensing procedures. 55. A P.O.S.T. employee or an independent polygraph examiner should administer the tests. COMMENT: The Sheriff-Coroner advises that, due to the sTio—rtages of resources and personnel, it is unlikely that P.O.S.T. could take over this responsibility. 56. The Board of Supervisors initiate legislation to change the state law to return a percentage of fines levied on Animal Control violations to the Animal Control Department. COMMENT: The Agriculture Commissioner advises that such a 'cHange in state legislation would have little or no effect on overall county finances as any increases in revenue to the Animal Control Department from this source would result in an offsetting decrease in revenue available for P.O.S.T. training as both would receive monies from the same state fund. 57. That sheep, goats and hogs be added to the county ordinance that allows for unclaimed horses, mules and burros to be sold at auction to the highest bidder. COMMENT: The Agriculture Commissioner concurs and proposal wi31776� further considered by Internal Operations Committee which is reviewing Animal Control matters. 58. A general over-all tightening of Animal Control rules and regulations covering paper work and phone calls, from and to the public. COMMENT: The Agricultural Commissioner advises that a seniora administrative staff person has been added recently to staff and will be working to improve the efficiency of Animal Control Division. 01099 ll. COMMENT: The Sheriff-Coroner advises that discussions will be heath the County Librarian concerning possible improvements in the inmate library. 49. That the 1977-78 Grand Jury consider investigating the feasibility of a Department of Corrections for Contra Costa County. CONT: This is an item for consideration by the 1977-78 Grand Jury. 50. That one additional probation officer position be assigned to Byron Boys Ranch to assist released youngsters in their transition from institutional to community life. COMMENT: The Assistant County Probation Officer advises that minors released from the Ranch need intensive supervision, especially immediately upon release, and that that supervision can best be provided by the deputies assigned to the office responsible for that geographical area. 51. That a system of accountability and statistical data mainte- nance be formulated and implemented by the volunteer program. COMMENT: The Assistant County Probation Officer concurs advises that since January, 1977 the Volunteer Program statistical report provides the requested information. 52. That the O.R. Unit immediately design and implement a system whereby it can provide documentation regarding the number of persons who commit new crimes while on O.R. and other pertinent data. COMMENT: This specific statistical data is not tabulated Zs routine, but the Assistant County Probation Officer advises that a special project could be designed for this purpose. 53. we recommend to the Board of Supervisors the need for two new probation officer positions to be assigned to the special services units for the purpose of initiating a supervised release program. COMENT: The Assistant County Probation Officer advises that the department would be able to implement such a program if directed by the Board of Supervisors and the courts but that such programs in other counties have not appeared to be cost-effective. 0 JIL 095 10. COMMENT: The District Attorney advises that a study is being ncted to review all departmental forms and internal reporting procedures in order to develop comprehensive reporting require- meats for his department. 43. That judges be required to provide written explanation out- lining their reasons for acceptance of plea bargains. COMM=: See comment under Recommendation -no. 41. 44. That at least one-half the staff at the branch jail be comprised of officers with three or more years experience. COMMU: The Sheriff-Coroner advises that state legislation mandates collective bargaining with peace officer groups in matters dealing with working conditions including the assign- ment of senior officers. The department does not have complete flexibility in this matter. 45. Increased efforts be directed toward the recruitment of qualified minority staff. COMMENT: The Sheriff-Coroner advises that the department has an active and effective Minority Recruitment Program. 46. That continued efforts be made to improve security and surveillance at the branch jail. COMMENT: Several projects requested by the Sheriff-Coroner were approved by the Board of Supervisors in the budget for 1977-78 fiscal ye-r. 47. That any deputy assigned to the detention division be required to participate in an ongoing program of educa- tional and professional growth designed by the sheriffs training officer in conjunction with representatives from the field of corrections. COMM:ENT: The Sheriff-Coroner advises that the department is in with minimum training standards for local deten- tion facilities established by the State Board of Corrections at this time. 48. That a plan be implemented which would assure that =.he inmate library be well stocked and provide interesting and diverse reading materials. 01097 41W 9. COMMENT: The Auditor-Controller advises that the Internal Audi Division has developed instructional material on internal controls which will be distributed to all offices. 38. Develop a standardized fines receivable system for use throughout the entire municipal court system. COMMENT: A proposed uniform system for payment of all deferred Cosines through the Central Collections Division of the Auditor's Office is currently in the development stage. This computer assisted system would provide a standardized procedure for all Municipal Courts. 39. Restrictively endorse all checks upon receipt, rather than at the end of the day. COMMENT: The County Clerk-Recorder is adjusting procedure to lement recommendation. 40. The recommendations in the Review of the Child Support Collection Program should be followed. COMiWNT: The District Attorney advises that the report has been reviewed and, in general, the comments and recommendations are of assistance in the administration of the program. A summary report of actions taken and contemplated by the depart- ment is attached. 41. Plea bargains should be a matter of public record and included in the body of every presentence report prepared by probation officers. COMMENT: The District Attorney advises that all plea bargains essentially are a matter of public record as the judge recites for the record the District Attorney's position, the defense lawyer's position and the court's position. This information is taken down by the court recorder. The transcribing and reducing to writting of reasons for sentencing could prove to be most expensive and the courts and District Attorney are reviewing the matter. 42. That the District Attorney augment his statistical data to include a section which defines the original offense, a section describing the reduced charge or charges and the provision of a written explanation if the offense reduction was the result of plea negotiations. X01095 8. 33. Fees paid to Election Officers should be increased. COMMENT: The County Clerk-Recorder advises that the recommended increases would bring official's fees to FLSA minimum wage standards. The cost of such an increase would be approximately $30,800, with some offset from increased charges to districts consolidating with county elections. The increase was informally considered during the budget review for the 1977-78 fiscal year and will be subject to future review during the compilation of the budget for the 1978-79 fiscal year. 34. Adopt a zero based budget plan requiring that every program receiving county funds be periodically rejustified as if it were a brand new program. COMMENT: This office has worked for several months on the eve opment of a program budget and this is supported actively by the Board of Supervisors. Since zero based budgeting is an outgrowth of program budgeting, this first step is required. The whole matter of budget planning and budget format will be discussed in a workshop session with the Board of Supervisors in early November and members of the Grand Jury should plan to attend this session. 35. Devise a comprehensive, procedural manual for the payroll department. COMMENT: The Auditor-Controller advises that a new payroll system, including a procedural manual, is currently being installed. 36. The disbursements supervisor should review all warrants to make sure W he has approved and signed all disbursements over $100.00. COMMENT: The Auditor-Controller advises that all warrants are being screened independently to verify that all $100.00 items are approved. 37. Devise a manual for county departments outlining suggested minimum, internal practices for control of cash receipts, cash disbursements, and payroll including small staff situations. 4' 01095 7. 28. Full time Supervisors are recommended - the salary to be such as will attract qualified personnel. COMMENT: The Board of Supervisors has matter under consider- atio- The present compensation for the office is low in relation to that of Board members in other comparable urban California counties. 29. Two new judicial positions should be authorized for the Superior Court. COMMENT: After thorough review and in conjunction with the buffet process, the Board approved and requested the legis- lature to establish one additional position of Superior Court judge. The enabling legislation was approved and is awaiting the Governor's signature. 30. Permanent quarters for the Grand Jury should be made immediately available. COMMENT: Quarters have been provided for the permanent use of-the Grand Jury. 31. Reimbursement for Grand Jurors should be increased. COMMENT: Fees and reimbursement rates for Grand Jury members are set by State legislation and any increase would require appropriate action at that level. 32. The County Administrator, when preparing information for consideration by the Board of Supervisors, should list costs, advantages and disadvantages of each possible alternative. COMMENT: The County Administrator's Office has always pro�cTe-d the Board of Supervisors with alternatives on any major decision. Likewise, County departments have provided this information. The Board's committee system provides the framework within which major program decisions are considered and investigation and discussions by these committees normally generate any alternatives which are practical for its consideration. For obvious reasons, the inclusion of "each possible alternative" in each report or recommendation from this office on minor or routine matters is not included. In addition, State or Federal law will severely limit the number of alternatives the County may consider in many program areas. Therefore, the inclusion of alternatives is normally restricted to major policy matters only. oMW 01094 6. COHNM: Personnel allocations for appraisal and other purposes were tForoughly reviewed by the Board in conjunction with adoption of the Final Budget for the 1977-78 fiscal year. 22. Encourage members to become members of professional appraisal organizations. 23. Continue to upgrade qualified personnel by attending seminars whenever available. COMMENT: The following covers recommendations Numbers 22 and TY the 1976-77 Grand Jury Report: Concur within established policy and budget limitations. 24. Employees of the Assessor's office who appear before the Assessment Board should be given specialized training, at county time and expense. COMMENT: Department administration should confer with Director of Personnel if such training is considered necessary to ascer-, tain if the training resources of the Personnel Department can be of assistance. 25. Install uniform accounting procedures in all School Districts. COMMENT: This would require cooperation of the various school ia'str'icts. The Superintendent of Schools concurs with the recommendation but feels that it will be necessary for the County to provide resources to develop and implement such a uniform system. 26. Endeavor to assign projects to local school districts, wherever possible. COMMENT: The Superintendent of Schools while concurring with a recommendation, indicates that the first priority is to assure that necessary and legislated services are provided to the children of the County. 27. Justify all programs by the test "If it were not now in existence, would a determined effort be made to provide it." COMMENT: The Superintendent of Schools advises that periodic surveys are made of district needs and that many programs are terminated (and initiated) on the basis of these assessments. 01093 S. COIENT: The following covers recammiendations Numbers 15 —of the 1976-77 Grand Jury Report: The purpose of these recommendations appears to be to assure that an adequate factual record is established from the proceedings of the Assessment Appeals Board. The suggestions have been referred to the Assessment Appeals Board and to the County Counsel for consideration for inclusion in the rules of the Assessment Appeals Board. 17. Set time limit for the case to be heard, and give the board's valuation decision immediately following the hearing. COMMENT: This is also a rules and procedural matter within the province of the Assessment Appeals Board. It should be noted, however, that taking matters under advisement before a decision is rendered is standard practice in court and other quasi judicial proceedings. 18. No Board members or alternate be permitted to serve more than two full terms. 19. Have a weeks training program for new board members and compulsory seminars for the older members. COMHENT: The following covers recommendations Numbers 18 X19 of the 1976-77 Grand Jury Report: It is doubtful that an absolute two-term limit on appointments is advisable, and that such fixed rules on training are required. 20. A nominal returnable filing fee be required from appellant to guarantee appearance before the Board. Much preparation time by the Assessor's Office could be averted by this procedure. CONKENT: If a filing fee is to be required, it probably s-Fiou1-T-be high enough to cover the administrative cost of the appeal. However, state law does not presently contemplate a filing fee for processing an assessment appeal. 21. Increase the appraisal staff to prevent further work overload. 01092 4. COMENT: As these two districts are autononomous, any actino for consolidation must be initiated by the districts' Board of Directors and/or the residents of the area. Although the city mayors voted 10 - 4 in opposition of this consolidation, the Contra Costa County Mosquito Abatement District still has the matter under consideration. 12. All five Assessment Appeals Board members be hearing officers and not two as alternates. 13. Rotate hearing officers at every meeting whenever possible. 14. Have a new panel of hearing officers if a second appeal is made covering the same property. COM4ENT: The following covers recommendation Numbers 12, I3—a—nX-14 of the 1976-77 Grand Jury Report: The narrative on which these recommendations are based indicates that the intent of the Grand Jury is that the Assessment Appeals Board consist of five rather than three members, although only three members would hear a specific request; the principal objective is to assure that any possible conflict of interest situation be avoided. The three-man composition of Assessment Appeals Boards is specified in the California State Statutes; a change in the law would, therefore, be required to implement this proposal. It does not seem necessary to go as far as the Grand Jury suggests to assure equity and to avoid conflicts of interest in assessment appeal proceedings. The Internal Operations Committee of the Board of Supervisors reviewed organization and composition of the Assessment Appeals Board earlier this year and concluded that the present plan of organization with three Appeals Board members, and two Alternates who also serve as Hearing Officers, is satisfactory. 15. Revise the form "findings of fact", so that reasons for the value found can be used as a guideline for similar future evaluations. 16. When the Board Decision differs from the Assessor's valua- tion by 258, establish a procedure so that the Board of Equalization can compare Assessor's value with the Tax Assessment Board's decisions. This should improve the assessor's work and evaluate the reasonability of the assessment board's decision. 01091 3. C:OMMENTSz A. As these two districts are autonomous, any action for consolidation must be initiated by the districts' Board of Directors and/or residents of those districts. B. As the Board of Supervisors control only a portion of the fire protection districts in West County, no action for consolidation will be successful until the Other fire protection districts are willing to support that action. 9. Every oil refinery in the County should be included in a Fire District similar to Standard Oil Co. in Richmond. COMMENT: Current law is such that the refineries (three) U-question cannot be annexed to a district unless willing because their protests to such annexation will terminate the annexation procedure. There is no presently known simple way to accomplish such annexations. 10. Contra Costa Consolidated Fire District needs to improve Its public relations effort. A step in this direction would be a re-evaluation of their weed abatement operations, with special attention given to the weed abatement notices mailed to the public. COMMENT: Chief Streuli of the Contra Costa County Fire Protection District has advised that for the year prior to the Grand Jury Committee investigation the district issued approximately 18,000 abatement notices. Only about twenty complaints were received from citizens required to abate weeds, or for whom the work was performed and an assessment lien placed on the property. This is not a high level of complaints considering the nature of this program. Action has been taken to divide the abatement notice into separate categories - discing, spraying and mowing - and follow-up procedural cha_iges have been instituted which should further improve abatement operations and reduce complaints. 11. Continue effort to merge the two Mosquito Abatement Districts. It is also recommended that the succeeding Grand Juries investigate this matter further. �` 01090 2. 4. It is recommended that the Board of Supervisors become totally involved in bringing the Affirmative Action Program of the County into full compliance of the law. It is felt that our County Supervisors are negating their responsibilities to the public by not fulfilling the obligation. COMMENT: The objective and actions of the Board of Super- visors has been to bring the County Affirmative Action Program into full compliance with the spirit and intent of the law. The County is operating under a Consent Decree entered into in federal court and has cleared complaints from the Office of Revenue Sharing Law Enforcement Adminis- tration and others and is subject to continuing monitoring by the State Fair Employment Practices Commission. Steady growth in minorities in the work force is occurring. S. The next Grand Jury should cause to be made a Personnel Profile comparative analysis from July 1, 1972 to June 30, 1977 in order to determine the degree of progress. COMMENT: The June 30, 1977 Personnel Profile comparative analysis will be furnished to the 1977-78 Grand Jury as soon as it is completed. Similar reports are available for the past several years for the Grand Jury's review. 6. Follow through with S.B. 94 introduced by Senator Nejedly. COMMENT: S.B. 94 which would have provided expanded powers oi'tHe Grand Jury to include jurisdiction to investigate multi-county agencies failed passage in the Senate Committee on Judiciary. Similar legislation (A.B. 26) was introduced by Assemblyman Boatwright in the Assembly where it was held under submission in the Assembly Criminal Justice Committee. Although technically still 'active', A.B. 26 could not become law until January 1, 1979, if inactive. The County will follow progress of A.B. 26. 7. Future Grand Juries should keep themselves apprised of BARTD management activities. COMIENT: Item directed to 1977-78 Grand Jury. 8. Consolidate the following Fire Districts: A. San Ramon with Danville; B. All of Nest County into one district. � 01089 1976-77 GRAND JURY IMCOMMENDATIONS AND C0I4MENTS 1. The Grand Jury recommends expansion of the storm water • detention basin program, as a sound way to solve flood problems, with a positive environmental impact. CONT: County staff concurs and on September 6, 1977, t-ward of Supervisors, after a public hearing, incor- porated this concept into an amendment to the plan for Flood Control District Zone 3B. 2. The City-County thoroughfare program should be dropped from the budget. In today's construction market, $500,000 does little else than allow City and County officials to meet and lay the base for a unified appeal for State and Federal funding. Although this spirit of cooperation and organization is worthwhile, the voters have spoken and the funds must be obtained from a different source. COMMENT: The annual $500,000 appropriation for the City- County Thoroughfare Program was again considered by the Board of Supervisors as a policy item during review of the Budget for the 1977--78 fiscal year. After weighing all facets of the matter, the Board, on recommendation of its Finance Committee, determined to continue the appropriation because it helps finance roads which are an integral part of the countywide transportation system. 3. The Contra Costa County Water Agency should continue to provide our legislators in Sacramento and Washington with support and technical assistance regarding the maintenance of our water quality. CONMENT: County staff is pleased to have this Grand Jury's support for continuation of the water agency efforts for continued provision of support to the County's State legis- lative and congressional delegation for efforts to maintain Delta water quality. NOBS County Administrator Contra Board otSupewsors Jatnea P.Ksrttrti County AdmtnistraGOn ButlGnqCostatet Dtstnct Martine- Ca:itornta 43553 Kan�Y Q Fob~ 1:15)372-43MCbjqY 2nd D.stnct Arthur G.WIN R~t.favorer 3(d Dtstnct County kamotstraW Warren N.Boom 4th District [rlc K.Kaaaettlne Sth DtstrKt September 26, 1977 Board of Supervisors Administration Building, Boom 103 Martinez, CA 94553 Dear Board Members: Re; Comments on the Report of the 1976-1977 Grand Jury On September 13, 1977 I filed with your Board a letter indicating that a report with suggested responses to the recom- mendations of the 1976-1977 Grand Jury would be filed with your Board on September 27, 1977. This report is attached for your review and consideration at 2 p.m. on October 4, 1977, the time determined upon by your Board. Under Penal Code, Section 933, elective officials and boards of supervisors must comment on the Grand Jury's report within 60 days from the date of filing -- a time period which has now been extended to 90 days under legislation enacted by the 1977 Session of the California State Legislature_ In conformance with this provision, County elective officers have filed their responses with your Board, and with the Presiding Judge for the 1976-1977 fiscal year, during the past several weeks. Additional copies of these responses will be available for reference during your dis- cussion on October 4. r_C) 11.Y. /f, ARTHUR G. W� County Acb ;nistrator CAH:es Attacbment cc; Presiding Judge for Fiscal Year 1976-77 1977-78 Grand Jury 010K Microf:'mccd .: t;t bocr3 cyder In the Board of Supervisors of Contra Costa County, State of California SEP 2 7 5977 ,19 In the Manor of - Comments on Report of the 1976-1977 Grand Jury On September 13, 1977 the County Administrator having submitted a letter to the Board indicating that a report with suggested responses to the recommendations of the 1976-1977 Grand Jury would be filed on September 27 for review and consideration at the Board determined time of 2 p.m. an October 4; and The County Administrator having this day submitted to the Board "Comments on the Report of the 1976-1977 Grand Jury"; IT IS BY THE BOARD ORDERED that receipt of aforesaid comments is hereby ACKNOWLEDGED. Passed by the Board on SEP 2 7,1977. s m I hereby certify that the foregoing h o true cod correct copy of an order woored on the mitrutas of said f1oord of Supervisors on the date ofonnald. Orig: Administrator whets my hand and the Sea)of the Board of cc: Presiding Judge for supervisors SEP *2! 1977 FY 1976-77 affixed th4 day of _ 19 1977-78 Grand Jury J. R. OLSSON, Clerk Deputy Gerk 01085 4W li-a L'77 ism r OEDP Planning Schedule 1977-1978 (Continued) Action Date_ June 27, 1978 Board ofSupervisors takes action to approve 1977-1978 OEDP Progress Report and its submission to EDA June 30, 1978 Deadline for submission of 1977-1978 OEDP Progress Report to EDA t x .t fi r o-_ t S tSOr -v � s h � t ' C d SD l t M jLUO -52- OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE PLANNING SCHEDULE 1977-1978 Date Action August 11, 1977 OEOP Committee start preparation .of 1976-1977 OEDP Progress Report September 1, 1977 OEDP Committee reviews and makes changes in draft portion of 1976-1977 OEDP Progress Report September 15, 1977 OEDP Committee reviews and takes action to submitted completed 1976-1977 OEDP Progress Report to (1) Board offBASupervisors and (2) Economic Development Administration September 20, 1977 OEDP Progress Report submitted to Board of Supervisors for review September 27, 1977 Board of Supervisors takes action to approve OEOP Progress Report and its submission to EDA September 28, 1977 OEDP Progress Report mailed to EDA Month of October OEDP Committee secretary starts process for Board of 1977 Supervisors to appoint members and alternates to one and two year terms beginning January 1, 1978 Month of December Board of Supervisors approve appointments of members 1977 and alternates to OEDP Committee January 1, 1978 Start of term of members and alternates January 19, 1978 Annual meeting of OEDP Committee Seating of all members and alternates Election of Chairperson and Vice-Chairperson Orientation of members Review of Work Program for year Month of April , OEDP Committee meeting, start of preparation of the 1978 1977-1978 OEDP Progress Report Month of April and OEDP Committee meetings as necessary to develop 1977- May, 1978 1978 OEDP Progress Report June 8, 1978 OEDP Committee approves 1977-1978 OEDP Progress Report for submission to Board of Supervisors and EDA June 20, 1978 1977-1978 OEDP Progress Report submitted to Board of Supervisors for review 01084 Im _;1_ PART IX Requirement ; Updating of the Comittee work plan for the next year, including a. list of the activities to be carried out, nares of who wilt assume responsibility, the time schedule, and assistance that will be needed. Response The Committee's Work Plan for the 1977-78 program year is listed on Pages Sl to •52. r VN t J i Y n f_ j 4 F Y 3 f C 01083 rf, -so- Ok r ; ruul:I11% srli.rr�:Ir.s 10:' 14.1,1.11 :r or V0IU 'IAL FOR LCON0:111C "W11MENI Potential (As identified by OEUP Committee) 12. Waterfront and Maritime industries Geographic Area: From Richmond to San Joaquin County line. Type of Fiscal Assistance: Public Works Grants )I%; Business loans /r/. JL Employment Potential: Fair to good Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze locations along waterfront suitable for employment generating economic development. 2. Identify, describe, and analyze industries appropriate for such locations. 3. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of identified industries. 4. Seek out and attract businesses within identified industries to locate in such locations. 5. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities (roads, utilities, waste disposal, docks, breakwaters, dredging, etc.) as necessary to support establishment of new or expansion of existing businesses. 7. Develop sources of funding for public works and business developments for specific projects. $, 'Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major hindrance: Environmental conservation regulations, cost of providing public works and business improvements, Inter-agency cooperation. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: Statements to be submitted to George Johnson, Contra Costa Count Department, 11. 0. Box 951, Martincz, CA 9.1553 (372-2035) by 5:00 p.m., Apri -49- LCtl3�)MIC UI i_IAI•Ail.'ra 1'KUIa! SI N'ILCIES Flili OLVI-1.01,IF.;J'1'OF IVII-N'1 JA. FOR LCONOHIC OLULOPN NI Potential (As identified by OEDP Committee) Water and Waste Material Complex (Treatment, supplies, storage, reclamation and utilization) Geographic Area: Concord and surrounding area Type of Fiscal Assistance: Public Works Grants F-/; Business Loans /x/. A Employment Potential. Good (60-100) Activities Necessary to be Implemented in Order to Realize Potential: 1. Conclude development and design of energy-recovery systems utilizing- recovery and processing of refuse and waste material to provide needed fuel for Central Sanitary District's new water reclamation facility. 2. Conclude site design for specific location of refuse processing facility. 3. Conclude road and street design to provide refuse truck and commercial vehicle access to the refuse processing facility as well as the adjacent regional refuse dump, and the only hazardous waste disposal facility available to central and east county. 4. Develop multi-funding package to fund project from a variety of private and public sources. S. Develop and implement Procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major hindrance: Initial financing, cost-benefit ratios, technology, number of public jurisdictions involved. Submitted by: Date: SA/76 Name: George Johnson Telephone No: Representing: npnp r—iU., _ Address: 01082 Statomultti to be submittud to George .lohuson, Gnttra 6-ta C011 IicliarUuent 11. 0. BPC 951, Kartiucz, CA 94553 l372-211-i5J Ly 5:00 p.m., April iU, 1970. 1ti- t r7;tl!.1 i:�r r ri;f^;I'i ,,tf+ � +� r•, ,�.ur nr u►rro.rrt t•rurn,�.•+ su;.11r.r,tr r n: M.%'tr.,, :1 of I•llILNIJAI, UOU i:cu;;or�uc r� 't t.orr`a;ur potential (As identified by O9Dp Comittec) Water Recreation, Tourism Geographic Area: MARTINEZ Type of Fiscal Assistance: Public Works Grants JdV- ; Business Loans t Employment Potential: 70-80 full-time Activities Necessary to be implcwnted in Order to Realize Potential: The City of Martinez is moving toward development and expansion of the Martinez Marina in accordance with a recently adopted master plan (the adjoining pro- posed regional waterfront park is also proceeding toward becoming a reality). The City's concept to promote water-related commercial development of the Marina area is to attract prospective commercial entrepreneurs by offering a Marina complex with all the necessary modern public improvements installed or in the process of being installed. The basic public improvements that the City plans to provide are two attractive landscaped access roads through the Marina (one of these would be an extension of the proposed main road through the waterfront park),improved parking facilities and all utilities. The City hopes to begin soliciting bids in April 1977 for a new major restaurant and chandlery (6000-10,000 sq.ft., 60-70 employees), and a boat repair enter- prise (6 employees). Among other private commercial enterprises to be sought are a boat sales concern and a cluster of small commercial shops. Clearly the attractiveness to commercial entrepreneurs of the City's solicitation will depend heavily on the City's ability to offer an attractive Marina complex, one with landscaped streets, ample parking and all utilities. Public improvements to the Marina area are already underway but the City is seeking outside funding sources in order to .implement the Marina master plan as successfully as possible. $50,000 is sought for Marina public improvements under the Public Warks and Economic Development Act of 1965, as amended. Major Hindrance: Financing of implementation of the Marina development plan must come from Marina revenues and outside grants. Marina revenues alone are not sufficient to allow development as quickly as is desired. Thus, outside grants will be necessary to achieve the City's goals for economic development of the !farina. Submitted by: Date: 4/30176 Name: Henry R. Boucher Telephone No: 228-4400 Ext, 51 Representing: City of Martinez 1 Address: 525 Henrietta St. OlObl _ Martinez. CA 94553 Statements to be submitted to George -Johnson, Cont r r'v Vlanning Pepartment, 11. 0. Box 951, Martinez, G'1 4.155_, (7-�-2U`5) I. 5: Aril -i(r, 19?G. �I k; :.ON I IU Co.;1A coil'al, , . , U�1l.l. l.LU:�U:til: 1Ni:clUl'Aii:::l l't:UlaZ• STR:1TLt;1L•S FOR DEVI:LOI UINT OF 1'U'li:NTIAL 1=OR LCOUL411C 11L1'EL01'UNI Potential (As ilantified by OEDP Comittee) Tourism (Recreation- Historic- and Scenic Areas) Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /X/; Business Loans /f/. Employment Potential: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze recreational, historical and scenic areas; in/near area of high unemployment. 2. Identify, describe, and analyze convention and conference facilities available in County. 3. Identify and recruit historical societies to assist in the preparation of criteria and standards for economic development of area adjacent to historical sites. 4. Identify, describe, and analyze industries appropriate for all areas. S. Identify, describe, and analyze public works improvement necessary to make locations acceptable for development of identified industries. 6. Seek out and attract businesses within identified industries to locate in such locations. 7. Provide local assistance and advocacy for establishment of such businesses. S. Provide public works facilities, as necessary. 9. Develop sources of funding for public works and business development for specific projects. 10. Develop and implement procedures to ensure nemployed persons in the County are identified, recruited, trained (as necessary), and-employed by such businesses. Major Hindrance: Lack of public knowledge of such sites; lack of major physical evidence of historical sites, conservation and protection of natural resources, lack of public access to some areas, seasonal nature of recreation industry. Submitted by: Date: 5/6/76 Name: Georee Johnson Telephone No: Representing: MW Committee Address: 01080 Statements to be submitted to Gcurge .k,linson, Contra Custa ung Department, I'. U. Box 951, DLartinez, CA 94553 by 5*-00 p.m. , 4 EKINPLE I'v.icutial (A% id lit ifit 1) lir- ttliUj' Small industrial Plants in Existing Zoned Areas G+;•og1ral4lic Arta: Area of City of Pittsburg bounded by Highway 4, Harbor Blvd., Leland Road, and Loveridge Road. _ T.-itr of Fi-cal a4 ist:uuc: i'ul,Iis rrnuts t•JC/: r,;•.inrss i,eians X( /. it I-• Iu,»t:►t I`t.:,tntial: 600 Ferz".nt crployment opportunities, plus construction opportunities +�i:it'l12+'s ... ('a'•:.'.:�1'�' iJ I C ) ..i•)s N r)2 r�) in Ojolur to )*r:o)i ze Nl ry.t ial: 1. Evaluate existing public and private facilities. 2. Conduct Input-Output study to determine type of activities which could be cerapatible with existing business in the area. 3. Develop Lind use and public facilities plan which Would stow highest :Trod best use of the land given results of input-output study. 4. Identify sources of funding for development, both publWand private J ' 5. Given available resources, e.aluate feasibility of continuing activity. 6. A stating decision is made to continue: a. rrepace cenplr_te engineering plans sad specifications for public iii+rocer.2nts which might Include vtr.•ets, gutters, drainage, utilities, %.ater, and railrcid st>=.r. b. Prepare complete p1:ns .;nd :p.=rific:A tees for '.^vet.Yrrent of industrial building necessary to rttract new business :nd/or cxrnnd ezisttng buFinc.s. 7. Seek out and attract these who wish to develop no-w bnsSar.ss or t:.pand rnfsting business. S. Develop and izVlenent procedures to i.;.-sure unemployed persons in the City of Pittsburg. Funding for .!ePlclscent of publlc >"tzd private facilities. 1,96 Az 01079 l 11\I R:1 1'11 C'011,N11 UVIW1. IA'01;'OMIC UI :.1•UINLNI I'RUGRA;D STMYIFGH:S FOR I FVH.W'1!1 tT OF 110"1i:YFIAI. FOR I.C.OM tial I C I" i I.UI'MI X I Potential (As 'identified by OEDP Committee) 9. Small Industrial Plants in Existing Zoned Areas Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /f-/; Business Loans F/. t Employment Potential: Poor to Fair Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify areas zoned for light industries and inventory existing facilities. 2. Identify those areas with high vacancy factors. 3. Analyze reasons for vacancy rate. 4. Identify, describe and analyze types of new and expanding industries needed in the- specific area. 5. Identify, describe and analyze types of industrial facilities needed in the specific area. 6. Identify, describe, and analyze public works improvements necessary to make location acceptable for identified plants. 7. Provide local assistance and advocacy for establishment of such plants. 8. seek out and attract businesses to locate in area. 9. Provide public works facilities, as necessary. 10. Develop sources of funding for public works and business development for specific projects. 11. Develop and implement procedures to ensure that local unemployed persons are identified, recruited, trained (as necessary) and employed by such businesses. Major Hindrance: Competition, obsoletion of existing buildings, lack of specialized skilled workers. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: 0EDP Committee Address: 010 - Statements to be submitted to George Johnson, Contra Costa County Planning Department, 11. 0. Box 951, Martinez, CA 94553 (372-2035) by 5:00 p.m., April 30 19' -44- liXMll'Ll: 1-11111ki. OW Potential (As identified by. OEDP Commi t t ec) Services Geographic Arca: City of Pittsburg Type of Fis". Assistance: public Warks Grants /X/; Business Loans r Tnhlo.ment Potential: 300 Activities Necessary to be Itaplementcd in Order to Realize Potential: 1. Conduct input-output study to determine demand in the area for both the industrial and consumer markets. 2. Describe and analyze service industries identified in having high potential for growth. 3. Identify geograrhic areas for Ere th for specific service industries, such as; waterfront, industrial park, etc. 4. Evaluate existing public and private facilities necessary for operation of service industries. 5. Determine what additional facilities could be necessary, such as; grade separation for access to waterfront, railroad spurs, specialized building, and is ater. 6. Identify resources available to +st in the development and operation of service businesses organized to take a.irantrpe of growth potential. 7. Identify, describ•-. and analyze r..ctbods availrble to distribute such inform- ation to organiznc 'ons and individuals with Interest and skills necessary to operate such businesses_ S. Seek out and attract those who wish to levelnp the new business. 4. Provide local assistance and ::dhc.•cacy for r-t..blishing such business. 10. rt_velcp sources of funding for of e.prulftc prajvcts. ll. ^ccelcp :rd inplc--- at precede»:•s to c 4-re In --plcycd in Lhc t'iLy of PiLty".tltg :tie !d.-nt_ified, rs-e caitpd, I tnir..:d ( .5 r.• cc.: r.s1,'), and rr-.ploywd by -,uch Lusirczses. 6.1 461- til:Nl ra IIce: Competition, lack of current data, lack of dcvelopment capital. '':1: n•i t It 41 by: pa t e' 0-4- �.`�`�-� {l � 17Clr1111vnC to: �ci�resenl int_: - �Li�tl.•�e�� ��.Cc'�. ','.il.,.._�; � l/.L.��5... .Cdl�u-�a 01077: �i t.():.IKA CI P- t:Ull:,t I ` 11.1. Ilai�O�ilC lei ct.t?t'.'•i1.AC t'I:ul;:� SIKYJIG11:S FOR 1)L\'iild)1MENT OF NUL'41AL FOR LLON0M1C ULFGLUi'M Ni Potential (As identified by OEDP Committee) . Services Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants %/; Business Loans J6 Employment Potential: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify sources of information regarding current and future potentials for growth in service industries. 2. Describe and analyze service-industries identified in having high potential for growth. 3. Identify geographic areas for growth for specific service industries. 4. Identify resources available to assist in the development and operation of service businesses organized to take advantage of growth potential. S. Identify, describe, and analyze methods available to distribute such information to organizations and individuals with interest and skills necessary to operate such businesses. 6. Seek out and attract those who wish to develop the new business. 7. Provide local assistance and advocacy for establishing such business. 8. Develop sources of funding for development of specific projects. 9. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Competition, lack of current data, lack of development capital Submitted by: Date: S/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: Statements to be submitted to George Johnson. Contra Costa "M ning Department, i'. 0. Box 9S1, Martinez, CA 94SS3 (372-203S) by S*00 p.m. , 197 .. -.!2- (:l'.I'!t.\ CW4: X COW.Y'r EWIPLE 'd.I. 01 , I'!WGI SlIt.V1i.(:1l.S I ll{t !)!a'I:LUP?lf:f:l' t1F t'I)'tl:::l L11. I lilt Lta)St1. C DIA'LL01'MN-1 Potential (As identified by OEDP Col®mittee) REGIONAL SHOPPING CENTER Geographic Arca: Good to excellent, in San Pablo adjacent to Interstate 80 'type of Fiscal Assistance: Public Works Grants 93-1; Business Loans )fX. t Employnent Potential: Potential for 750 to 1,000 new permanent jobs and in excess of 400 man years in construction work Activities Necessary to be Implemented in Order to Realize Potential: 1. Obtain interest and/or commitment from developers to construct commercial facilities in area (several firms have indicated interest under condition of frontage road) 2. Purchase approximately 55 individual parcels comprising approximately 35 acres for purpose of sale to developers 3. Demolish structures, clear area, major grading and storm drainage work throughout area 4. Construct a frontage road along the westerly side of Interstate 80 between E1 Portal Drive and San Pablo Dam Road and construct changes in freeway ramps 5. Construct new streets in the area Un aa. o r-n . C�-s Major1lindradce: Need substantial government assistance, need adequate street system. Submitted by: CITY OF SAN PABLO Date: April 28, 1976 Name: LOUIS SHEPARD Telephone No: (415) 234-6440 Representing: City of San Palo Address: 2021 Market Avenue � - an Pablo, a 948013 �l1 Statements to be submitted to George: .L.irwam, Contd•a Coria Cour g Urlr:rrtrnent, 11. 0. Boa SISI, Kirt ine_, CA 91553 (1 .'-20351 by 5:00 p.m. 41- I ,) ,11::\ C11• CUU;ti i l (A0,1. 1A:u!al�lit: 1'1 11)1111XI VROGW4 S71LVILGILS F01: 1)1-1.110 ' :! OP ('UIL`.HAL FOR ECONOMIC P. U011MENT Potential (As identified by OEDP Committee) 7. Regional and Sub-regional Shopping Centers Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /X/; Business Loans Employment Potential: Good to Excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze existing shopping areas. 2. Identify, describe, and analyze areas of County lacking shopping areas. 3. Identify, describe, and analyze businesses that would appropriately be located in new or existing regional and sub-regional shopping areas. 4. Identify, describe, and analyze public works improvements necessary to make locations acceptable for location of such businesses. S. Obtain interest and/or commitment from developers to construct commercial facililies in shopping areas. 6. Seek out and attract businesses to locate in shopping areas. 7. Provide local assistance and advocacy for establishment of such businesses. 8. Provide public works facilities, as necessary. 9. Construct commercial facilities, as necessary. 10. Develop sources of funding for public works and business development. 11. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Competition, lack of development fonds. lack of access for motor vehicles, lack of parking, lack of large building sites. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEDP Committee Address: 010 la Statements to be submitted to George Johnson, Contra Costa CountyDepartment, 11. 0. Box 951, Martinez, CA 91553 (372-203S) by S:00 p.m., April M -30- •1 XAF11'LE I i:.\ CW-; '. Ul'I..!. Li�U�iX•II(: t+!:'.' 1:11'At1iNf I'ItUGIL1i� • SMIULGILS FU!i 111XI:Lt) C UI V011:N IAL 1:011 L-COMY1111C i r IOPMUXF Potential (As identified by OEOP Committee) New Business - Textile Industries Geographic Area: Western Portion of Contra Costa County Type of Fiscal Assistance: Public Works Grants %/; Business Loans Employment Potential: Good Activities Necessary to be Implemented in Order to Realize Potential: Purpose: This will be a pilot project and a model for the nation. J Function: It will be a starting point for the young people getting out of high school and college. They will graduate through this system into other systems of employment. Nobody will be permitted to get stuck into the system. After making a contribution of thirty years of work to society, they must retire from this industrial system. i d ; 1 Major Hindrance: Submitted by: Date: 4123/76 Name: Amos Adams, Jr. Telephone No: 234-1314 Representing: Black Caucus Address: 1734 Truman St. -x ~ # Richmond, CA 94801 Statements to be submitted to George Johnson, Contr� unty Piatment, P. 0. Box 951, Martinez, CA 94553 (372-2035) by 5: hriI 30, -39- )N I RA L:Q'` ('01 IN Il G1�AIU'LG Mile.] ECONOMIC III i 101'M.if 1111,000M• S'IRA'iFG1ES 1:01t I)1MAJ). '.1 01' 1'OHM 1A1. FOR ECONON[C Potential (As identified by OEDP Committee) New Business - Power Company Geographic Area: Countywide Type of Fiscal Assistance: Public Works Grants /7/; Business Loans /. Employment Potential: Fair to Good Activities Necessary to be Implemented in Order to Realize Potential: Purpose: This company will be a pilot project and a model for the nation. Objective: To harness the power of the wind and generate electricity for commercial usage. We have an almost steady wind draft around here, and most of the state That is a tremendous amount of natural power slipping through our fingers. Sonoma County is after the geysers. Other parts of the nation are trying to conquer solar. It would be wise for Contra Costa County to tackle the wind. AN t Major Hindrance: E Submitted by: Date: 4/23/76 Name: Amos Adams. Jr. Telephone No: 234-1314 Representing: Black Caucus Address: 1734 Truman St. Richmond, CA 94801 Statements to be submitted to George Johnson, Contramy P[an tment, 11. 0. Box 951, Martine_, Cit 9.1553 (372-2035) by 5:00 wp. pril 30, fftd7l -;R- • cut:rlt� (:,�'..', cuu�:rY ox,9I. I.t:O%'OdIC III 1.11)I'MIWI. ITOCRA. SIILV I-(;II' i sW IIIATIIiI":'*;1" OF I'()II'4 l'lAL JANI LCO-NUIIC V;- LIA1'2UXI Potential (As identified by OEDP Committee) 6. New Types of Business, Industries, Services Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /—/; Business Loans X'/. A Employment Potential: Fair Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify sources of information regarding (a) new advances in technology; (2) new requirements established by State and Federal legislation; (3) unique or underserved areas of need;and (4) potential trends in consumer needs. 2. Identify resources available to assist in the development of businesses to take advantage of such opportunities. 3. Identify, describe, and analyze methods available to distribute such information to organizations and individuals with interest and skills necessary to develop and operate such businesses. 4. Seek out and attract those who wish to develop the new business. S. Provide local assistance and advocacy for establishment of such business. 6. Develop sources of funding for business development for specific projects. 7. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: High costs, lack of venture capital, lack of skill in identifying, opportunfties, competition with other counties; lack of specialized skills, tools, etc. Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OFnP r�itr.w Address: 010'72 Statements to be submitted to George Johnson. Contra County PI artmcnt, 11. 0. Box 951, Martine_, CA 91553 (372-203S) by 5:00 p.m., April 30 -37- I 37-I E XAMP Ll . ' .. , , 1111:l'. I'1tUG::,\* S1A, M.11:.. E-0:: iO.t'LL l :.► OF 1%11LN1'1AL I tAt Ltal;al?SIG 1.01'}11:::1' Potential (As identified by OUP Cot:sttittce) Industrial Park Development (and In Services) Geographic Area: Suitable sites along Freeway 4 paralleling northern waterfront (plus smaller area elsewhere in_County). Type of Fiscal Ass„ stanco: Public Works Grants /X/; Business Loans EmploymentL'dtentiat: Considerable potential for jobs in manufacturing , shipping, warehous' `g services. Activit Necessary to be Implemented in Order to-Kcalizc Potential: .a .. 1. -Instill storm sewers or other drainage facilities, lack of which precludes fulevelopment of sites which have good freeway access plus visibility. 2. ProviAe adequate internal circulation and connections to freeway. 3. Assists%n providing water service where lacking. 4. Provide public transit extensions and connections where required to get people to d= -V X$ y 4A Major Hindrance: Poor drainage, lack of adequate supply, lack of Internal circulation system, lack of transportation connections to high unemployment areas. Submitted by: tate: Name: Ii. 11. Phillips Telephone No: 671-3152 Representing: City of Concord Address: 1950 Parkside Dr. 1 Concord, CA 91519 tiL:rioc;cttt� tc, hr L f:rultiC .InLtr:c,q. Contra Cuta Luurtty l'l:^ 1rt111cl1t, 161.1. (.l, 1_372-1035)- 11?' -,:00 p.J;1., Ai)ri t ill i. r. . ru^;lc.t ln� , t+.malt tillLtilla:ll 5 1;W b1TH.;': "`NI 01 1'011101AL H)R LCONMM I C i- `.1.1.011ILM" Potential (As identified by OEDP Committee) S. Industrial Parks (Existing and New) Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /Rj; Business Loans /'K/. t Employment Potential: Fair to Good Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze existing industrial parks. 2. Identify, describe, and analyze areas of County lacking industrial parks. 3. Identify, describe, and analyze industries that would appropriately be located in new or existing industrial parks. 4. Identify, describe, and analyze businesses within selected industries for possible location in specific industrial parks. S. Identify, describe, and analyze public works improvements necessary to make locations acceptable for location of such businesses. 6. Obtain interest and/or comitment from developers to construct commercial facilities in industrial parks. 7. Seek out and attract businesses to locate in parks. 8. Provide local assistance and advocacy for establishment of such businesses. 9. Provide public works facilities, as necessary. 10. Construct Commercial facilities. as necessary. 11. Develop sources of funding for public works and business development. 12. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesscs. Major Hindrance: Competition from other communities, lack of development funds, lack of local public transportation Submitted by: Date: 5/6/76 Name: George Johnson Telephone No: Representing: OEM Cotnittee Address: 010'71 Statements to be submitted to George Johnson, Contra; Costa County Plartment. P. 0. Box 951, Martine_, CA 9,1553 (3"-20351 by 5:00 p.m., April 30, _ZS_ 1'+1`;11'1L1illl:It 1)11..1. Ila)MIM11' Iii 1 :01111.!:1 ITOGRAO S'11L\1TG11:S IOR 1►t:\'1:1:x. .1' 01: 1`011:KFIA1, FOR LCONt?.til I C .t.01'b"T Potential (As identified by OEDP Committee) 4. EPA and Energy Suppressed Industries Geographic Area: Countywide with highest priority to those areas of high and persistent unemployment. Type of Fiscal Assistance: Public Works Grants /X/; Business Loans t Employment Potential: Very good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify critical industries affected by EPA standards and/or energy controls. 2. Identify local business within these industries. s. Survey local business and identify those located in high unemployment areas which are threatened by closure or major reduction in employemnt because of their inability to meet EPA standards and/or convert to approved energy sources. 4. Identify, describe, and analyze public works improvements necessary for use by business to meet EPA standards or to utilize available sources of approved energy. S. Identify, describe, and analyze various resources available to those businesses to meet EPA and energy requirements. 6. Provide local assistance and advocacy for utilization of such resources. 7. Provide public works facilities, as necessary. 8. Develop sources of funding for public works and business improvements, including State Pollution Bond issue monies. 9. Develop procedures to ensure that local employees or local unemployed will benefit from installation of such EPA and energy devices. Major hindrance: Technology, initial cost of installation, continuing cost of maintenance and repair, extensive review process, red tape, and inconsistency of standards. Submitted by: Uate: S/6/76 Name, George Johnson Telephone No: Representing: oFnp rnnwirrog. Address: Statements to he submitted to George Johnson, Contra C111a11ni ment:, 11. 0. Box 951, Kirtine-7, CA 91553 (372-2035) by 5:00 31), 19Tf,. FAAMP LE CONTRA CO-�71 COUNTY OVERALL ECONOMIC CEVELOPMENT PROGRAM STRATEGIES FOR DEVELOPMENT OF POTENTIAL FOR w nl ECONOMIC DEVELOPMENT - ' POTENTIAL: . Regional and sub-regional shopping center/areas. v . BART related commercial centers/areas. Q, . Small industrial plants in existing areas. . Administrative offices and data processing. . Revitalization. GEOGRAPHICAL AREA: The City of El Cerrito and west Contra Costa County EMPLOYMENT POTENTIAL . Retail sales and services in new businesses as well as expanded activities of existing businesses. . Possibility for small industrial uses compatible with existing commercial uses. ACTIVITIES NECESSARY TO BE IMPLEMENTED IN ORDER TO REALIZE POTENTIAL: . Implementation of San Pablo Avenue Urban Design Plan including the following recommendations: . Development of a safe, convenient and pleasant total environment that will appeal to shoppers and merchants. . Development of pedestrian and shopper amenities reinforced by the convenience of transit facilities. . Development of an expanded civic/governmental/professional center. . Simplification of complex traffic patterns along San Pablo Avenue. . Construction of a median strip on San Pablo Avenue in order to improve traffic flow and safety and to encourage pedestrian activity. . Development of a program to solicit new b usinesses to cane into the City, particularly into the existing commercial areas. . Encouragement of utilization of vacant parcels and under-utilized parcels through assistance to potential developers and businesses in such ways as im- proving access and parking. . Provide more direct access between El Cerrito Plaza BART station and E1 Cerrito Plaza shopping center. MAJOR HINDRANCE: ' . Effect of increased competition from new shopping centers. . Limited access to several businesses and commercial areas. . Traffic flow characteristics and lack of appeal for potential shoppers. . Existence of small parcels of land with multiple ownerships. . Funding for improvements to public property and financial support to businesses. /� Submitted by: w/V Date: April 29, 1976 Name: HOWARD ABELSON Telephone No: (415)-234-5664 Representing: CITY OF EL CERRITO 10890 San Pablo Avenue El Cerrito, CA 94530 !;dIC Iii ,.IA)I'dl..:I 1'I'ul:� S 11,1 H i;1 LS 1 Ui: ll:11.1.0i'+ILN'1' 01" 1'MEY1 1AL FOR l:ial.NLXM1C Ui_1`L•Lu1'?U:M* Potential (As identified by OEDP Committee) 3. BART-Related Commercial Centers/Areas Geographic Area: E1 Cerrito, Concord, Pleasant Hill, Walnut Creek, Lafayette Type of Discal Assistance: Public Works Grants /x/; Business Loans A Employment Potential: Good Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze locations adjacent to BART stations in E1 Cerrito, Concord, Pleasant Hill, Walnut Creek, and Lafayette suitable for commercial development. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for such development. 3. Identify, describe, and analyze industries appropriate for such locations. 4. Seek out and attract businesses within identified industries to locate in such locations. S. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities, as necessary. 7. Develop sources of funding for public works and business development. 8. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Coaretition, lack of financing, lack of access by motor vehicles, lack of parking, lack of feeder bus/local public transportation, and lack of large building sites. Submitted by: Date: s/6/76 Name George Johnson Telephone No: Representing: OEDP Committee Address: Statements to be submitted to George ,iz.lurson, Contra Cw;ra County Planning Department, P_ 0. Box 951, Martinez, CA 94553 (37_-2035) by 5:00 p.m., April 30, 1976. 01070 ,� (We L1. !I:I:.U!I1C UI iUl'bI1:Kl' J'ItOGFi:i* ti'ilZ\17x:11 ti !tlii I�f.1'1'Li"": ':I OF 11011iIti AM. 1:011 EC(SCU?11C ! LUl'!•Ual Potential (As identified by oBDP Cotmttittec)2. Agri-Business (Park, Sales, Distribution, Development) Geographic Area: Brentwood, and adjacent unincorporated areas Type of Fiscal Assistance: Public Works Grants /V; Business Loans F.mploymmat Potential: Good Activities Necessary to be Implemented in Order to Realize Potential: 1. Obtain interest and/or commitment from developers to construct commercial facilities in designated zoned area in Brentwood. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of such facilities. 3. Identify, describe, and analyze industries appropriate for such location. 4. Seek out and attract businesses within identified industries to located in such locations. S. Provide local assistance and advocacy for establishment of such businesses. 6. Provide public works facilities, as necessary. 7. Construct commercial facilities as necessary. 8. Develop sources of funding for public works and business development. 9. Develop and implement procedures to ensure unemployed persons in the County are identified, recanted, trained (as necessary), and employed by such businesses. Major Hindrance: Lack of financing. 1 Submitted by: Data: 5/6/76 Name: Get= Johnson Telephone No: Representing: QM Committee Address: Statements to be submitted to George Johnson, Contra Costa County Planning Department, P. 0. Box 951, Martinez-, CA 94553 (372-2035) by 5:00 p.m., April 30, 1976. '' 01069 !�)%I!:.A (U' ; ' i_tR1%,11 'EXAMPLE % UCI9.t. 1,t)N(411t: Di ,.itH`Ni.al 1'Ittlla:'dl STRATI I:ll.;i 101% 111".1'I:Lt>i 1' OF Pt7tt.'il tA1. I t>!; t:CUNt1F1iC t'i.,t.litPFUiNT Potential (As identified by OL'UP Committee) Tndncrrinl Par velnpMPnr/Cmmpurer Centern/Administrative Offices Geographic Area: Administrative, Professional, and Research Area, City of Walnut Creek. 150 acres remain to be developed northwest of intersection of Ygnacio Valley Road and Oak Grove Road. Type of Fiscal Assistance: Public Works Grants /X/; Business Loans /X/. Employment Potential: ' Based on past employment in the area, 6,000 additional clerical, technical, and professional jobs could be created in the area. In 1975 12 percent of workers lived in the Antioch-Pittsburg area; 82 percent in the Central County; 6 percent in west county and Martinez. Activities Necessary (etc.): To date, this area has attracted several administrative offices; research centers; and computer centers. It is properly zoned and current development is well designed and landscaped. Other activities necessary for this area to realize its potential include the following: —Completion of drainage improvements on the site and downstream on Pine Creek. --Construction of roads on the site. —Improvements to crucial intersections on YF;uacio Valley Road. --Provision of public transit to the Pleasant hill BART Station. --Development of a list of potential candidates for the site and contacts With prime prospects. —Preparation of a promotional brochure outlining the attractions of the site. Major Hindrance: --Only fair access to the site; no public transit; and congested streets. --Periodic flooding on portions of the site. = M` CT Suhmitted by: t'alc: April 30, 1976 Name: Barbara E. Kautz Itlephunc 1o: 435-3300, Ext. 231 Representing: City of Halnut Creek Ajdruss; 1445 Civic Drive ' Walnut Creek, CA 94596 ti1a1r1:a111S to 1w >ut'atittc'i io Gcor,tc Johuv.on, l'untr.l 1..1 t.t County Planum;; Ucpartricnt. hoc951• f•l.:rtitic', CA 115S; (371:-.0351 by 5:00 1•.ut. , April 'io• 1976. -,n- t il,':IIGI Ctl_;- � t(A1%11 11' LCtr.tIC w (IPDilar PItOGI S'nUTLGUS H)R DI: TIP '•i OF I'cTIL•1+If1AL I`OK ECONOMIC 1A 'LOPMENT Potential (As identified by OEDP Committee) 1. Administrative offices - Data Processing Centers Geographic Area: Countywide with highest priority to those areas of high persistent unemployment Type of Fiscal Assistance: Public Works Grants /1(/; Business Loans Employment Potential: Good to excellent Activities Necessary to be Implemented in Order to Realize Potential: 1. Identify, describe, and analyze locations near existing commercial, retail, large industrial, or major transportation facilities suitable for location of administrative office or data processing facilities. 2. Identify, describe, and analyze public works improvements necessary to make locations acceptable for development of such facilities. 3. Seek out and attract regional and nation-wide business with other operations in the County or Bay Area so as to establish their administrative offices and/or data processing centers on such sites. 4. Seek out and attract building developers who would establish facilities that would be available to house such offices and centers. 5. Provide local assistance and advocacy for the establishment of such facilities and operations. 6. Provide public works facilities (roads, utilities, off-street parking, etc.) as necessary. 7. Develop sources of funding for public works and business development. 8. Develop and implement procedures to ensure unemployed persons in the County are identified, recruited, trained (as necessary), and employed by such businesses. Major Hindrance: Competition from other communities, lack of developmental funds, lack of local public transportation. Submitted by: Date= 5/6/76 Name: Georgie Johnson Telephone No: Representing: OEDP Committee Address: 01067 Statements to be submitted to George Johnson,' Contra y Planning Department, P. 0. Box 951, Martinez, CA 94553 (372-2055) by 5:00 p.m. , April 30, 1976. CRITEP FOR REVIEW OF PROPOSAL., FOR IDA FUNDING The OEDP Committee will review each proposal to be submitted to IDA for funding of public works or economic development pro- jects. A priority rating shall be given as a result of the re- view and this priority shall be based upon the following cri- teria- 1. The degree to which the project is located in or near com- munities of high and persistent unemployment. 2. The degree to which the project shows a high cost-benefit ratio between number of jobs created and/or saved and amount of public funds to be expended. 3. The degree to which the project create or save a large num- ber of jobs. 4. The degree to which the project creates jobs which will be available and meaningful to the unemployed (entrance require- ments, earnings, upward mobility, permanency, long range stability, etc. ). 5. The degree to which the project shows a high level of demon- strated commitment of financial and programmatic support by government and business. 6. The degree to which an EIR and economic study and analysis have been completed which support the initiation and opera- tion of the project. 7. The degree to which the project is able to be initiated immediately upon authorization of EDA support. -28- 4106*r STRATEGIES FOR DEVELOPNENf OF ECONOMIC POTENTIAL The OEDP Committee determined that the goal of the Economic Development Administration supported programs is the creation of jobs for residents of areas of high unemployment. During the preparation of the OEDP it became evident that the strategy for maximizing the number of new job opportunities in Contra Costa County is a strategy of flexibility and accommodation. This strategy provides the opportunity for the individual cities and communities of the County to design projects to take advantage of the unique resources available to that comainity in a manner in keeping with its plans, goals, and life style. Based on this approach, a statement of general strategy has been developed for each of the twelve potentials. This statement is a guide which can be modified and adjusted as necessary. [In the following section of this Program each general statement is listed, and an example of how a local city could implement it is given for most.] While the strategy for developing the potential is flexibility, the goal of the programs is jobs for the unemployed. The committee developed criteria to evaluate proposals in light of this goal. The criteria will rbward projects which provide a maximum number of jobs in a minimm amount of tine and at the least cost to the economic and environmental life of the community. ;t 3 } sat-, Mks -2T- f PART VIII DEVELOPMENT STRATEGIES A. Introduction B. Criteria for Review of Proposals for EDA Funding C. Strategies r s. 1.' Administrative Offices-Data Processing Center (Example: Walnut Creek) F . 2. Agri-Business Center S. BART-related Comercial Center/Area (Example: E1 Cerrito) s 4. EPA and Energy Suppressed Industries S. Industrial Parks (Example: Concord) ` 6. New Types of Businesses (Example: Comitteemember Adams) 7, Regional and Sub-regional Shopping Centers (Example: San Pablo) 8.• Services (Example: Pittsburg) 9. Small Industrial Plants in Existing Zoned Areas (Example: Pittsburg) 10. Tourism (Example: Martinez) 11. Mater and Waste Material Complex 12. Waterfront and Maritime Industries -2E- ' PART V Requirement Major changes in community facilities and services, or a statement that there have been none. Response During the 1976-77 program year there have been no major changes.in number, kind or capacity of community facilities and services within the area. PART VI Requirement Major changes in the financial status of the area and its municipal ' governments, or a statement that there have been none. Response During the 1976-77 program year there have been no major changes in the financial status of the area and its local public agencies. PART VII Requirement Changes in regional relationships, such as becoming part of a multi- county planning district. Response During the 1976-77 program year there have been no changes in regional relationships. PART VIII Requirement Updating of the area's development strategy described in the original OEDP and earlier progress reports, including a project priority list. Response The Development strategies and Criteria for Review of Proposals for EDA Funding as submitted in the 1976-77 Initial OEDP Plan are again adopted for the 1977-78 program year (see Pages 26 to 28). 01065- -25- 9 t � lt IN �r 3y g ASS.costs two .� d H 4 ► y son a J mg—, Gm� x^ "�.' • H,e•#'k'-tet�".M � :YS'R'E.'�_f� '.'.1"k L''k„•, „e s nq� S N A.t,N ��` •S.!a°r,Fi- �4.`�,��,. r' "",a�e(',�p<e a� '4 � Wf'��yx&` _w+c•akq�.,9Y'r y , i 3 a„rt.s z if its, w,�to4aly JIM -�.,�`��.H,.,.;„ �'}•C'�' b � sus it��' r i°«.+a ,r�, ra a i,- � :l z , mak 490- R."", MINE industries which ca } er )targe neabers � Itie-- vcrher: , uct, ILS eating and drinking estnblish cnts. The neat* rf-rrie•c cc,r'rerc, therefore, is expected to increase, nitheugh not rate to equal t:et of white- collar workers. One notable exception the ler,-terc decline of the personal services industry, which presages fever workers in such Occupa- tions as shoe repairer. The following section assesses the current supply-and-demand situation for selected occupations. Predicted changes in demand and the ability of the supply of workers to respond to the cbanges are briefly discussed. # f. AM f r 01003 -24- industries vhich e-ai:loy large numbers rvice worker:;, Luc}, as eating ,rt:e nu=t, service workers, therefore, establishmen rate to equal that of vhite— and drinking is expected to increase, a'_thcugh not collar Yorkers- One notable exception - the Iore- tem decline of the personal services industry, which presage= fever workers in such occupa- tions as shoe repairer. section acurrent supply-and-demand situation for assesses the yin demand and the ability of the The following Predicted cb=9 discussed. selected occupations- es are briefly supply of workers to respond to the ehanB F A r u a ' O1Q63 -24- e z— 7. OCCUIJUIUIIAI, 7iI;XIL AU, (ArVI (Ir An Overview The occupational mix of an area is determined by the kind of products and services produced by the local economy. Different industries demand dif- ferent groups of occupations. This occupational outlook attempts mainly to forecast changes in demand based on the relative growth rates of various industries. The workers living in an area constitute the supply to meet this demand. The supply of workers responds eventually to changes in demand, but supply is also affected by many other factors, such as the amount of time required to attain necessary skill levels and the willingness of employers to lower hiring requirements. however, in general, the supply of skilled workers stays fairly constant over a two-year forecast period due to the time it takes for a worker to develop skills. On the other hand, the supply of workers for entry-level jobs will usually rise quickly to meet demand-unless other factors, such as low wages or poor working conditions, exist. In Contra Costa County, a further condition affecting supply exists. Of the five Bay Area counties, Contra Costa has the largest number of residents commuting to jobs outside the county, according to the latest available figures (1970). There is, then, a large potential supply of workers who would take ,jobs closer to home if the fobs were available. Competition for most openings is and will continue to be keen. White-collar tinkers are found in high concentration in the trade, govern- ment, and services indiLstry groups. These groups are currently the prin- cipal components of nonagricultural wage and salary employment in Contra Costa County and are projected to be the leaders in employment growth over the next two years. For these reasons, there is and will continue to be a strong demand for white-collar workers—those in professional, technical, managerial, clerical, and sales positions. Specific business developments which -.-M boost ez4)lo_yment in these occupations include the scheduled opening of two new shopping centers, the expansion of several hospitals, and the relocation to the county of the administrative or regional offices of several corporations. Within the white-collar group. there will be a particular increase in demand for menagerial, technical, and particularly, clerical workers to serve in the administrative and regional offices. The offices will have cocputer departments staffed by programers, computer operators, and data-entry personnel. The clerical workers will be con- centrated in the accounting area, in occupations such as account clerk and billing clerk, and there will be some need for general clerical occupa- tions such as clerk-typist. Blue-collar workers are found to a great extent in the manufacturing and contract-construction industry groups. Manufacturing, currently the fourth- largest industry group in the county, is expected to experience slow growth for the forecast period. Contract construction, although a smaller com- ponent of totnl employment than manufacturing, In expected to nt►ow rapid payroll expansion. The number of blue-collar workers--craftsworkers, operatives, and laborers—will increase, but at a slower rate than that of white-collar employment. The service worker category includes occupations concerned with performing tasks in and around bames, serving individuals in institutions and commer- cial establishments, end protecting the public and businesses against crime and various types of accidents. Employment growth is expected in -23- 01 tie witLer i C., C.tt� _ n�gr;',i'IC1j F. r manufacturing e=Fio�wen: n i t and �:�,c?�;utely ir. 1977 rationinE- Chez^icnl -r5 �rlO�{ -=-1 xr and 1978• In the durable roodssectc he ratcritl of jobs occur in nenele• ' :cal cachinery, and atone, clay, primary and fabricated netlils, and glass firms- Over the next two year^roduet�iresulting in gradual e an increase in demand for durable g� ustries- employmeat grovth in most durable goods Retail trade and services vUl follow their long-term uptrend, since the t Vill rennin the fastest-growing area in Balance of Contra Cost • Local goverMent payrolls will also the San Francisco-OaklandPopulation' rise over the next tvO years, in response to the increasing 3 s t R a av? d t v ; 4 Y hI q, _ a Y. M [ A i 9s Q t 01061 _u- Retail Trade: Retail d•. ••-;,lc;r• 'n 19'l6 re:;rr rttpidl r an the combined result of econor-ic recescry and the ink; of ltilltor, "all. Although Job grou-th during the foreeaut peri, -:11 be more nodernte than in 1,076, employment expansion is anticipated i:. crust categories. FSnployment in general merchandise and apparel stores vill increase in 1977 With the opening of two small shopping centers and the ongoing development of llilltop lull. Fayrolls in eating and drinking establishments will also rise through 1978, maintaining their long-term trend. At the same time, both food stores and furniture stores will expand employment to meet the needs of a growing population. Finance, Insurance, and Real Estate: Finance employment will continue to advance during the forecast period at the rapid rate of the last decade. The opening of new branches of banks and other credit agencies will remain the primary source of new Jobs. Insurance payrolls will benefit from the expansion of insurance agencies as well as the opening of a billing center for a mayor insurance company in 1977. Real estate employment will expand over the next two years, in line with its gradual growth trend. Services: During 1977 and 1978, employment in services will increase at the rapid rate which has characterized that industry group in recent years. Medical and health services will register substantial payroll gains over the forecast period, as hospital expansions over the next two years reinforce long-term growth. Business services payrolls will advance through 1978, reflecting an improved economy and the rapid development of the county. Social service agencies and miscellaneous services will also make payroll additions over the next two years. Educational services and hotel employ- ment will rise slightly, while personal services will continue the long-term employment decline. Government: In the upcoming two years, government employment will show moderate growth. Gains in federal government payrolls will be relatively small compared to what they have been in recent years, when employment expanded rapidly with the opening of the Social Security Payments Center and the Postal Service Faulk Mail Center. During the forecast period, nondefense payrolls will register modest gains while defense employment maintains its current level. Local government Jobs will increase as a result of continued federal Rending of public-service employment programs. The Balance of Contra Coata County: Since most of the county is included in this area, industry changes will follow countyvide trends. Construction in the area remained vigorous in 1976 as a boom in residential building offset the sluggish performance of commercial activity. During the forecast period, employment in residential construction will expand further as the demand for housing continues to be high. Continuing Improve- ment of the econce3r and population growth in the Balance of County area should stimulate commercial development. In manufacturing, payrolls are concentrated in the nondurable goods sector, with food processors, paper products manufacturers, chemical manufacturers, and oil refineries employing substantial numbers of workers. Employment will remain fairly stable in most of these industries over the next two years. However, food processing payrolls will drop in 1977 as the result of a cannery's closing in eastern Contra Costa County, while paper Construction_: rriyrc- :. i ,-ing, th^ ti, I vO yearr :rill increase as new housing and othc• 'i-t: henef; : econcrde expansion and a building boom in Contrn Cos`.a C:ur.l;:. vuildir, •t ivity showed rapid gro.rth in 1976 when total builaii,;-ternit value •, leaked at $670 million—a 60 percent increase from the 1q(5 :inure. 17he tres:•i is expected to continue over the next feu years. Cory tretct.ion of :.Ingle-family hones has surged in the eastern county ar the availability of less-expensive land. The large number of pe.--.its iss+,ed thus for in 1977 indicates that payrolls in residential construction will advance through 1978. At the same time, commercial building retivity will rise In the next two years to expand nonresidential conntruel.?c•r payrolls. Some projects expected to be in full swing over 't-be fo.crezt. period are the development of a new shopping center in eastern Centra Crste County, peripheral development of businesses around the Hilltop IKU, the new county Jail complex, and an applied-arts building at Contra Corer. College. In addition, ongoing work on the Antioch Bridge and c-n ,-nter treatment facilities throughout the county will bolster payreLs-the-.lu 1t 1977. 1•lanufacturing: Id•;•t-•rite tui it<< �wrloy=ent will register modest gains in 1977, then augment thea ::_th 1nrt;cr additions in 1978. Ymderate payroll expansion in the durable l,t--ds .tc:•ar :pial reflect increases in a number of durable goods indu-tries. rri,r•t%� metals employment will rise from the recession slump of the last t:•n r.!ar;, es the result of increased business orders. The revival of.t,ha industry will stimulate small fob increases in stone, clay, C,1^_ . :-r:' lumber manufacturing. At the same time, trans- pertation equipment flra:s vill experience stall job gains while most other durable goods Indtr;3.r,-•- e.:tintnin current employment levels. The only durable goods cai.c17j:-v o•:,z-cted to decline over Lite rarecast period is fabricated netxls pr oduct ic•et. which will reduce payroD s slightly in 197T. In the nondurnble g---Ar declining food processing payrolls in 1977 will reflect the cloninn of a uejor Antioch cannery in Ig76. The food processing p..Vmll dt.•mtrcud will level off in 1978, when the 1977 job figure will be mmintnined. rplo}mect in paper products and chemicals manufacturing will port er.derate increases over the next two years. Petroleum refining ps.rr.•Ils sill recede slightly in 1977, despite increased production capacity, beerrisc of the ongoing introduction of automated refining proc•:ssev. By 11178, hiring to meet increased production will offset the slight dcuutr•ead, aul payrolls will remain the same. Trunsportation vt:d tublic Utilities: Transportation payrolls will register small increases in 1977 tui•. cnintain the increased level in 1978. The i:aproving ecottotry r:.,d expandre orders will stimulate trucking and warehousing employment over t2t , r%-xt tr-a y---urs. Ilawever, in 1978, continued expansion of motor frcig t :u+.i :r;,t-A-vustnr. citp.loym-nt will be counterbalanced by reduced railroad void t-tattil•ortation service payrolls. Contrary to the gradual downtrcud or oLhvr r_.rens, ced=unication and utilities employment in central Contra Costa County will maintain current levels through 197E to meet strong dt_arand. Wholesale Trade: Fir.:2c plc trade payrolls will rise over the next two years as economic expansion, inerenzed sales volume, and the influx or businesses to the area spur Job #;:•ovtb. In 1978, enlargement of port facilities in Richmond will act ter: *n az4dltional stimulus to hiring in wholesale trade. 0059 6. 1NDVZ;TRY TRE11DS ta;11 G'::.''�';: • Agriculture: Agricultural erploymo - rn Contrn Costn County is distributed among horticultural estnblishments a vide variety of farms and orchards. Employment during 1977 is forecast tr, remain at the 1976 level because the drought and water rationing, while not affecting crop acreage, may result in a shorter harvest season and lover crop productivity. By 1978, farm employment will resume the gradual uptrend of recent years, provided that " weather patterns are normal in the winter of 1977. Mineral Extraction: Mining employers in Contra Costa County operate sand and gravel pits and oil and gas field properties. Payrolls are expected to remain stable in 1977, but by the following year increased construction activity and natural-gas exploration in the San Joaquin/Sacramento River Delta will cause mineral extraction employment to rise slightly. Wage and Salary Employment Contra Costa County 1975-1978 Annual Averages (in thousands) Forecast 1975 1976 1977 1978 Agricultural employment 2.7 2.8 2.8 2.9 Nonagricultural employment 152.6 158.3 163.0 168.3 Mineral extraction .3 .3 •3 .4 Construction 10.0 9.7 10.3 11.1 Manufacturing 26.o 26.7 26.9 27.7 Durable goods 10.9 11.3 11.6 12.1 Fabricated metals 2.1 2.2 2.1 2.1 Nonelectrical machinery 2.1 2.1 2.1 2.1 Electrical machinery 1.0 1.0 1.0 1.0 Other durable goods 5.7 6.0 6.4 6.9 Nondurable goods 15.1 15.4 15.3 15.6 Food and kindred products 2.7 2.7 2.4 2.4 Printing 1.4 1.4 1.4 1.4 Other nondurable goods 11.0 11.3 11.5 11.8 Transportation & public utilities 9.4 9.1 9.2 9.2 Wholesale trade 6.3 6.6 6.8 7.0 Retail trade 31.3 ' 33.6 34.9 36.0 Finance, insurance, & real estate 6.3 6.8 7.1 7.6 Services 26.9 28.5 29.7 30.8 Government 36.1 37.0 37.8 38.5 Federal 4.2 4.2 4.4 4.5 State & local 31.9 32.8 33.4 34.0 01Q55 -19- PART IV Requirement Major changes in the area economy, or a statement that there have been none. Response During the last twelve months there have been no major changes in the area's economy but for a gradual decrease of less-than 1S in the reported level of unemployment within the County. The State's Employment Development Department published an annual planning report for the Balance of Contra Costa County (being the same area as the OEDP area) which includes a section on Industrial Trends and outlook. Selections from that publication is made part of this OEDP Annual Report Cpag=s 3 +_ 24), ,am 1 0 w b 0105 r -18- . CRITERIA FOR REVIEW OF PROPOSALS FOR EDA FUNDING The OEDP Committee will review each proposal to be submitted to SDA for funding of public works or economic development pro- jects. A priority rating shall be given as a result of the re- view and this priority shall be based upon the following cri- teria: 1. The degree to which the project is located in or near com- munities of high and persistent unemployment. 2. The degree to which the project shows a high cost-benefit ratio between number of jobs created and/or saved and amount of public funds to be expended. 3. The degree to which the project create or save a large num- ber of jobs. 4. The degree to which the project creates jobs which will be available and meaningful to the unemployed (entrance require- ments, earnings, upward mobility, permanency, long range stability, etc. ). 5. The degree to which the project shows a high level of demon- strated commitment of financial and programmatic support by government and business. 6. The degree to which an EIR and economic study and analysis have been completed which support the initiation and opera- tion of the project. 7. The degree to which the project is able to be initiated immediately upon authorization of EDA support. - 0105 � � x x • r. x x x x x x 34 Ln x x x x x 41 .4 vv x x x x x clanZU X X x X K X O a 40 O 0.•a4 : V to Y a ani w o 4 .29 54 Ad � C. cm o aha c � t� a to o E w eL E+ < w ti cc m T � M v O ' 41 m to Id d 0-4 � M n 10 z Om a o - ac a po o O o o O o W � � 0 C C o c n o Qu es o it O O •: Mi 4n gn cc W -a o0 et an O O K N K K K �7 N H O O O O - O e0 C 41 m O O O H O O O 1%1 b i+ N n N O tOr4 IT clueK K .••a K K M x M N co O H K H G O N .1 •.m+ O N b m O M tll C Q Y 14 •.i 0O " G f4+i •� u C..a u ct O u a.+ Cf a .•a 3 u O N N ul f+ O 00.0 C-y O W C C O O O X 0 d to r- -4 G 4i +i O-.-. 3 Y .d ed u O rs 4J=C. O O to O = s. > O -O k N G O C O k N t - 4+ -O a CU)U =GGA. 6.4gx Izu x 64 ZOMCam 4W ♦Oi vi •d .O� ra tOi O u W W O U4"O W 3 44 0 4i O d O ^ O L+ 0= O 3 ?. O u i+ U0 a di is O 4+ O m C v :0%u i.H >.= 4+ 4J = >.•.i 44 O id 41 $4 Y = Y 4+ N O C UI 3 4s IJ • O •.•1 4 d +1 O +++4 -d U 0 0 0 Q U to L) U U UII. U C* U U C) U < -16- 01055 ■ PART III Requirement Summary of program activities for the preceding calendar year, including a description of projects planned, started and completed, and Federal and other assistance received. Response Activites of the OEDP Committee and staff during the preceding calendar year (July 1S, 1976 to August 30, 1977) were in three primary areas: (1) Review and comment on applications submitted by County and cities for grants under provisions of the Public Works and Economic Development Act of 1965, as amended, (see Page 16); (2) Coordination and support to County, cities and special districts preparing grant applications under T Round I and Round II of the local Public Works Act of 1976; and (3) Liaision and assistance to public water agencies preparing draft assistance requests to EDA and the Farm Home Administration (see table below). Grants Applications Grants Funded to Date Program No. Amount No. Amount 1) P.W.A. do EDA 1965 7 $8,318,576 0 $ -0- 2) Local Public Works 70+ $83,500,000+ 13 $18,860,000 Act 1976 Round I Projects Public Estimated and 11 Agencies 3) Community Emer- 3 $7,800,000+* 2 $7,200,000+* gency Drought Relief Action *Includes one grant and loan package to EBMUD for $7,500,000 and which will, provide aide in part to Contra Costa County. -15- ` 01051 Overall Economic Pevel,I'�l��t f'Atee ..i l L:�ittee rojPage 4 977 Minutes of September 1. Following a number of announcements by members, the meeting was adjourned at 10:00 P.m- In attendance: MMBERS Abelson Adams* Aoki* ' Berkhoult Cunningham' r De Fallen Dorsey* Foreman - Greer* Harr i. Heinitz . Hughey King Larson Porter Steiner Thomas Tumbaga* Washington VISITORS r R. S. Radford (Taxpayers' Association) Ray Vignola (City of Antioch) STAFF Heinz Fenichel Harlan Menkin George Johnson - i 01053 -14- Overall Economic Derelol�nent Prograr Co=ittee Minutes of September 15, 1977 Meetin4 Page 3 In connection with the January 18, 1978 conference, it was learned that there would be a charge (no more than $10.00) to attend the conference and to have lunch. After some discussion regarding the need to have as many OEDP committee members attend and that some members would have their tickets purchased by their employers or organizations, it was moved: Moved (Harr), Seconded (Greer) "To request that the County Board of Supervisors authorize the purchase of tickets to the January 18, 1978 conference sponsored by the Contra Costa County Development Association for those mem- bers who could not attend otherwise." M/S/U The members of the Committee concluded their discussion of the work plan for the upcoming year and the following motion was made: Moved (Harr), Seconded (Thomas) `To adopt resolution as submitted by staff which resolved that: (1) The 1977-78 Overall Economic Development Program Progress Report is approved; and (2) Staff is directed to submit the 1977-78 Economic Development Program Progress Report to the Contra Costa County Board of Supervisors for review and approval prior to submission to Regional Office of Economic Development Administration prior to October 1, 1977." M/S/U After action to approve the submission of the 1977-78 OEDP Progress Report, the Chair indicated his appreciation of the support supplied by Mr. George Johnson to the membership of the OEDP Committee since it was established by the Board of Supervisors in 1976. Mr. Johnson thanked the Committee membership for their continued involvement and effort in the development of the plan, especially during the early months of the project when the Committee had to meet weekly. A number of members also indicated their appreciation of staff support and the following motion was made: Moved (Larson), Seconded (King) "To direct the Vice-Chair to address a letter to Mr. Arthur Will, County Administrator, indicating the appreciation of the membership of the OEDP Committee for the support furnished by Mr. George Johnson to the Committee, and requesting that a copy of this letter be placed in his personnel file." M/S/U 01052� -13- Overall Economic Development Program Committee Minutes of September 1S, 1977 Meetin' Page 2 Upon conclusion of the discussion, the following motion was made: Moved (Foreman), Seconded (King) "To adopt0_perating Rules of Overall Economic Development Program Committee as presented." N S U Following the adoption of the Operating Rules, Mr. Johnson reviewed the need to recommend a procedure for use by the board of Supervisors to appoint member to the committee. One suggestion offered by staff was to recommend that current members of the Committee be appointed to one and two-year terms based upon past attendance. After discussion of this recommendation, the members considered other methods, particularly those involving the organization instead of individual members. Two motions were made: No. I Moved (Steiner), Seconded (none) "To select existing organization for one and two-year terms based upon attendance of the representatives from those organizations." M/Failed for lack of second, motion withdrawn. No. 2 Moved (Heinitz), Seconded (Adams) "To select existing organization by lot to fill one and two-year terms, one-half of each major category (County, City, Organization, and Minority) to fill the one and two-year terms. The drawing of names of organization to be made by the Chair and recorded by_staff." M/S/U Upon completion of action on Operating Rules, Mr. Johnson then reviewed the draft of the 1977-78 OEDP Progress Report. During the discussion of Part IV, Development Strategies, staff indicated that it was appropriate for the Committee to adopt the strategies developed in the 1976-77 initial Report for use during 1977-78. fie also stated that none of the cities had indicated a desire to change their proposals as submitted during 1976-77 program year. The members of the Committee then indicated that they would retain the 76-77 Development Strategies for 1977-78. During the discussion of Part 1X, Committee work Plan, it was learned that there would be a major conference on economic state of the County to be sponsored by the Contra Costa County Development Administrator and the various Chambers of Commerce on January 18, 1978 (one day prior to the pro- posed January 19, 1978 annual meeting of the OEDP Committee). Based upon this information, it was moved: Moved (Harr), Seconded (Greer) "To schedule the January annual meeting on January 18, 1978 in O�� place of the proposed January 19, 1978 date." M/S/U ! i Contra Costa County Overall Economic Development Prograr= "ommittee Minutes of September 15, 1977 Meeting George Gordon Center, Martinez, California The meeting was called to order by Vice-Chairperson Howard Abelson, at 7:4S p.m. Poll was taken, 19 members answered, and a quorum was declared. The minutes of the meeting of August 11, 1977 were reviewed and the following motion made: Moved (Hughey), Seconded (Tumbaga) 'To accept the minutes of August 11, 1977." M/S/U The chair introduced two visitors, Mr. Heinz Fenichel, Assistant Director Advance Planning, and Mr. Harlan Menkin, Chief of Research and Program Development Unit of the County Planning Department. Mr. Fenichel then announced that lir. Johnson, current staff member to the OEDP Committee, was being transferred to the County Administrator's Office and that Mr. Meakin would be assigned to staff the committee. Mr. Johnson will be responsible for processing the OEDP Progress Report under consideration through the Board of Supervisors. He also indicated that the Planning Department will continue to support the goals and operations of the Committee. The Chair then requested that Mr. Johnson review the draft OEDP Operating Rules of the OEOP Committee. Staff then summarized the correspondence from Geraldine Russell, Chief Clerk to Board of Supervisors, Resolution 177/273 of the County Board of Supervisors in the matter of Adopting Policy Governing Appointments to Boards and Commissions, and the draft OEDP Operating Rules of the OEDP. There was discussion among members regarding: 1) the benefits of two or three year term of office for members; 2) the assurance that minority memberships will be continued; 3) the re- quiresent that members and alternates must reside within Contra Costa County; and 4) the possibility of identifying organizations who would be authorized to make nominations for Board of Supervisors' action. During the discussion regarding the composition of the Committee, the following motion was made: Moved (Harr), Seconded (Steiner) "To approve Section 4.2 of the Draft Rules." M/S/U During the discussion of the term of office of members of the Committee, the following motion was made: Moved (Harr), Seconded (Dorsey) "To revise Section 4.4 to establish terms of office for three years and that one-third of membership be appointed each year." M/SIF 0105/1 , -11- 1976-1977 OEDP PROGRESS REPORTS Mr. Johnson reviewed the draft 1976-1977 OEDP Progress Report. He indicated that the Table of Contents indicated the items that must be covered in the report. Parts VIII and IX were identified as being of most importance because they related to the strategies for economic development and to the activities of the committee during the next year. Among concerns expressed by members were: 1. The need to assure that the numbers and participation of committee members would be appropriate to meet Federal guidelines and effective operations. 2. The fact that no proposals to EDA were selected for funding. 3. The seeming lack of involvement of the OEDP Committee in the broader economic development activities affecting poor and unemployed in the county. 4. The lack of clear directions of OEDP Committee members as to their duties and responsibilities for development of OEOP plan and reports. 5. The lack of a single or limited number of projects that the committee could support. Mr. Johnson urged members to review Development Strategies and criteria for Review of Prop2sals for EDA Fundinq and to be prepared at meeting of Seip-fgiEer 15, 1977 to discuss the matters in some detail. He also requested review of the Committee work plan for 1977-1978 (he indicated that the 1976- 1977 committee work plan was included for reference purposes only). Mr. Adams spoke to need of members to review the 1976-1977 OEDP Progress Report and be prepared to discuss, modify and then to vote upon the approval of the plan for presentation to the Board of Supervisors and EDA at the September 15, 1977 meeting. The members directed staff to prepare minutes of this meeting and mail, along with draft Bylaws and draft Progress Report to all members prior to next meeting. Mr. Johnson indicated that he would, and that he would telephone all members and that letters would go to all absent members and their organizations urging their attendance at the September 15 meeting. Meeting was adjourned at 10:00 p.m. Members in Attendance: Adams, Amos* Larson, David Aoki, Yas• Phillips, Edward Dorsey, Willie- Rieger, Albert Foreman, Roy Warren, Michael (unofficial alternate for Berkhoult) Guise, Barbara (unofficial alternate for Cunningham) Porter, Linda (unofficial alternate for A. Johnson) Staff: George Johnson 01049 -10- CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE MINUTES OF SEPTEMBER 1, 1977 MEETING George Gordon Center, Martinez, California The meeting was called to order by Amos Adams in absence of the Chairperson, Jayne Ruiz, and the Vice-Chairperson Howard Abelson, at 8:00 p.m. Roll was taken; 8 members and two unofficial alternates answered. It was determined that a quorum was not in attendance. It was agreed that those in attendance would meet as a committee-of-the- whole in order to assist staff by reviewing the draft Bylaws and Progress Report. It was agreed that staff would mail out draft copies of Bylaws and OEDP Progress Report along with comments of this committee to all members of the OEDP Committee. BYLAWS Mr. Johnson read a letter from Geraldine Russell, Chief Clerk of the Board of Supervisors, regarding membership and bylaws policy of Board of Supervisors. He then read the preliminary draft of the proposed Bylaws. Among concerns expressed by members were: 1. The need to improve attendance at meetings through notifying organiza- tions that their representatives have had an abnormally high number of absences. 2. The need to consider the organization of an Executive Committee to handle problems during the year and have the full committee assemble only at the annual meeting and the meeting called to approve the OEDP Progress Report. 3. The need to consider the organization of a Proposal Review Committee responsible for reviewing proposals that would be submitted to EDA for funding under the Public Works and Economic Development Act of 1967. 4. The need to consider the appropriateness of individuals working in the county (but not living in county) to be eligible for appointment to membership. 5. The need to consider the establishment of another meeting besides the annual meeting (January) to hold election of officers. 6. The need to consider the establishment of another way in which to select members for the one and two year term of office. Mr. Adams indicated that members should review the draft and be prepared to discuss, modify and then to vote upon adoption of Bylaws at the next meeting. 01048 -9- p�cmbers in Attendance Abelson Adams* Warren (alternate for BeTkhoult) Abraham (alternate for Donator € Dorsey* a for Foreaan� (alternate Caltcaut ( y Greer* Harr Hughey Larson Loehr Phillips ; Rieger Smith Thomas M� ' Yeager . . 01,O47 _8- "L CONTRA COSTA COUNTY OVERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE Minutes of Meeting of August 11, 1977 George Gordon Center, Martinez, California The meeting was called to order by Vice Chairperson Howard Abelson, in absence of Jayne Ruiz, Chairperson. Roll was taken; 14 members, and 3 alternates were in attendance, and a quorum was declared. The minutes of December 16, 1976 were reviewed, and it was moved by Hughey, seconded by Rieger to approve minutes of December 16, 1976 as presented at this meeting. The Chair requested staff to present Item III (Status Report of OEDP Review Process) and Item IV (Planning Schedule for Development of Revised OEDP). Mr. Johnson Indicated that it had been necessary to submit an annual OEDP Progress Report by March 31, but that due to a number of circumstances this date could not be met and that EDA will approve a submission date of September 30. Staff then presented a planning schedule and an excerpt from EDA's Guide to Preparing the OEDP describing the procedures for developing the Annual OEDP Progress Report. After some discussion regarding the schedule and procedures the following two motions were made: 1. Moved (Tumbaga), Seconded (Greer) "To authorize staff to prepare annual progress report." m/s/u [In response to question from Mr. Greer, staff indicated that, to the extent possible, the preparation of the progress report will be done as expeditiously as possible and that minor revisions to the 1976 OEOP Report will be considered as a possible alternative to drafting an extensive progress report.] 2. Moved (Hughey), Seconded (Dorsey) 'To accept the planning schedule as presented by staff; including meetings of the OEDP Committee scheduled for September 1 and September 15." m/s/u Upon request from the Chair, representatives from the Contra Costa County Development Association, City of San Pablo, City of Pittsburg, and City of E1 Cerrito made short presentations regarding industrial development in their areas. Members of the OEDP Committee discussed the election of officers and it was the general consensus that the committee officers should be elected at the meeting at which the OEDP Progress Report is approved for presentation to the Board of Supervisors. It was also agreed that staff should prepare a draft planning schedule for the 1977-78 program year. This schedule to be distributed prior to the September 1 meeting. There being no further business, the Chair adjourned the meeting at 9:00 p.m. 0104 -7- • CON I ItA C,' I OUN I Y • OVERALL LCOMWIC DEVIA.0i 1 11110CRAXI CtllIM11111 MINUTES OF KUTING OF DECEMBER 16, I976 GEORGE GORDON CENTER, MARTINEZ, CALIFORNIA The meeting was called to order by Chairperson Jayne Ruiz at 8:00 p.m. [toll call was taken, and eleven members were in attendance. Lacking a quorum, the meeting was conducted as a committee of the whole. No formal actions to be taken; but due to presence of two speakers, the agenda would be followed. Mr. Paul Hughey, Contra Costa County Development Association, presented a slide show highlighting the economic development of the County shoreline from Richmond to Antioch and eastward. Considerable interest was shown by members in the potential uses of the undeveloped land along the shore and the possible effects of the Dow Chemical situation, the Baldwin Ship Channel, and the Peripheral Canal upon economic development and the creation of new jobs for low incomes living in the area. Dlr. Robert A. Switzer, of the Economic Development Section, State of California Department of Housing and Community Development (2115 .1 Street, Suite 16; Sacramento, CA 95316; (916) 44S-33338), then spoke on the programs sponsored by the State related to Economic Development. Among those programs, he was particularly interested in describing the Economic Development Technical Assistant Program for cities between 5,000 and 25,000 population. After some discussion with members of the OEDP Committee, Mr. Switzer agreed that there was a similar need for such technical assistance for smaller unincorporated communities. Ile urged the County to submit an application if there was an area that could benefit from long-term technical assistance of this sort. There being no further business, the meeting was adjourned at 10:30 p.m. Ill Attendance Members: Visitors: Abelson Barbachano (EI Cerrito Chamber of Commerce) Abraham Bomben (Brentwood Planning Commission) I)cl:alco Kennedy (Contra Costa County Planning Department) horsey Purvis (Rtuleo-Crockett Chamber of Commerce) Foreman Walsh (Concord Chamber of Commerce) lleinitz warren (City of San Pablo) IluGhey Johnson 1'h i 11 ips Rieger Ruiz* 0104 -6- • In addition, it was felt that there was vo outstanding need for the committee to meet to handle OEDP needs in November. It was then moved by Ue Falco and seconded by Washington to: To cancel the regular scheduled meetings in November and December and to schedule a special call meeting in November (Preferably a Thursday) to view Paul Hughey's slide presentation on economic development history of Contra Costa County and to invite represen- tatives of the Chamber of Commerce so to inform then of the benefit of the OEDP and EDA programs M/A/Carried• U no, 1 abstain) In support of the above motion, it was moved by Reiger and seconded by Cuaninghan: To direct staff to prepare press release to alert private business people of the fact that the OEDP has been approved and to inform them of the process necessary to be followed in order to qualify for benefits under the program .M/S/U It was then moved by De Falco and seconded by Dorsy to: Postpone until the January meeting of the OEDP committee the discussion of the work program and schedule of the committee for the remainder of the year M/S/U Mr. Burkhout then discussed a recent workshop he attended when he learned of a proposal for the development of a Hational,Development Bank to make law inherent loans for local community development activities. He indicated such a bank has not yet been funded and urged support of such an iaea. There being no further business the meeting adjourned at 9:30. MEMBERS IN ATTENDANCE 10-21 Abelson Johnson Adams* Phillips Aoki* Rieger Berkhoult Ruiz* Cunningham Smith De Falco Washington* Dorsey* Larson Foreman Minutes prepared by George Johnson -S- 0111A CONTRA COSIA COUNTY 0VERALL ECONOMIC DEVELOPMENT PROGRAM COMMITTEE Minutes of Meeting of October 21, 1976 Roos B-11, County Ads. Bldg., Martinez, CA The meeting was called to order at 7:40 pm by chairperson Jayne Ruiz. Roll call was taken; 15 members Were in attendance and a quorum was declared. The minutes of July 1S were reviewed, and it was moved by Foreman, seconded by Adams to accept minutes of July 1S, 1976, as sailed (M/S/U). Staff person to the committee, George Johnsen, reported on the current status of the OEDP. In summary, he indicated: I. The OEDP report, as submitted to EDA, has been approved. 2. EDA, (Hugh Taylor) requested projects for consideration for possible funding in 1976-77 fiscal year. 3. Projects from six cities and county were submitted to EDA by deadline date (Sept. 1, 1976). 4. Hugh Taylor notified George Johnson that none of proposals have been accepted for funding in the 1976-77 fiscal year. At conclusion of staff's report, Mr. Mike Marren (City of San Pablo) outlined the project submitted by the City of San Pablo. The chair requested that staff request EDA to inform the OEDP Committee in writing of the decision not to fund the projects from this county. After discussion regarding the limited amount of EDA funds available to urban areas in California for funding projects such as submitted by agencies in Contra Costa County it was moved by Berkhout, second by Abelson to: Authorize chairperson Ruiz to send letter to appropriate federal congressmen and senators and to the Secretary of Commerce urging that additional funds under the Public Works Acto of 1965 be allocated for projects in urban areas. m/S/U Chairperson Jayne Ruiz opened a discussion of the future neetings of the committee. it was the general feeling of the members of the committee that it was necessary to inform the private sector (banks, press, chamber of commerces, businesses, etc.) of the availability of EDA loans and guarantee loans. 01043 -4- PART II Requirement The activity or nonactivity of the OEDP Committee expressed in such texas as number of meetings held and matters discussed. A brief report on each meeting is required--the submittal of the actual minutes of meetings is a satisfactory way of showing this activity. Indication should be made whether minority group representatives have participated in Committee work, including its planning and programing activity. Response The OEDP Committee held meetings during the 1976-77 program year on the following dates: October 21 December 16 August 11 September 1 September 15 Minutes of the various meetings are included in this Part II. Minority and cultural minority members are indicated by an asterisk (*) next to their name. (Note the asterisks have been added for this report and do not appear in minutes as approved and distributed by the Committee) 01042 -3- I 1• . . _ O 1 T O Z 1+C O ? T 0 M O • rl O 1 1 1 •? ri N N n .D r`I ct y; NR NO 00 Q -4Or- -r ON.. I'lO rl .-.-Stot OV^ M R zMrl V. nO :cN C .p 00 u1 E-- --••-r 01 N O Ct %0 Cl N-4 c Q N N0 t- ^.•.m -1 O Cl In O Q -.. rl �In Cl 'D I -r 7 MC CD -+ U N M N N Q D -. N to N %C N N Q-4 eo .7 v.i cc C1 N ? ^• ,a-• -• M M Ct .7 t0 0 N O M -2 C'•� �O O O .i Mn N N Q 110 In to N -O IO-.O M O In Ln I` In In M Co M.-. 10 M N .-4 ..co N 00 / Z C Q M t- M Q Q N to N NO Ch N N N In N Ch n N 0o 00 N Q c t n.-• M moo 00 N 'o m Qt•O PI O M M M M N M to M N N t-M M m am M M 20 ut M N N M 0o M to n m M iV e4 er co M M "m M U NN NN NNr` QtO a0 MCN och NQO 1- -T c4 NN N on-2 r-NO N -fNN1O 10 NY N04 'T N M In Q n M O Ot � Ct FIN M Q Ch 00 to an to to N ct N O Q Q t0 Q .-. Ct In p Nut C.Ca CI to M C► .i v C •o u1 O a0 -i Q Q Q yl -.1 M Ch .-i �o In Y O 00 M In N Cf O - of Cf In S O Q to Y O -t rn 0 -4 M Q -d Q Ln In m .-I.-+O O M Q O .4 Ch IO Ac 1. M 00 Qt M O In Q Cf an Ct M m Q Q t,..i Ln Y N to Q Y Y N M i to p d .O 4 t1 to ao Q O Q . 1 O to cc O O t71'r-4.Kr r •-i C0 N 10 Y C 10 Ct Q Q M a L• to r7 m d r� qr 7 Cf m O1 In to Q O J ^"C1 1•. Fa Q to 0 d In O m p'Ct In M t. M Q u! to C Ct Ot O t1a.i V to CI 0o M K 1+ 0 O' N Q >. n Q In V N to U N -ab to t.-4 i0-+m.i Co t.%D fm Q'b_4-0 O 4.: 0.a O 4m d a Ct Q +� V to In N 7 O 7 a1 O b •-1 0010 O,�a to m C3 U u C m C,C U n C W 0 M'0 p C0 CA Q Y Q m .-� -0 L. O C O 4 U 4.1 N •.i I� -+ 1. ?. i. M O IM p t0 .O to cy _ 41 C 1.-o m Q o n ct b F. U CO E r O .-t Y 0 IJ 03 C. CO O cs 7 C a+ G Id 1-1 2: --+ O 14 C C$ 3 Y O ra 3 b C F.t O d..i LU•a r. F..•+ F.t o 1.4 d N .i -.i 3 N C. a1 :_1 1+ E a1 O C Y Y O oo.0 C O Ls- U a Y C. -.i d 0 - - 3 u r„ Ia M m N CO N C .0 a1 •.1 .. E d C-.i >.3r M n O U '�+ -•-. - Y s, C b.a O O-3 Y C ID 3: a to Ln- -Ci CC C- i. n U u s to M 0 C. p a1 1. Y E C zr r:C - - F. •.-1 V a M-4 V a1.-. U--+ .� u C F+ .r C O Y t - M 0 - cs -C. > O Y Y -..i Y•.i -•.i - u a1 CA •? _ c to - o n --e v� .� v •y - - - > o� a: Y -a1 a F+ a1 • +� - ., 1. ap ig m1. C..-ipov¢ > ,j -m F. p1. on. M - v Ln - >. -tiom - a > -o o =-* < - m da ti ar -< d > M > x • >-. to m I..-1 F. . • S. 00 Y< -2 S. o Y n • to to..o a a b Ln . Lm .. • -0 to .a-.-I to �, _ p vi <Sl .0 C N pM >n - N - M Qt O` C-i Y In > Ir 10 a O V M C 4.1 q $4 M CI b 6 N . O 1. M 41 Y .--. -0 < co EQ p C ��Ntn� -�< tl0i O d a01: 0 L O C OZG tn-3j p'iu1 O caaj 4j U) ESM yi m•.Ci E E O K F.-i F1 0 K V^ X 0 1 .i 1.N.4 3C C W US Ca .-.�L O ca K d d X W fi 7-. 7 C O u > 0-2 O F. d O > q M o u a a+i O .� q -+ N�C M O E C 4 O Fr F. M.-. Z O I-- to m 0 0 Y m-.� Y m O Y M > 0,, fn •r U N Y Y O d u a m.•i M•.i .+ m 3 0 O .e. Z M ,f� O 1. tn-i0m..a d n m3mx CNmC. M sst 0-1 .cc O.% .+a I+ E to 3 •F Z 0 x an v LL] a O •-3.4 V W -= o v -••O O O .r O •-I O m Z t` O-1 Mtn in In 0 t- O a n 0 to of --• .-. C. M O c0 O to 00 00 n M M Ip N =r` ^I m ao t7 .O N tO-4 to a1 T IS O O N O O "o In .i n M O ^ --4"na t-- et to . %C) M N co 10 N CA-i CA Q N Q 4.r r. O -T .-. an N 00--1 b'r-- m to-i M C dP N .-I N co -T N M M.-1 M --.C.-1.H M G.W O 1 O -.i u Y Y C o a c :3 $4 Q o v 1 C to c c o C o ov c o- n as O M o 0 ¢ d ¢ V0 M $4 0 u o o 0. us o M n •.• -i 7 es >. Y C C n n -.i =.. 0 3 to 3 0 0 3 H ri 0 u n LL d +i n 7 F. •� k F. n u W o 1.- M0 +i•.1 0 u to N - O > > 0 0 7- V O O-r 0-4 0 3 0 -.i d u 3 0 3 0-14C F. a) to 3 M u 0 D d u u U+i t) Y u M -. u to d Y u as 0 Y u a q u 4 ! 0 7 D M U 7a1 s �y u 0y O a w d-.i V 0 3 V 0 U -+ V M U ++ W C O M C'0 00 d .2 •-'t Ls.g > M< U-0 0 44 d H 0 -i a w/ --+ U M Y.-4 Y >.V a 0 I.V > 14 K O V C Y O ?. U N >.0 .i Y O >.c-1 F+ f F+ u C.0 C Y 0 0 = b u Y to U a C Y a Y Y G 0 C p Y Isl M U a1 a1 C/ d 0--a :..0 3 es = >.-C--i Y+1 u F. 0 7s C•-i Y C .i >.1r1 C• E I. Y Y t10 on Y W+1 i.+1 E Y p o -+ >. C Fa O O E Y-.i k O caw o >. F. a1...I V J••i p E O.i d CO Y+i d.i a M O F+ o-•I E 61 >.O d O O+/ L O .i Y O C U C Y O -.i Ci .L I. E� O C O C k a+ p 1• a1 f. 4.1 u Y.O o 3 1. LL p,...a C W •0 C Y C 3 la 1+ C.r to q -•• O c.-. ey .�.i O w it O -.4 O m M i. n M O O O •.� as C+0 O O cl-4 q c0 ca u •.q O i. F LoC1C.tommCOms= OmcO-.t �wc -• tdC. � 0zdrU4aC -ro = CO Z .1 O E E 0 Z•.+ U +i U W. U O- 0 U u Y O•-i 14 •-i n U w0 Z M U.3 44 W.G$ W tc• W = .yy. ..-.W Z > -.i W W C=W W Z W.0 W u t:0 .0 •-1 Ln Ous t.1 x C p 0•ni-14 S. O o o x f.. aes 1. Ip. IM. O 0 :d O .Oi y. O O .,Mi O O 0 :L O_6 O 1st r-o �U-1 :L 1>i A u d F• >. >. >, U a1 Y al Y u x to u t >. >, O G >.>. u >.G >.•.1 m 1 u d !1 u CO C d 4-1 M C d C Fr .-1 a-t C = In O C C C d g U d C- Y Y 0.d Y Y 0 d u M Y u -•/U ca q m .i -•. cc 4.1•.i Y r-. O --i -.i w ... O p C O p d a .-. U -.. -i -i 3 M-.i•.i 0 4 -f U -7 U Ln m to 5 mtn V tntnmL)UU V U3tnUUm ..imU O u V tufo V V. m t- to V C. U N ' .a ••. V >. E -. F. d E p a1 0 -+ O w za -. O d b d Ls. cs >. d a n a1 t to .-1-.1 to •-• 1. -i-+•1 M 0 G O to a1 o< C_m -.t 61 ts. .i to d Y a ' .c FI 7 ..i M .. a•Ci p-' c <..a. >.E :. �- >•�. cc .-. C it •moi a01-0 0 .0 a of u 2 w" '� -t 3 E 7 F.]C i. .r O O S..4 - a :.� 3 -.� �. F.3 -4 to C qC.0 a .i p O M •.iI.aF SG = Cs > d C a cl 'a cs Ed �R�.3�•7 C O j E y EIs7- o - m 3 d c >.t: S. o .3 --a J-1 L - - -_3 G el d 6 - y M < q 3 -O •-• 41 a•1 t10 O - Y O S N -a �• - to d - C• - 17 F. - ca O Co O - .O O - O td p C U O ?, qq 4.1 -Y N JJ >. C 3 S. p+. 1. - i. 0 W Ca - C 1. n N N - p t b p E x-.i .i Y 0 E a i-.-. .-4 Y - O - O 14 t•.+ u .i 0 Y m -r C cs ts f+ cd •-i d -. E 14.-.x 7 S. + u C q M H p -. Ca--i 1. C C)-• " C0 JI t U p 1. --. a�1 0 Ca N a1•.1 E.0 p a1 C CO p M Y G$4 M 1. M O C " C 1. 1. -. p a t. •.t 3 to C t. 0 S.b a••t F. cs 0--i•.i p O_ b m w cd C O O G p 1. M t 1. , p 0 0 0 -• t. d C d p-. Z) U -� O ++ M 1 t O 1+-4 0 E 41 C 1+ M C1 u _ � -. .. 5 x .� iZn G.C• C. aa: tntnE-» 3� c. PART I Requirement Any changes in the OEDP Committee, or a statement, if appropriate, that there have been none. A new roster of OEDP Committee mem- bers should be submitted, with indication of their professional status or affiliation, and minority status where applicable. Response Current Roster of memebers of the OEDP Committee is listed on Pagei2. . 7 ws k c. Le i, y h i �r s r _ t 01040 -1- TABLE 01- t,1%TEATS; PAGE Part I 'Any changes in the OEDP Committe, or a statement, if appro- 1 priate, that there have been none. A new roster of 0@P Committee members should be submitted, with indication of their professional status or affiliation, and minority status where applicable." Part II "The activity or nonactivity of the OEDP Committee expressed 3 in such terms as number of meetings held and matters discussed. A brief report on each meeting is required--the submittal of the actual minutes of meetings is a satisfactory way of showing this activity. Indication should be made whether minority group representatives have participated in Committee work, including its planning and programing activity." Part III '51mmary of program activities for the preceding calendar year, 15 • including a description of projects planned, started and completed and Federal and other assistance received." Part IV 'Wajor changes in the area economy, or a statement that there 18 have been none." Part V "Major changes in community facilities and services, or a state- 25 ment that there have been none." Part VI "Major changes in the financial status of the area and its munici- 25 pal governments, or a statement that there have been none." Part VII "Changes in regional relationships, such as becoming part of a 25 multi-county planning district." Part VIII "Updating of the area's development strategy described in the 25 original OEDP and earlier progress reports, including a project priority list." Part IX 'updating of the Committee work plan for the next year, including s0 a list of the activities to be carried out, names of who will assume responsibility, the time schedule, and assistance that will be needed." *farts I to IX are the requirements of "The Annual OEDP Progress Report" as listed bY EUA in its Guide For Area Overall Economic Development Programs (Revised Nov. 1972). f)]0•`f k flVER/JX ECONOMIC DEVELOPMENT PROGRAM ANNUAL PROGRESS REPORT _ r F; - T e F � F 4' - 5 rv.Y M M 2 1977-78 CONTRA COSTA COUMY BOARD OF SUPERVISORS COMRA COSTA COUNTY OVERALL ECONMIC DEVELOPMENT PROGRAM COMMITTEE 01 IL COA'TRA COSTA COUNTY OVERALL ECONOMIIC DEVELOPMENT PROGRAM COMMITTEE September 15, 1977 In the Natter of Adoption of the 1977-78 Overall Economic Development Program ) Progress Report. ) The Committee having been informed that it is necessary to submit the 1977-78 Overall Economic Development Program (OEDP) Progress Report to the Economic Development Administration (EDA) Regional Office prior to October 1, 1977, and This Committee having been informed that it is necessary for the Contra Costa County Board of Supervisors to approve the Progress Report prior to submittal to EDA, and This Committee having reviewed and made changes as necessary in the draft 1977-78 OEDP Progress Reports; IT IS BY THIS COMMITTEE resolved that: 1. The 1977-78 Overall Economic Development Program Progress Report is approved, and 2. Staff is directed to submit the 1977-78 Overall Economic Development Program Progress Report to the Contra Costa County Board of Super- visors for review and approval prior to submission to Regional Office of Economic Development Administration prior to October 1, 1977. PASSED by the Contra Costa County Overall Economic Development Committee on September 15, 1977. L7_{_ 11 t l ayne' z, Chairper5 iaxard Abelson, Vice-Chairperson 01037 CONTRA l'U-1A COUN''TY OVERALL ECONOMIC DEVELO!'MENf PROGRAM COMNITfEE September 19, 1977 Warren B. Boggess Contra Costa County Board of Supervisors 2700 Concord Avenue Concord, California 94S20 Dear Supervisor Boggess: The Overall Economic Development Program Committee hereby submits its recommended 1977-1978 Overall Economic Development Program Progress Report for Contra Costa County. This Program has been developed with the active assistance of represen- tatives from the cities, minority groups, and a wide range of persons and organizations interested in the economic development of the County. Upon Board review and approval, the Program should be submitted to the Regional Office of the Economic Development Administration (EDA). EDA approval of the Program is necessary before the cities, county, and private organizations can submit proposals for funding to EDA under the Public Works and Economic Development Act of 1965. The OEDP Committee urges approval of this program by the Board of Super- visors. Sincerely yours, �N r Jayne Ruiz Chairperson JR:jyl enclosure 01.031 IIlo first ovetint; of t11r CO3L+<ittce +:i" "o .alt "c01*;;:+r-i-:ltioa:r l" Inc 4L.E II[-. alld t•:.ilI ilie ltt.lr: tlttrtxluctioil of %taff Introduction of Comntittve mmbers - histribut ion or draft lly-laws Itiscpssiolt tit' future mrctilln dates, time. .11141 location General discussion %,f tltr LIMA'. ftluction c11. the Cmnrittee, and4 development schedule - , lketing No. 3--7:3*0 Z.ta_ 'iluursdal, April A, 1976 Iltc second =voting of the Co1:alittee will be an "orientation!' >«cting and trill inciudez - Consideration and adoptiotl of by-laws - ['lection of Committee officer- - Introduction of Mr- [io-gh Taylor, I-DA rcpre%vittative, hill) will discuss-, the OEDII and provisions of the Public Works and licummic itetelopmcnt Act ot 1965 - Pre.-entati-en of hark prtwram and schedule for development of the OUDI, - Presentation or prelimitr_try and partial draft of the socio-economic data por- tion of tits O 111' STAFF S[1P1,01CI• CcorLc .lohnsun ha:: been asci;nvd to stafi tllr 01:1W Committee. As staff he-Kill lie re%pon%ible for- - Obtaining Weting space - Noticying Me-Abers Of mctings - Preparing agenda ['re[>tirinp minutes - Preparing the 011111 dectawat. George .lohnson i- located ;u tltc CAmtra Co::ta Comity Planning 11cparta mt, Fourth Floor. Ak-#rtlt King of the Ca+utty Administration Iluildingat Pine and Escobar Streets in Martinez. 7:tr mtii;liu'. address is P. 0. lloz 951, Kartinez, CA 54553. Please contact him .if you Harr questions regarding any of these =ttors.(372-2035) 3/25/76 0103.5 l t)YIiLML L.. 'lima . . : ,:E I'1tILah'I t:.. M . iK 1'UI:PUSE OF 01'111' tXlWIT11.1 The major purpose of prgmdng; and maintaining an area's Mralitticonomic Develop- went Program -is to enalslt: the County, cities, industry and business to apply for funding under the Public itorN and Economic flevelopment Act of 1965, as amended. This is a limited Federally funded program to finance certain actions to create jobs by helping business organizations to move into the County or to help those already in the County to expand. .�If:�U3l:ItS11IP The OEDP Committe4i is representative of the community anti has membership from a wide range of public and private organiZaL ions aS Well as a proportional repro- Scntation selected fron minority groups within tin• County. Tho board of Supervisors ha% authorized an 01.1111 Committee of 44 mcmbcrs�to be representative of: Cities 14 Iunc from each city except Richmond which has nun program) County 5 (m ncorporated areas) Business L Tinance 3 Organized tabor 7 Agriculture 3 I=ducati on Utilities 1 Railroads 1 Conservation groups 1 Physically Handicapped 1 Senior Citizens 1 'Lsngroa4r Proprams t Citi::en Groups 1 Minority Groups 9 BY-LAWS MI 01-1-ICGgtS Ihe adoption of operating by-law-, and election c,f officers shall 'take place at the second meeting; of the Ons mittce. Tbc saigcsted by-lints follow the Form adopted by the County for use by County' Service Area.Citizens Advisory Comaittees, but as modified to meet the requirements of the 01-1111 planning process. NILLTING SOMIUMS The deadline for suluaittin^ t1:.• 0111' to the federal licuuvoic Ihveluptuent Adlninis- tration is My il, 1!17o. It, odor to *,:-t this v:adlinc, tilt (TLI11' runt he com- Islrt:rd and ;obioitted to the Board of Supervisors for ret:ica and action prior to Ata>• 18. The UHDP Committee will be meeting weedy during; Ole saonth of April and into the first wevhs of May to develop the program. After that, it is most likely that the Committer will meet no mon than once every two or three months. The first two meetings of thts Coms3ittce have bcvo scho_dulud by -Lahr. Thy! Gum- mittee will schedule the specific dates, tits.; and locations for mrvtings after that. IM 01OM S t i- I U t i on S 4. Orgauizxd Libor Weiftral L-1; Council . 11ttilding Trades Council, Ifamstersi S. Apricul t tire (Large Grouer, -13rd Ili st r ic I.. Al-r i cut turn I Assoc.. , Farm Advisor) G. Htilities and transportation EWA), i*ailroads) 7. Education (llepartme.ut of Education) 8. Other.Groups (I-eal-tte of Women Volvi-q. Youth, Senior Citizens, Physi- rally Handicapped. *rhe Disadvantaged) J. Itacial Minorities (in proportion to their number in county population) Upon authorization. I shall contact the groups outlined for suggested nominations, and my stater will facilitate the required minority caucus to select minority representatives. A listing of names nominated will be furnished for consideration or the I;oard. 'Ilse Poird could that appoint mcul%crs as it sees fit, except that the number of minority Meal- hers will be determined by the total rime or the ammutee, and the minority mcphers shnuld be selected from among names provided by the minority groups. AAI)/ra I �2 A 01033 Ai thur G. ti l l • . I, I�rn:�ry .'I, 17Th the acceptant— ,t" the plan ' iA il„c = tu,t . in i�_ 1l. l rn idc funds for asp i a:ut.c _ It d„• noweve•r. Prov id,• the ololan•tun i Ly for public and private inter• .1 s to submit appl icat ions for grants and loans to IAA ttu seek support for indivithial projects. It. City Interest Tito Cities of Antioch. Rrcntwtxul, Pittslmrg and Stn Pablo have urged the Cotmtr to prepare an 01:11' in order that projects within their areas could in turn be wade eligible for snhmission. e. federal Requirements Federal regulations provide that the 01:1)1' contain the following in forrw tian 1. Organization 11. The Arca and i to Economy III. Potentials for Economic Development Iv. Development Strategy V. Committee Work Ilan The regulations also require establishment of an OI:UP- Committee with primary responsibility for the preparation of the OIiUP. The Committee must he representative of the total county, so that all viewpoints are eollMdered .:trul all available local skills are engaged in OI:I)P preparatirnt. final adoption of the OI:DI' must be by the Board of Supervisors. T11e regional office of 1:11A h:r% informed the County that the 01:01' must be received by June 1. 1976 ill ordrr to he reviewed and approved by .111110 30, if any applications for grants or loans are to be funded in . the fiscal year starting October 1, 1976. 2. Proposed Process In order to comply with the federal rertilations :told submit the 0EUP to Regional EDA on May 31, 1976, the following process is proposed: L. Authorize preparation of OGDI' and cxtabl ish 01i11' Committee. 2. Nominate and aplwtint Committee (including minority representation per statute•), nottl orient Committee. 3. Collect and :ut:tly:.e statistical data. d. Identify 1>.►tcutial ernnomic devclopm of program areas. S. Develop reali:tic economic develnq►pumt program activities. G. Prepare Olarl' doctlW11L, rcvicw, uhtain approvals, :md %trhmit to I:DA. 3. OI-.Dp Commi tier Cnmlu►s i t i un The 01:111' Committee witst lie representative of the affected population of the coturty, and should include representatives from the following groups and organizations: 1. Board of Supervisors 01032 CCtNTRA Cr1)1.1t'( PIANNIM ''' t'ARUAI.Tif TO: Artht►r G. Wi 1 I DATE: Fehn►ary 24, 1976 Comity Administrator FROM: Anthony A. 1►rhaesus SUBJECT: Overall Economic Director of Nautili Devclupwnent Plan Pursuant to your mcmor ndttm f February 20,' 1976, which requested me to make arrangements for hr preparation of an 01:1111 For the County, we have developed a preliminary work program for this undertaking. To assist in implementing this Stork program, I would Iike ,you to include in your agenda for the next hoard mectior, an item designed to accomplish the following: 1. Authorize the Planning Department to prepare the 01:DI'. 2. Establish an 01:011 Committee (arca development group) pursuant to the Federal requirements for the OEDP. 3. Authorize the Director of Planning to nominate certain representatives of the community to woltership on the OI"sltl' Committee For consideration of the Board, with appointments to lie made by the (Board at a subsequent meeting. 1. Background a. County Eligibility In August 1971 Contra Costa County was declared by the U. S. Economic Development Administration (111A) as eligible to apply for designation as a Title IV Redevelopment Arra under the Public Works and Economic Development Act of I9hS as amendrd. This declaration applied to all five Bay Arca cou►►t ies, based egntn a high unemployment factor. 'This act provides federal assistance to States and localities, to citable areas and regions suffering economic distress and tabor surplus to help themselves develop long-lasting economic improvement and creation of permaneut jolts. Ave Act emphasizes long-range planning for eco- nomic growth and provides olgw►rtunity to request technical assistance, public facility 1;1ants and loans, lwtsincss loans and getarantecs and other assislaure as loots to mutq+len.nt. these lolaos. Federal 1•unds available are ►aro limited at this time. In order for tl►r ruunty, the various cit.ics and/or private indivi- duals and organizations to be cligiittc to apply for assistance, it is necessary for live County to submit an Overall Fconomir Develop- ment Plan (011)1') which can be certified as adequate by I:DA. oiV0 RECEIVED CONTRA COSTA COUNTY PLANNING DEPARTMENT S E P.�6 1911 J. R. OLSSON CLERK BOARD OF SUPERVISORS TRA COSTA CO. ,De TO: Arthur G. Will DATE: September 19, 1977 County Administrator FROM: Anthony A. Dehaes SUBJECT: 1977-78 OEDP Progress Report Director of Plann' In early 1976. the Co ty Board of Supervisors authorized the preparation of the Initial Overall Econom c Development Program (OEDP) Report. The action of the Board was based in part, on two factors: (1) the high and persistent level of unemployment existing in the county, and (2) the urgent and persistent demand made by the various cities of the county, particularly the Cities of Antioch, Brentwood, Pittsburg and San Pablo. The attached memo dated February 24, 1976, provides information regarding the design and processes required by EDA for preparation of the OEDP. On June 15, 1976, the Board of Supervisors approved the 1976-77 Initial OEDP Report. The attached "Summary of the Contra Costa County Overall Economic Development Program for 1976-77" provides highlights of the adopted plan. This program was accepted by the Federal Economic Development Administration (EDA) and subsequently proposals were submitted by six cities and the county for funding under provisions of the Public Works and Economic Development Act of 1965. To date, none of their proposals have been funded. Under provisions of guidelines established by EDA, it is necessary that an annual OEDP Program Report be prepared by the local OEDP Committee to obtain recertification of the OEDP. With help of staff of the Planning Department, the attached 1977-78 OEOP Progress Report has been prepared and adopted by the Contra Costa County OEDP Committee. By resolution of the Committee, this report is forwarded to the Board of Supervisors for review and approval prior to sub- mittal to the Regional Office of EDA. Submittal is due before October 1, 1977. 7'he Progress Report indicates that the Strategies for Economic Development remain the same as adopted for 1976-77 program year. The Committee Work Program consists of the limited number of meetings necessary to develop the 1978-79 Progress Report glue to EUA by June 30, 1978. Please include an item on your agenda for the Board meeting of September 27, 1977 to accomplish the following: 1. Board of,Supervisors to be notified of the receipt of the approved 1977-78 OEDP Pr1ress Report from the Contra Costa County OEDP Committee, and 2. Board of Supervisors to review and ap rove the Progress Report and authorize submittal of the 1977-78 OEDP Progrr Report to gegional EDA Office prior to October 1, 1977. U10v ticrofilmed with board 0""' In the Board of Supervisors of Contra Costa County, State of Califomia September 27 ,19 77 In the Matter of 1977-78 Overall Economic Development Program Progress Report and Authori- zation for Chairman to Submit the Report to the U.S. Economic Development Administration The Board having been informed by the Director of Planning that the Initial Overall Economic Development Program (OEDP) for 1976-77 as approved for submission by the Board on June 15, 1976 has been accepted by the U.S. Economic Development Administration (EDA); and The Board having been informed that it is a requirement established by EDA Guidelines that an OEDP Progress Report must be submitted each year in order to maintain the eligibility of the county and the various cities to participate in programs funded by the Public Works and Economic Development Act of 1965; and The Board having been informed that the Contra Costa County OEDP Committee, with assistance of staff of the Planning Department, have prepared the 1977-78 OEDP Progress Report; and The Boara having been informed that at its regularly called meeting of September 15, 1977, the Contra Costa County OEDP Committee, by unanimous vote, did resolve that: 1. The 1977-78 Overall Economic Development Program Progress Report is approved; and 2. Staff is directed to submit the 1977-78 Overall Economic Progress Report to the Contra Costa County Board of Supervisors for review and approval prior to submission to Regional Office of Economic Development Administration prior to October 1, 1977; IT IS BY THE BOARD ORDERED that receipt of the 1977-T8 Overall Economic Development Program Progress Report is acknowledged as presented, and that the Chairman of the Board is authorized to submit the 1977-78 Overall Economic Development Program Progress-Report to the U.S. Economic Development Administration. 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 ofonnafd. Orig; Planning Department Wflnes my hand and the Seal of the Board of cc: Economic Opportunity Comm. supervisors Economic Development Advis�^;-_S=d ads27thday of Sentember . 19 77 County Administrator Cour.'v Auditor J. R. OLSSON, Clerk Deputy clerk y Jeanne 0. '£agl io In the ^oa,c Of Supe,Yiscrs OR Confro Ccstc Ccunrv. Sccfe o; Cefiia;til: �eate�;,er t7 19 77 fa the Matter of Cct3: eticn of irri-.ate -" ate tr in ;:a;or 432-M Area. The Di_-ectcr of Building inspeetien having notiried this Board of the ccapletioa of private improvements in V.ajor Sutdi- on li927, 11amo area, as provided is the agreement with !' . George 11 ovich, % pot-iders i'itle Cc=pany, IS12 Galindo Street, CancOrd, Ca 9L520, ae—'z0ved by this Board on J=ie 21, 1977; IT n BT ";1S B0ZD rt'-EM) that the private i move rents an said major 51&'dicis a are hereby AC GUIM as complete. IT IS BY i� BXiD FOrrr—ER GRID that Surety Bm d No. M9303, :Lowed by Fidelity and Deposit Cony of uar land in the QacL.t of S-s'50() and payment Bard in the a--Gtmt of S9,250 issued as security for ,he above agreement, is hereby r"XC3-.A . PAWM by the Board on September 27, 1977. r Y Fi I hereby codify that the foregoing is a true and coned copy of on order adored on the minutes of said Board of Supervisors an the dote aforesaid. cc: G. gar+„_z:o•rich Witness my hand and the Seal of the Board of Building Inspection (2) Supervisors affixed this-22thloy of c aP 1-,, 11Ar 19 77_ J. R. OLSSON, Clerk By�:,.fr. , •i�. � j'v f'L Patricia A. bell Deputy Clerk 0102P81" PROGRAM BUDGET Number 2 8- 6 • O - 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal-Funds) (1) Participant wages $ 211,006 (2) Participant Fringe Benefits 63,826 (3) Training -0- (4) Supportive Services -0- (5) Administration 34,685 TOTAL (Agreement Payment Limit) $ 309,517 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgraatee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of bunds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FY 76-77 Federal CETA Title Il Grant (2) New Funds from County's FY 76-77 132,174 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 177,343 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 304,517 Initials: Subgrantee County Dept. 0102'x' i MODIFICATION SPECIFICATIONS Number 2 Q V - `�(� 7 "Q ` 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby.nodified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsea, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, subs it lute Program Budget, attached hereto and incorporated herein by reference. S. Ghange in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job employment Only "a. Job Title Positions (Man-!baths) (!fan-Months) Security Officer 3 27 -0- Maintenance Aide 8 141 96 Building Inspector/ Maintenance Aide 1 21 12 ManagewAst/Maintenance Aide l 21 12 Clerk 3:, 63 36" Initials: Subgrantee County)Dept. -2- 0102 MODIFICATION SPECIFICATIONS Humber 2 8- 6 7 8 - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 177,343 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from Member 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgraut Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 132.174 to a new total of $ 309,517 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change is Crtunty's 8epresentative. All references in this Agreement to the County "Civil Service Department'�ara hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Cha a in E1" ibilit Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New TitleVI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)] which in relation to family sire is at or below either 70 percent of the lower living standard income level established by the D. S. Department of Labor or the poverty level established by the D. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFH Subtitle A. Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: �� ubgrantee M.ty7 Dept. -1- 01025 SDBCRANT MODIFICATION AGREEMENT CELL Title VI Subgrants) Nuaber2 8— 6 7 8 — 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-678-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: HOUSING AUTHORITY OF THE COUNTY OF CONTRA COSTA Capacity: Public Agency Address: P.O. Box 2396, Martinez, California 94553 3. Modification Date. The effective date of this Subgraut Modification Agreement is October 1, 1977 4. Modificatian SS ecifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications^ attached hereto which are incorporated herein by reference. 5. Iegal Authority. oris Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Scat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By B7 iLLr2zzd- Des2.guee WIVE WEa .^^..^^'',,,,,,�� (Designate official Capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: Fiscal Director Designate Official Capacity) (Form Approved by County Counsel) Date: 01624 PROGRAM BUDGET Number 28 - 655 - 5 1. PSE Program Budget. Subgrantee aball conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 346,871 (2) Participant fringe Benefits 84,849 (3) Training 1,165 (4) Supportive Services 586 (5) Administration 504 TOTAL (Agreement Payment Limit) S 433,975 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement. County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FT 76-77 Federal CCU Title II Grant (2) New Ponds from County's FY 76-77 197,652 Federal CETA Title VI Grant 236,323 (3) New Funds from County's FY 77-78 Federal CETA Title VI Grant TOTAL. (Agreement Payment Limit) $ 433,975 Initials: N W Subgrantee County Ikpt. 01.023 MODIFICATION SPECIFICATIONS Number 28 - 655 - 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (U). (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, ot the Program Operating� is hereby modified to read as follow "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. chanite in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-months) (Man-Montha) Recreation Aide 1 .7 -0- Recreation Aide 1 21.0 12.0 Street maintenance Trainee 7 147.0 84.0 Gardener Trainee 8 163.6 96.0 Intermediate Typist- clerk 2 42.0 24.0 Intermediate Typist- clerk Trainee 2 42.0 24.0" Initials: yV1- 6J S guantel CountT Dept. -2- 01022 MODIFICATION SPECIFICATIONS Number 28 - 655 - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 236,323 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 197.652 to a new total of $ 433,975 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Rising of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Nanagment and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) In unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. itials: N1. :J grantee County pt.01021_ SUBGRABT MODIFICATION AGREEME11T Title VI Subgrants Number 28 - 655- 5 8 _ 655- 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-655-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title oI Public Service Employment Program for CBTA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF SAN PABLO Capacity: Public Agency Address: 2021 Market Avenue. San Pablo, California 94806 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTYY1 OF CONTRA COSTA, CALIFORNIA SUBGRANTEE n n ByL^ � B �. ✓ Y L— 24 Des.gnee rt Designate of .tial capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: City Clerk De�s�.Lg/nate Official Capacity) B7�lt-_lam? y��.-�-r..✓ (Form Approved by County Counsel) Date: Rocember 23. 1977 01020_ Bfron Union School CONTRA COBTA COUNTY AOYTC 1 Sox♦A. SVACH. CAU r, 919I4 rtLcwMOMC {illi 6316-2130 Be" t PhIsOweda ByronUnion School District wishes to participate An the Contra Costa County CETA VI PSE Subgrant ,Modification Agreement, and hereby 1) authorizes the District Superintendent, Ted R. Hanberg, to execute all Agreements pertaining to the Title VI PSE Sustainvent Program. Certified bys wow- Official Capatity _ n Da t ®�19 PROGRAM BUDGET Number 2 8 — 6 6 5 — .5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 32,284 (2) Participant Fringe Benefits 7,355 (3) Training -0- (4) Supportive Services -0- (5) Administration 4,592 TOTAL (Agreement Payment Limit) $ 44,231 b. Monthly Ezpeaditures. Ezpenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under,this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FY 76-77 Federal CEPA Title II Grant (2) New Funds from County's FY 76-77 20,470 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 23,761 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) S 44,231 Initials: 16 nbgrantee Count Dept. logo J 01016 MODIFICATION SPECIFICATIONS p 665 —.5 + Number 2 8 — 6 6 5 —.3 "(2) a veteran who has served on active duty for a period of more than 180 days or mho was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the tine of application for participation in Title V1. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely," 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring). page 2, of the Program operating Plan is hereby modified to read as follows: "6. bMial Subareas for flim. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsea, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. RevisedProgram Budget. 'fie Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications- Subparagraph a. of Paragraph 1. (PSH Job Positions) of the Program specifications, as set forth in Paragraph 1. (Program), page 2, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total PY 77-78 Bomber Duration of Employment of Sob Employment Only "a. Job Title Positions (Man-Months) (Man-Months) School Nurse 1 19.4 12.0 Teacher aide 1 19.2 12.0 Teacher-Recreation Director 1 14.0 .12.0" Initials: � . =grantee unt Dept. MODIFICATION SPECIFICATIONS 9 R Number "" " — 565 - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 23.761 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 20.470 to a new total of $ 44.231 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Bepreaentative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" sad all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." S. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. kEligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligiblity Criteria. Fifty percent (SOZ) or more of such new participants wili I b ,hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 99 CFR Subtitle A, Section 99.42 (a)(2)1 which in relation to family size is at or below either 70 percent of the lover living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhoustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. ials: uu g� County pt. -1- 0101 SUBGRANr MODIFICATION AGREEME11T CET& Title VI Subgrants Nnmberq� 8 _ "6j 65 1. Identification of Subgrant Agreement to be Modified. Number: 28-665-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: BYRON UNION SCHOOL DISTRICT Capacity: Public Agency Address: Rt. 1, Box 48, Byron. California 94514 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. the Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CET&). as amended (P.L. 93-203. 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By4,4 Z&" By Designee (Designifte official capacity In public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) BX Designee ATTEST: /70" &�aJ 4� e .(fin., , r Designate Official Capacity) By. (Form Approved by County Counsel) Date: �3 17 r 0101.5 PROGRAM BUDGET Number 28 - 658 - 5 1. PSE Program Bu et. Subgrantee shall conduct its CETA Title VI Public Service employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 195,000 (2) Participant Fringe Benefits 65,359 (3) Training -0- (4) Supportive Services -0-- (5) Administration 8,078 TOTAL (Agreement Payment Limit) S 268,437 b. Monthly �penditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County s payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line-item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability o funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 65,989 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from county's FY 76-77 52,129 Federal CETA Title VI Grant (3) New Funds from County's Fr 77-78 150,319 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 268,437 Initials: rantee CounCy pt. 01014 MODIFICATION SPECIFICATIONS Q Number 2 Q`) - 6 XC 8 — 5 "(2) `A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persona specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent Possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Siring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, gnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. _Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Typist-Clerk 1 21 12 Park Caretaker 1 21 12 Public Service Worker 5 105 60 Mater Service Man 1 21 12 General Laborer 4 78 48" Initials: gSub raptee toasty Pt. -2- 01013 MODIFICATION SPECIFICATIONS 28 - 658 - 5 Number In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgraatee under this Subgrant Agreement by $ 150319 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 118.118 to a new total of $ 268,437 3. Amended Federal Rejnlations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Ch!Me in Eligibility Criteria. Subparagraph IN. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI El'!i ilitty Criteria. Fifty percent (50Z) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A.member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)1 which in relation to family size is at or below either 70 percent of the lower living standard income level established by the D. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: i Sift-ranee County Dep[. -1- 01012 SUBGRANT MODIFICATION AGREEMENT CHU Title VI Subgrants Number28 - 658 - 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-658-4 Department: Civil Service (hereinafter changed to Boman Resources Agency Manpower Project) Subject: Administration and staff services to provide a CEU Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. the County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF MARTIM Capacity: Public Agency Address: 525 Henrietta Street, Martinez. California 94553 3. Modification Date. the effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. the Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. oris Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 OSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CCOONTTU COSTA, CALIFORNIA SUBGRANTEE Designee City Manager Designate official capacity in public Reco®ended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) Sy Designee ATTEST: Designate Vicial Capacity) By Lawrence J. Kowalski (Form Approved by County Counsel) Dace: December 27, 1977 01011 r I i BEFORE THE CITY COUNCIL OF THE CITY OF LAFAYETTE t 1' IN THE MATTER OF: Approving a Subgrant Modification ) _ Agreement for CETA Title II Funds ) RESOLUTION NO. 6-78 C t I' The City Council of the City of Lafayette, California I RESOLVES: 1. That this City, a Public Agency duly constituted } }111 and existing under the laws of the State of California, is j 1i participating in the federally funded Title II Public Service Employment Program, pursuant to the Comprehensive Employment ! and Training Act of 1973, as subgrantee to Contra Costa County, a prime grantee. j f 1 2. That Subgrant Modification Agreement No. 28-607-6 with the County of Contra Costa for Title II Comprehensive Employment and Training Act (CETA) funds, for the term from ! 1 + November 13,1977 through September 30, 1978, a copy of which is attached hereto, is approved. t j3. That the Mayor and City Clerk are hereby directed 1 to execute said Agreement on behalf of the City: and to execute ##� any bonds or other documents required in connection therewith. 1 PASSED AND ADOPTED by the City Council of the City of ' t` Lafayette on January 23, 1978 by the following vote: AYM: Councilmen Langlois, Poche, Tuttle and Wasson i and mayor Robinson. NOES: None. y ABSLNT: :;one. i KAYOR Attest: t� i clzY CLERK Certified as a-True Copy 01010«IMr ai-�Mrn w.AYE TTE.CAlI,OAMIA r co .•/ t P1.p00 •Ohhh.•fmv Nv.DV NN.�.•101'fdNONe•fm�1 n O.NaN OO v.O MID P1 ClN m.0 O a A10 A10NNAm N.tA _ 1O_w! IctC %DlO� 0Nt NOO.r ANON wl MPf.■O�Pf�►• 96.4 t^P .Ohd W Nvh Y0aft 0 NOv go 1f1.0.4-11 .v vNOH hO v a 0. W N Od d N 10 P1 d on 4?%D P11'1 v0■f A Z C.O . N N.4.•1 .i N .� N N i0 O W H N ' S7-O M i N v - N U ba .D O.Pf r,r, AO.i.•f A a N N ON 0100 U1.4 A eV♦A.'f 0 0r1v C7 O h OiN/►011'1 m.4 Ifl N.•lh AOAl•f 0l a Oml•f nl rW.i 10 A 01011f H =Pi.V Oc•1Nh1VO N.•1vv1VNCOO.DNOOr101rtt -etw1wir Vf w%dv r.-a -4 N r,-1 A 0.0.'1 h h lVNn1A+1ONV000d0 N.�y.•IN 11'f- .N�NNMINN1•1/•1.d 1CN10 M1�vfNNr1A0► 40 - aWG Sdc Ad c - U OC O M O 61 U M Q H O .� .rP1aa.� at•o•�aaaavla•e.�v♦.1�♦vwlrfa W W N P1.ilp A Q 1P1 O.•1 t lr1 1D M f+C O.O!•f d N N!•f a O.n/ NV OOO Q.D UD %fall-1.•1.iNri.i rlN nlNN..INNN/•1/•fNN F m°� .D.0.0.D.D .0.D.O.O.0 1D 10.D.O.0.D 10.■.0.0.o.D 10.■.■.O.0 1■ w151 n000ml00000e00000 111111111 / M N N N,N N N N N N N N N N N N N�N N 1/01t N N N N N N N N w�7 H N ' H y< • L Y Y 7 Y O Y O • ■ vl ■G7 • Y V tl 0 N O Y"a O a•V u Y Y A Y Y 1r S. O OY p M O LOi Y L ■ ■ ■ d(� 7 Y•111 .i Q Q • D r v.+ e u g o C ■A 2. .1 Y.i Q•1 w O ...1 u.4 w u.-t P ••1 a 1+• A .1t u u O ,.•1 OQi w /.,C O w,C Q.ei O O�1 W w•.OIU O OL u " w u 0 u u.a QL Ow .1! O u.am ■ ■wL-avl O u=.4.i u ■W O.0 w O •.1.. a lr O N of 11 C M O O O Y U o o Vl w�O t O N O C Y. b L OI OC O 4 W 9 C u a0 e u u 0 o O G 'O •.'1 Y ►1 M.g V U ...o o j V ..Q O`O L L d 9.g S v.IA W O O S V q W U N V u o O 9 viz O Y W V O w O O G G. 7 .•/.1•O C L L C W.•1 G V v.r. 0 U'I O v. M G V U O u a. C W C N 7 U U O .� O a v.l C C ... d L. L.-1 Lu t w 4 w C•-�.�O•� iJl N •a C O w O q C 7 v -.. u d O Q LI O.•l d O� 6 0 C M w C qL O w q V N 7U sn Z v'a u C O q U.-i C C O C oG w O G < 3t O w ci N a.'i. •rl L c O C w W - V c W.1d W W o o c u O.? T ■ w A d C 7 C E fl O C c O C O O O O O D O O O V T Vf �+ N w G ■ •+ G ■ C O d o U O C V R2 O u C L T. 1+�1 a G 4'O o E _ W Cl w 0 j, C w L Y w g O Y C F LV YYV V w-1 w Y 07 4.-. +��+ -� 1. o • a w V C A e u 7 0 V Z •.'1+4-1 L1 M .A..1•.1 C L, A O C C N 6 0 L e L...1 99 O E O N O V Y � L7000U UUU<aC'7}L.a -7tSS00`oGH< W6.SW Y C O -i!V ell'a.fl wD1►O 0.0 N N 1.1.T Yl.O h O 0.0.•1 N 1.1 v V1 O h 0 0. i0 N N N N/V N N NN 1009 r In the Board of Supervisors of ;Contra Costa County, Stott of Colifornm December 20 .19 ,jam in the Aitdtw of Authorizing the Director, Hums, Resources Ageacy, TO Execute Sub=rant Modification Agreements with 29 cETA Title II Public Service Fnployeeat Program Subgramtus The-Based hewing sachorized, by its Order dated Angaet 16, 1977, execution of Modification #706 (renumbered by DOL as #806) to the County's cETA, Title II Grant #06-7001t.-21, thereby applying to this II. S_ Department of Labor for $2,056,570 in now fumda to be allocated amoag designated CLL Title II PSE Subgramteee as recommended by this County Naspower Advisory Council, for continued operation of the County's f..rTA Title.Il Public Service Employmmac (PSL) programa in Federal Fiscal Year 1977-78, including operation of 30 programs knows, as "CEU Title II PSI Programa," which are currently authorized under Subgraet Agreements covering the period from October/l, 1976 through Movember 12, 1977; and She Board hawing authorised, by its Order dated Now—bar 22, 1977, . execution of a Subgrest Modification Agreement with, the City of Pleasant Hill, one of the thirty aforementioned progress, for continued operation of its CEL Title II PSE Program through September 30, 1978; and The Board hawing considered the recommemdatiom of the Director, E== Resources Agency, regarding the need for prompt execution of-Subgrant - : 2iodification Agreements with the remaining 29 Subgramtees, for continued operation of their respective approved CZ-TA. Title II PSP Programs for the extended period from November 13, 1977 through September 30, 1978, as speci- fied in the attached "CEL Titla II PS: Subgrest Modification Agreement Specification --t," in order to assure conformance with the plans and objectives establish" in the County's CZETA Title II Crant Modification #8069 and in order to assure comtinaity of operation of the-County's existing CEL Title II PSL Program"; IT IS By TIM j0AW On g= that the Director, Human Resources Agc=y, is AVr30W''LD to execute, on behalf of the County, standard fore Subg;ramt Modification Agreements with the 29 current CM Title II PSE Subsrantses identified in the attached "CEU Title II PSE Subgrast Modifi- cation odification Agreement Specifications girt," with said Subgramt Modification Ag;.va+emts to mtend the Sebgreat IS, -tum for the period from Mwembee us 1977 throsgh Septembmr:30, 1978, for coWdue d oferatiou of each Subgramtee's respective CEU-Title II PSL Pregram, as presently autborismd under the Subgrant Agreement referenced by number and subject to the New Subgramt Agreement Payaemt Limits set forth in said Chert, and under terms and conditions as mors particularly net forth in aaid_staadsrd form Subgrant ]codification Agreements. PASSED BY THE BOARD on December 20, 1977. 1 hwvby csrKip that this iangeiwg N a true and coned copy of an order sedw d on fhis minutes of said Bawd of Supervwe.s an the daft derneisid. Orig: Haan Resources Agency Mfi*res my hand and the Semi of the lewd of Attn: Contracts S Grants Unit Supervirers cc: County Administrator afFad #AS20thdcry of December _ 19 77 . County Auditor-Controller county Manpower Project Director J. R. OLSSON, Clark Subgrantee 8rne U. l i7lC• -�..r CgMy CIO* eanntkagli KI 01006 I . J kZrr:d; PROCPA.'S BMET 28 - 607- 6 1. PSE Program Budget. Subgrantee shall conduct its CETA Title 11 Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category. (Federal Funds) (1) Participant Wages $ 34,986 (2) Participant Fringe Benefits 7,451 (3) Training 200 (4) Supportive Services 1,000 (5) Administration 1,200 TOTAL (Agreement Payment Limit) $ 44,837 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from the County Manpower Director, or his designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgraut Agreement $ 1,772 (2) New Funds from County's FY 76-77 28,250 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 4- Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 30,022 (4) Deobligation of Title II Funds For Transfer to Title Vl* _($ 9,345 ) FY 76-77 Title II SUBTOTAL $ '20,677 (5) Initial 6-month Economic Stimulus Allocation $ 3,553 (6) FY 77-78 1011 month Sustainment Allocation 20,607 TOTAL (Agreement Payment Limit) $ 44.837 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the fore and canner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. _ Initials: 01007 Subgrantee CountylDept. J !lODIFICATION SPECIFZCATIONS um Nber 2 "R - 6 O 7_ In consideration of Subgrantee's agreement to continue employment for CETA Title II participants under its CETA Title II Public Service Employment Program Subgrant Agreement for an additional ten and one-half months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement. County and Subgrantee agree, therefore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of 'Perm. Paragraph 3. (Term) of the Subgrant Agreement is hereby further modified by extending the termination date specified therein from November 12, 1977 to September 30, 1978. 2. Payment limit Increase. Paragraph 4. (Payment Limit) of the Subgraat Agreement is hereby further modified by increasing the amount of the payment limit specified therein from $ 24,230 to a new total of $ 44,837 3. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 4. Change in Selection and Hiring. Paragraph 5. (Selection and Hiring), page 1, of the Program Operating Plan is hereby modified to read as follows: "5. Selection and Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, hest Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruit- ment efforts shall be directed at these subareas of substantial unemployment. Subgrantee shall establish and maintain adequate documentation of each applicant's eligibility, retain the information on which this documentation is based in a participant's record file, and retain the applications of persons not selected for participation and the reasons for their nonselection, pursuant to 29 CFE Subtitle d, Sections 96.25 and 98.18(6)." S. Revised Pro ram Bud et. The Program Budget, as modified, is hereby deleted and replaced by a new, s statute Program Budget, which is attached hereto and incorporated herein by reference. 6. Change in Program Specifications. Paragraph I.a. of the Program Specifi- cations, as modified and set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles. Positions (Man-Mouths) (Man-Months) Administrative Aide- Recreation 1 23.0 12.0 Typist-Clerk 1 18.0 12.0 Laborer 4 7.8 -0- " Initials: x6?— - SuSu gCountylliept, 010M SCBGRANT MODIFICATION AGREEMENT CEU Title II Subgranta 28 - 607 - 6 Number 1. Identification of Subgrant Agreement to be Modified. Number: 28-607-4 Department: Civil Service/Human Resources Agency Subject: Administration and staff services to provide a CELL Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement #28-607-5: June 15, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF LAFAYETTE Capacity: Public Agency Address: 975 Oakland Street, Lafayette, California 94549 3. !Codification Date. The effective date of this Subgrant Modification Agreement is November 13, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Le al Authorit Ztiis Subgraat Modification Agreement is entered into under and subject to t e o owing legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 OSCA Sec. 801 ff; California Goverment :ode Section 53703. 6. matures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SQ$G By &"-4hlZl& $y Designee MAYO Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) $y Designee ATTEST: E. C. MARRIUER, City Clerk � (Designate Official Capacity) C�Gi. Ry ? Date: January 23, 1978 (Form approved by HRA Contracts Adainistrator) 01005 lined Wtffi bid atm �� Jammy lT. (1)'[8 of The Hoard of Trustees of the John Brett Unified School District, at its regular reefing of January 16. 1978. approved the fol3oring action.vhlah was mads by member Edward L. Broglie,and seconded by member Charles J. Bohligt "The Jobe 8ratt Unified School District hereby autberises the Business Manager to prepare the necessary contracts and specifications to extend C.S.T.6. VI Public Service Unloysent Program as per contract 26-666•-5 with Contra Costa County thrnoa3 Septarber 30. 1976." Clem DmfV=,fJrV. 8aparintendent "Cretat7 to tw Governing Hoard BZT:eo J�• 01004 PROGRAM BUDGET �+ Number 2 "R _ V 6`�/� 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 123,160 (2) Participant Fringe Benefits 38,685 (3) Training -0- (4) Supportive Services -D- (5) Administration 5,982 TOTAL (Agreement Payment Limit) $ 167,827 b. Monthl ExgE nditures. EkInnditures under the above budget shall be subject to Su grantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the tern of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Rsobligated Funds Transferred $ 16,722 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FT 76-77 58,601 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 92,504 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 167,827 Initials: Aff '3db tee County pt. 01003 MODIFICATION SPECIFICATIONS f� Humber 2 " — 666 — 5 "(2) ♦veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) in hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, xnightsen, Oakley, Pittsburg, pest Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Devised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Qu a in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Custodian 4 84 48 Painter 4 84 48" s,< Initials: 0grtee Cuntyo -2- 0100 MODIFICATION SPECIFICATIONS Q c Number 8 — 6 6 6 — 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 92504 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 75,323 to a new total of $ 167,827 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County'sRepresentative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in EligibilitZ Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility C�citeria. Fifty percent (50%) or more of such new participants .11 be hiredin accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)J which in relation to family size is at or below either 70 percent of the lower living standard incase level established by the u. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: W Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-unemployed Fathers, under Title IV ofWuntee curity01041 = Coua y Dept -1- SUBGRANi MODIFICATION AGREEMENT CETA Title VI Subgrants (, C, Somber 2 V — V 6 V —V 1. Identification of Subgrant Agreement to be Modified. Number: 28-666-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: JOHN SWEET UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: P.O. Box 847, Crockett. California 94525 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CRTA)s as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Art of 1976 (P.L. 94-444, 90 Stat. 1476); 29 OSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA SUBGRANTEE By By Designee Business er Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified opy CLE the governing b resoluti auri - ing exeeut• this Agr ent�i' sy Desagnee ATTEST (ILL Designate 0 fic' Capacity) By Superintendent (Form Approved by County Counsel) Date: Ta.,.v t,riTTg 01000 CITY OF WALNUT CREEK 1445 Civic Drive Walnut Creek, California MINUTE ORDER OFFICE OF TIIE CITY CLERK Date Jan. 25, 1978 Attention: Contra Costa County Civil Service Division In the Matter of: PARTICIPATION IN FEDERAL PUBLIC SERVICE EMPLOYMENT PROGRAMS At a meeti 1 the City CnunciI of the Cl ft OF WALNUT CREEK on 75 January 13, , at -which were present Councilmen Kovar, Schroder, Hazard, Mayor Skaggs on motion of Councilman Schroder sertxtded by Gwnci (man Knvar , duly carried and entered in the minutes. it teas ordered: "Mr. Gallaher reviewed this program, explaining that through EEA, CETA Title II and CETA Title VI, some $75,968 is available for Federally funded employment, and that it has been clarified with the County that these funds can be used to hire Walnut Creek residents. After discussion regarding control over these funds, type of employ- ment opportunity available under the funds and what benefit is to be derived from such employment, motion by Schroder, second by Kovar and unanimously carried to approve the City's participation in these programs and to authorize the City Manager to execute the necessary agreements. heniv) rrrtily that the ftxexoinx is a tragi aW rorrcctl wu ,. of a P+rtita of thr aiwal" of 1br City Gamril arotinx for r °' Adele C. Laine, 1111 UiRYi M I =' • ^1 s - h' O 11 f�O 0� O•••1 PIN - _�.-<`r� r1 n N V O Pf.T�'�• z ca 01 n N O Pt 0 0 0 0 0 0 T N O.O O.d.4.1 NDNa+V 401CD V10 VV V cl C%VlO.1 V%2 O�.4 I./fNQo m ft N.4-C.-CA .1 .4.1 O•1 m.4 .i n Q F � � r n O r T. T j` Pf mr%mr.O-4%0" t-01Yf P1%no�OQ./P1 NQ P-No („}� Nn=,m-C Vf.-1hN V P•N CD OvfQ01�T O.I N.ONN mACD CD L Cf` V'V N C4 -4 V PtO /�Vh 40. 'a•r O0•NQ11f IA we%O-9.401 ?L al .t rC.T C; C %f;lAn 1`-OW 0;ON.iaNIDQ hPI0 ca g CO cm `. �.1� N m 01.. im NN .0 .� 4.1 Nr-- 4 u%mi O•�Ta nqqA .4� 4r% � :D sr m r U - O Com.. V e•1 a Y . .•in.i.s.N•11N.N•iN Q PI CONL9 r.%a PI h 1O 49 cc N b 4n 1`L I�f Ne O i rl tat Ct N - •r o r. F S Ci H QQ-e QQ QQ dA .T-a �. •C7 L' W%P1 m V 1n CD C1 ZIO.0 N%'*O CI O PI.I N N PI Q/1.•I CD 0 10 cs Ir1�IInInv1�v��1��� �.o%nvv`0 m%0%* %* +�onnnaOnm� t VVVVv�.SV VV V V.O V.OV V10.O.O.OVfO.O.o IO.ONION - • !--•• 8"( C-Z Cm.O000m OCDO CDm OOCD tOOm O00t0 CD CD tO CO N N N N N N N N N N N N N N N N N N N N N N N N NN N H N v+ si b +01 JY - .� L u O O Y A u ar O O •,� u +a ..� +t v Ju +4 m" - Y M Y Y L Y N 0.4 V H 0-4 48 Ai tl ✓ Y q O M q 4 Y Y O IO q U 4 7 y g tl w .•.1 y -.i w ✓ q✓t w G LI. Y M w A A ✓ O V U M ! U Q O C - ✓.-1✓ u.�w M q Y q .1 Y Y IA g 0 0 0 0? O�1 ✓.� b L 6 G C O w O w w O O G 0 0.1 0 Q. C G O O 1 .-. Aj O 4.J4 W i'li• O M41 OG 4 OM V LIu O 4 41O •.-1 Y O-4 N 4 N O tl O O O V O 77' U N:.. C L 71 es L IYI N u a..•U ..•.� 4 U,O O 4J•-._ H•7 O w 4 w tl O u q+/ C+ O • li Y i+ L L c. •••• w v•.+.i 'S O s C O- M c..-/ O J O .t m•r•1 w G V Ci O u r :+ C O:! u Y 0M 0=" G C'4 O L .1.q/ (I(nn// ((y�j�((�•.��11. :1 I ✓ 7 a:.• L V 1 C GIM- C O r O:A C�/ V q ✓ �..U `�'�g�/V YJ- '0 w u J J= UN C C IL' CL' ✓ y v 4 Ir•I a.u �- O:J c u �.4 IJ 2 C t tl O O C 0 t w :4O O•7-C=A a a u V C L _1 O -A N O :J u Iy .••( = u L u a b u .+-.Ji... �v.J. J� u.,u. C f`. ]L+7~^/ r•tea � C u X... ...w r�n r o .-ui 7 In the Board or Supervisor.- of Sc? ?71� 19 In!ne Matter of :=_hc_izi^.a the Director, 'Human Resources -zt7nz=, to :.xecute Subgrant Y_odification rt=arts with Thirty CM Title VI ._Z "Sustain eat Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, ecacction of Modification 0709 to the County's CETA Title VI Grant 806-5004-60, t_e:t:y applying to the C. S. Department of Labor for new funds to be allocated Sorg designated CETA Title VI Public Service Employment (PSE) Subgrantees, as reeo=ended by the County Manpower Advisory Council, for operation of the Czr: t?'s =-A Title VI PSE programs in Federal Fiscal Year 1977-78, including c:era_ion of 30 progra:s known as "CETA Title ul PSE Sustainmeat Prograu," icb were initiated under Subgrant Agreements covering the period from .Fa=••.:ar? 1, 1977, through September 30, 1977; and The Board having considered the recc=andation of the Director, =. za Resources Agency, regarding the need for prompt execution of Subgrant '_t^:_icatioa Agreements for operation cf these 30 approved CETA Title CI PSE S•.:stal=ent Programs from October 1, 1977 through September 30, 1979, as speci!ied in the attached "CETA Title VI PSE Susta--est Subgrant Mocificatiou Agre=sat Specifications Chart," in order to assure conformance with the plans xrd ebjec:ives established in the County's CETA Title FI Grant Modification _709, a:d in order to preclude interruptions is the operation of the Couaty's exi tag PSE Sustai=enc Programs; IT IS BY T'r: BOARD ORDERED that the Director, Human Resources Agency, is A�ie03IZc'D to execute, on behalf of the County, standard form Subgrant Modi'ica_ioa Agzeemtnts with the 30 current CETA Title V1 PSE Subgrancees id=t;-lied in the attached "CETA Title VI PSE Sustaiment Subgrant Modification Arra=tat Specifications Chart," upon approval by the U. S. Department of Labor Of `_modification '709 to the County's CETA Title VI Grant 006-5004-60 and upon s pra:al of the standard for=at for such Subgrant Modification Agreements, with said Subgrant codification Agreements to be effective for the period from 0_ta3er 1, 1977, through September 30, 1978, for continued operation of each Sarsraaree's respective CETA Title V1 PSE Sustaiment Program, as presently authorized under the Subgrant Agrement referenced by.aumber and subject to t-_e new Subgrant Agreement Payment Limits set forth in said Chart, and under te_s and conditions as more particularly set forth in said standard form Subgrant :codification Agrements. ?ASSLD BY TKE BOARD on S E? 2 l 077 1 hereby certify filet the foregaing is a true and correct copy of on order eetered on tam minvtes of said hoard of Supwlrisors on the date oforeseid. Jr_F:1aumzn Resources Agency wtwas any hand and the Soot of the Board of A==: Contracts a Crants Unit Supervisors cc: County Administrator ofiixed this day of SEr' _^ 7 Z77 . 19 County Auditor-Controller County Kanpower Project / Director j j J. R OLS50N, Clerk Subgranttu gr a,�-�,lec r.r i� . NNW Clerk '�d GuGerntz 00991 L PROGRAM BUDGET Number28 - 660 - 5 1. PSE Program Bu et. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant wages $ 145,134 (2) Participant Fringe Benefits 55,058 (3) Training 1,500 (4) Supportive Services 125 (5) Administration 7,426 TOTAL (Agreement Payment Limit) $ 209,243 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrautee hereunder are subject to the availability of funds during the term of this Agreement, as follow: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 10,710 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 70,818 Federal CETA Title VI Grant (3) New Funds frog County's FY 77-78 127,715 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 209,243 Initials: SuD #itee Comty Dept. 0OF9.) MODIFICATION SPECIFICATIONS Number 28 - 660 - 5 "(2)- A veteran wbo has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation. Subparagraphs 5.b.(U(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persona specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Raightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. _Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, Ms it lute Program Budget, attached hereto and incorporated herein by reference. S. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FT 77-79 Number Duration of Employment of Job Employment Only "a. Job title Positions (Man-Montbs) (Han-Months) Public Service Worker 1 21.0 12.0 Typist-Clerk 1 9.0 -0- 7ypist-Clerk 1 21.0 12.0 Clerk 2 17.0 -0- Clerk 2 33.5 24.0 ucrsation Leader I 2 17.0 -a-- Programmer 0-Prrogrammer 1 12.5 12.0 Administrative Clerk 1 12.5 12.0 Engineering Aide 2 24.5 24.0" ""QV 7 initials: S g tee Coua[y Depc. -2- MODIFICATION SPECIFICATIONS R �j Humber2 '" _ " 6 O — 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 127,715 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 81,528 to a new total of $ 209,243 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Speciai Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Bepreaentative. All references in this Agreement to the County "Civil Department' are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in EligibilitZ Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50x) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, ander Title IV of the Social Security Act. W994Initials: S r'antee Count Dept. -1- SUBGRABT MODIFICATION AGREEMENT CBT& Title VI Subgrauts o Number 2 A — 6 6 O` 5 1. Identification of Subgrant Agreement to be Modified. Number: 26-660-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CET& Title VI Public Service Employment Program for CHTA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF VALID! CHEM Capacity: Public Agency Address: City Hall, 1445 Civic Drive, Walnut Creek, California 94596 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA S By By r Omas G. Dunne Designee Citv Manager Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution auchoriz- B (� ing execution of this Agreement) Designee ATTEST: Designate OEficia: Capacity) (FormBy Approved by County Counsel) Date: w9W Mitrofiimed with board order BEFORE THE CITY COUNCIL OF THE CITY OF LAFAYE^d'E IN THE MATTER OF: ;i Approving a Subgrant Modification ) i Agreement for CETA Title VI ) RESC=OTION NO. 3-78 "Sustainment" Funds ) .t ) ;t The City Council of the City of Lafayette, California RESOLVES: 1. That this City, a Public Agency duly constituted i� and existing under the laws of the State of California, is participating in the federally funded Title VI "Sustainmert" t4 �i Public Service Employment Program, pursuant to the Comprehensive 'j Employment and Training Act of 1973, as subgrantee to Contra i4 Costa County, a prime grantee. f 2. That Subgrant Modification Agreement No_ 28-657-5 s; with the County of Contra Costa for Title VI "Sustainment" :i Comprehensive Employment and Training Act (CETA) funds, for the �{ term from October 1, 1977 through September 30, 1978, a copy of +t which is attached hereto, is approved_ q 3. That the Mayor and City Clerk are hereby directed to execute said Agreement on behalf of the City; and to execute J any bonds or other documents required in connection therewith. j' PASSED AND ADOPTED by the City Council of the City of Lafayette on January 9, 1978 by the following vote: AYES: Councilmen Langlois, Roche, Tuttle and Wasson, and Mayor Robinson. ii NOES: None. ,1 ABSENT: None, i Attest: i : CITY CLERK00992 'Certified as a True C()t)Y ._ CLE,K PROGRAM BUDGET p Number 2 8 - 657 5 I. PSE program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSS Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 56,000 (2) Participant Fringe Benefits 11,800 (3) Training 4,000 (4) Supportive Services -0- (5) Administration 1,200 TOTAL (Agreement Payment Limit) $ 73,000 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee a PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgraatee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provi —however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Rsobligated Funds Transferred $ 9,345 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 25,502 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 38,153 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 73,000 Initials: Subgra tee Comty Dept. 009% MODIFICATION SPECIFICATIONS Q c C 1� C Number 2 " � V J f — V "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time. unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) in hiring such new participants hereunder. Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2. of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, best Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act. Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. _Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph L. (PSE Job Positions) of the Program Specifications, as act forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Member Duration of Employment of Job Employment Only "a. Job Title Positions (man-Months) (Man-Months) Laborer 4 76.7 48" .00c" initials: A42— Su3�zancee County Dept. MODIFICATION SPECIFICATIONS R _ Number 28 - 657 - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 38,153 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Sabgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Pavement Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 34,847 to a new total of $ 73.000 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." S. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e'., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is s member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title Io of the Social Security Act. Initials: M/�- (�/�� Subgrantee County Dept. W4��JV SUBGSANr !MODIFICATION AGREEMENT CETA Title PI Subgrants) Number 28 - 657-5 1. Identification of Subgrant Agreement to be Modified. Number: 28-657-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF LAFAYETTE Capacity: Public Agency Address: 975 Oakland Street, Lafayette, California 94549 3. Modification Date. The effective date of this Subgraut Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority, This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-5670 88 Stat, 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA SUBGRANTEE By, f " By1- , - Designee MAYOR Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: E. C. MARRINER. city Clerk Designate Official Capacity) •da (Form Approved by County Counsel) By Date: January 9, 1978 � Y x r • D T .�CN AO CNOAy vNAC D`raAm AOY.1 O.-tN V N .-{A NA v A C A� ,••�A N v m m O O m O a O.D m.�r1•-+ .T CO t-4 wt <rr v.O�nA VNCD.A=..).1 A.DVraO ..a Cu.DNNh O O.D.4 C7mN N rNQ%10 eq-C AaD A.4 N O.0 O..O PI .T rt N D►O►P1 NNNA V O MP►O CD mv�D V V el aro 7 ri en%D .4 N.T0 N N O► N.•i.T-C N h N ra ri O ri N ra ri n v J 3 A A O • h L1N i w <L:P O.P1 C'IAm NmNm A.TONNN AO►NC'tNOm .41'1N.TAV �,;}A NACDN�:f+N.•i u1NC.1..1 ANCDON. OS0►VO"N AN mhmm =N m�V.T a N v N m M1 i0 r♦.•i 01 tr AtL.T CO.T m N N A riO A O N m O N ri O►N m.TN C, OCD CON SON r. N m ►+f rim V' amO NN AMlINN 6.?O.A mN ri M.4r T r C:.•+ o �<a v c - ' 0 v n _ c: v-- v a ac r 7 Y F+•'3 ea rthri.T M In 91 N m 1,�T P►mN 0,1-%Q ei .0 w ►Om m m p� g U ; x> '. m r' ui c f [: r r. , .T.T N.T.t.T.Td.Tvvv.Tvvv vvv.Tvv.T a.ar anvv KN 1 ► 1 1 1 1 1 1 1 1 1 1 1 / 1 I •-, L" Ln U%V' Am G►kn N O rl v N.O N%D'a 'f.-INN s ..cora►- U NNv1NN�1N 41N Yi V V►DOA%*V.OA V A A V A AAmA CO A < .o.*v%Dv.D%*.D-D.Dm.D.D.DSD.D%DSDb%Da I I I I I I I I I I I I I I I I l l t l l l l l l l l l l l is 8•. CO CD CD m CO CD m CO m mo CD m m m mm m m m m CD<n aNDC4CDWm G � N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Ul vi y u � f uz r � u F k Y 3 Iwa C3 u u q w m u sYJ u C tYJ u q O f •� d +t w w uY .iqY u Q O q Y Y L O m U O Q ►. m Y M •r► y ..a Y L•.a CO. ' Y-a va O A Y A L U M m U= O C 7 P Q Y q u M A..1 N •ra Y.D rrwii p^«NDOaMCrI0DU. 0 Lw M ri wOt1 YH a .W O 0YOp0D 0Zl •YiC-Z�L0+ Yqa L 1 L OaR.+ UM os• uY " U * uu. Q= ow 4, O u 0m m O N .a N O^ u L.a CA C — O tl q O V O b??L U Y 9 L O N'r C b..i T N u M u L r+:.1 O v.a.i.-1+a -/+►W L O'D T•� a+ Y 0 CD 0 0 b O w Y w U tl Y m+1 OG O Y M O ^ 6�. C O O O ..� YS w•A ri q 0 k W O O T•.a P F 3 w++V CLL C W a rl C O •..w.-I OU O ri•.a 4 C V Ow O:'i. '.•� C C M O V L ri ra .v u V C W i+ O J G•^•.+7 w V)V) O j h.+-'• C.7L 0 O ++++ 7 ►. 7 U •! Cts C.7W ^..0.v���7•.a Y O:� Ur1 C C G GG: YG t•b O C D Ci Y N N » 4 b O 0 0 W LC WO O OU GCD O O O O OJ C Ca +Q O•7 ; •� N O r (, i.T:.?.T T T i.�.T+•� C O C U 4 0 u q ..: ,,, ,� y u ut W L Y Y :.. v :.. :.� J u .. :+ L T 7~ '3 ti p L-Y�. u U C?_ �► 7 U V UUJ:J000LiU0.u1 i 1 In the 3oard of Supervisors OT Contra Costa County. State cf California SE? 2 75977 ,tg in the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant Modif Icarian Agreements with Thirty CETA Title VI FSE "Sustainment Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification 0709 to the County's CETA Title VI Grant 306-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title VI PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need for prompt execution of Subgrant Modification Agreements for operation of these 30 approved CETA Title VI PSE Sustal—ent Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CEL4 Title VI PSE Sustainment Subgrant Modiffication Agreement Specifications Chart," in order to assure conformance with the plans and objectives establisbed in the County's CETA Title V1 Grant Modification 3709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustains t Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification 1709 to the County's CETA Title VI Grant 806-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by.number and subject to the new Subgraat Agreement Payment Limits set forth in said Chart, and under terms and conditions as =re particularly set forth in said standard fors Subgrant Modification Agreements. PASSED BY THE BOARD on S 7 '1977 I hereby certify that the forep iuM is o true and correct copy of ae order eeMwed on A*, njr&dm of said&cord of Superrnom on the date aforesaid. Orig:/Human Resources Agency Wdneu r^Y hared and the Seal of the Board of Attn: Contracts 3 Grants Unit supwv6on cc: County Administrator affixed dap of q-=P i 7 '1477 19 Countv Auditor-Controller County Manpower Project Director `1 / J. R OLSSON, Clerk Subgrantees �, /,�✓�c—,�T[,r e4.J . 6+0,ity Clerk RJ?:dg 0.08 i H-24 3j:6 ISm !i PROGRAM BUDGET Q Number 2 8 — 6 `ry 3 — 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service bmployment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 283,561 (2) Participant Fringe Benefits 92,102 (3) Training -0- (4) Supportive Services -0- (5) Administration 12,365 TOTAL (Agreement Payment Limit) $ 388,028 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not he limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding_ County's payments to Subgrantee hereunder are subject co the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Eeobligated Funds Transferred $ 8,412 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 155,152 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 224,464 Federal CEL! Title VI Grant TOTAL (Agreement Payment Limit) S 388,028 Initials: Subgrantee Z;u_ntyt Dept. ogq% MODIFICATION SPECIFICATIONS Number b. 28 t1 - 673 —5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, rov�ided that the veteran has not obtained permanent, full-time, unsubsidised employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Art. Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee', recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Hmployment Only "a. Job Title Positions (Man-Months) (Man-Months) Teacher 2 42 24 Teacher Aide 7 147 84 Press Operator 1 21 12 Typist Clerk 4 84 48 Custodian 2 42 24 Security Officer 2 42 24 Site Supervisor 3 63 36" 0MInitials: rantee Countp Dept. -2- MODIFICATION SPECIFICATIONS R Number2 " _ 6 s�f 3 — 7 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 2242464 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Tera) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Licit Inereaae. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modifted by increasing the amount of the payment limit specified therein from S 163,564 to a new total of$ 388,028 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday may 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department"' ace hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Hunan Resources Agency." 5. Cha a in EV ibilit Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Miring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title V1 Eligibility CSriteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: ^(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget-, and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. ""`� Initials: -- Su grantee Count yl De p�, -1- SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants Number 28 - 673 - 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-673-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissell Avenue, Richmond, California 94802 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 OSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By 4" W(2Z,-4,, Designee _sant Super ntenient , Fersonnel Se^r ca (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: A17,iv/i.,f [/. � Desig to ffici Call pacify) - - - .. .'•±�M_'AI. By ;?ET A. W4,.-. (Form Approved by County Counsel) Date: AAkmfflmed with board order PROGRAM BUDGET Number 2 8 — 6 5 6— 5 1. PSE Program Bud et. Subgrantee shall conduct its CETA Title VI Public Service 199-loymeat PSS Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 16,061 (2) Participant Fringe Benefits 4,522 (3) Training -0- (4) Supportive Services -0- (5) Administration 986 TOTAL (Agreement Payment Limit) $ 21.569 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PS's E Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided7 however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. ?* Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 1,337 from County's FY 76-77 Federal CETA Title 11 Grant (2) New Funds from County's FY 76-77 6,886 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 13,346 Feral CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 21,569 initials: Subgr ee County pt. 00981 MODIFICATION SPECIFICATIONS R 65o; — Number 2 " _ 5 ''(2) .-A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), sad (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full–time, unsubsidized employment between. the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)W, (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall he directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Cb=e in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment only "a. Job Title Positions (Man-Months) (Man-Months) Jr. Clerk Typist 1 20.75 12" �. Subgrantee County Mept. MODIFICATION SPECIFICATIONS yL Numbe.2 Q" 6 C J5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $_R 13346 Couaty and Subgrantee agree, therefore, to modify the Subgrant Agreement identifi herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1911 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 8,223 to a new total of $ 21,569 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference: 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. a in E1' ibilit Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. Hew Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the D. S. Department of Labor or the poverty level established by the U. S. Office of Management and budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and than became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. i 9gum ran tee Count. -1- a SDEG8ANr MODIFICATION AGREEMENT CETA Title VI Subgrants R Number 2 8 _ 656— 5 1. Identification of Snbgrant Agreement to be Modified. Number: 28-656-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF EL CERRITO Capacity: Public Agency Address: 10890 San Pablo Avenue, E1 Cerrito, California 94530 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. _Modification Specifications. The Agreement identified above is hereby modified as m set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. %-444, 90 Stat. 1476); 29 RSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By //,A� Designee "�— C. (Desigifate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- B in8 execution of this Agreement) Y Designee ATTEST: Ln,r y C C Designate Official Capac>,ty) i BY �, c r�� .. G- f (Form Approved by County Counsel) Date: 4 J 009'78 ar-•err^��zzoox2-rc-�cvpr»nnnnnn� nrn ;c- U O C n C n n .•i K n •w r .c n n n n n n n n n ( r � :3 to n •'. n 7 .-. a n 6 Ca 7 O 7 `C lC�; !aC�`C••;'C�: ;� r :5 r�r n : �n O_ n 0 0 0 0 0 0 0 0 0 0 .OR ? O r-n CCCmN n n r 7 O S^ ^���T n n n 'T .• r Y 1 0 a o 7 r W r 0 f:n r n.•- a .. 0 a 7 G r r C y tl �• r a n O R O n •1 O a r r�+.n C r O O O w .�n n O ^O ? n n K 0 n O A r 0 R n n r n .w C7 G A O O n In e) S G 7 0 R •f G O S _ K n R R 1+`•fi p n 0 of r ti r Y Y 0 n n n 0 7 R fi R r O a M•< ft 0 p 0 n n e n = n 0 G!t 0 O 3 t0 n C rK ? •"N O SGR n SCCGO n n G O O N 3 n N Y 0 K 7 R7nr e�•Kt L+prO m O In S n yr0 n 0 7nrO X- 0 n n n Rn 6 — 7 nr7 •t .1 O O r 0 0 C3 :3Ya O r0 + O ? oKrn 0 n n rYr O in R 1 F d K a Y Im r R n Y n 1•'• 421 M toa rR 9 G t\ K 17 C1 O n o n •1 C R C7 �n m R b D S R tl1 n r r 1. M r n o •+ n n a Iuo 1 n n a 1.-12 K d r t. nnr O n 0 K n n n n n K n _ 7C•is M.[ r n ►► •1 t't K K r•n n 10 r M M n C- C O n n n n O n n n n R ' M K n M R a1 R O (�r R O 12 R r� n It R`G R �►� IC9 to (n 0110000 m007 0000000000000000000 0000 � �/ I I 1 1 1 1 I I I t 1 1 1 1 1 1 1 1 1 t t 1 2 1 1 1 1 1 1 1 0101 d\O.a O.d` D•OO.O.Ot O.O D`O.O.Ot ab00'.P 0 . C+G+C•O a" > V0 V0VVV VVOV pO.O.V Oa O.PaUllt t/tMNtnNN 7 1 - O\ OYVJ`W Nr Wp a00 Vtr Ot tAAr Ol/tA 0V CY W N IZ t l 1 1 1 1 1 1 1 1 1 1 1 1 • t I t t•t 1 1 1 1 1 1 1 1 t I.nAAAW AA AA AAAl.A?AAA?L•A AA AA A?tA?? � If .z is t �me !� N� ( LoC 7 WNtr.1NWO.N 00.Irr Ma AWNOW?VOOVIeNAY 0"W —`•Y j� 40 C i= r r r A r r r r /n Y ;; VM WrNN1 O. tOAO tJtMWrV NWeaOto oaO rW 0 N lIa 1T N000W A0 N 101+ti 0041 OV OrV m am co aOV N to IOrYR`W011t 1� r Co to a{nCW6ar ON NC.A v� 00-10 NVa N3 r0Aa0?{n 00 N V O.a,0411er Inr?NOOVN V•! _^. M%4 AN W"&. Oln Wln tDV NIaWO?V 0N6.h+0V W La%0 W 1 is - �zx G V . V so A W r W I V r 0 ►.•r Yu N A a r N b y N W OAMN OD WF-O N"W P PP=Dp Oo•O W W O C1 V N W Nco� Y W•OV N rA 01 P O O.O Nh+V P V W C7 v W N N OD W Y P O V i N NN/T lllrO r C.Qv V C`O.CO NCV to••,,'_'�4•�C+ar••0? �� r Y r O D P 01.2 O W O N t V_� V A V N WY0 CONY W 0097? - �s In the Board of Supervisors r Or Contra C^stn C ountv State of Cafiforrk; SE? 2 7 1977 ,tg In the Matter of Authorizing the Director, Homan Resources Agency, to Execute Subgrant Modification Agreements with Thirty CETA Title VI LSE "Sustaiument Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification #709 to the County's CETA Title VI Grant 306-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as reco=ended by the County :manpower Advisory Council, for operation of the Counry's =_A Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CEETA Title VI PSE Sustainmeet Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the reco=endaticn of the Director, Euaaa Resources Agency, regarding the need for prompt execution of SL•bgrant Modification Agreements for operation of these 30 approved CETA Title VI PSE Sustainsent Programs from October 1, 1977 through September 30, 1973, as specified in the attached "CETA Title VI PSE S_stai--ent Subgrant modification Agreement Specifications Chart," in order to assure conformance with the plans a::d objectives established in the County's CETA Title VI Grant Modification m`709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainaent Programs; IT IS BY THE BOARD ORDERED that the Director, Rumau Resources Agency, is A:ITBORIZED to execute, on behalf of the County, standard fora Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CTA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of !modification 0'709 to the County's CETA Title VI Grant 306-5004-60 and upon approval of the standard for-.at for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by.s*amber and subject to the new Subgrant Agreement Payment kimits set forth in said Chart, and under teres and conditions as acre particularly set forth in said standard fora Subgrant Hodification Agreements. PASSED BY THE BOARD on SEEP 2 7 07 I hereby certify that the foregakV is a true and correct copy of an order rrtered on'thy minutes of said Board of Supervisors on the dose eforemakL Orig:/Human Resources Agency WdrAw rny bond and the Seal of the Board of Attu: Contracts & Grants Unit Su. ison cc: County Administrator affixed this day of F? L 7 11977 . 19 County Auditor-Controller County !Manpower Project � �/ Director / J. R. OLSSON, C►:rk Subgrantees By ,Jl�t .�iTr cw . tyep,itr CJ.* Robb;o Gut3trrez ^ ft PJP:dg i H.241/7.6!Sm d PROGRAM BUDGET Number 28 - 662 - 5 1. PSE Program JkAgat. Subgrantee shall conduct its CETA Title VI Public Service Employment PSS Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 124,665 (2) Participant Fringe Benefits 35,499 (3) Training 650 (4) Supportive Services 650 (5) Administration 1.628 TOTAL (Agreement Payment Limit) $ 163,092 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 9,764 from County's FY 76-77 Federal CM Title II Grant (2) New Funds from County's FY 76-77 65,764 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 87,564 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 163,092 Initials: Subgrantee County Dept. WM MODIFICATION SPECIFICATIONS G� Number 2R" - 6 6 2 —5 0(2) A veteran who has served on active duty for a period of more than 180 -= days or who was discharged or released from active duty for a service- connected disability. shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, rop vided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title YI. "(3) in hiring such new participants hereunder. Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch. Brentwood, Byron, Hnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extenc feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. the Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Custodian S 96 60 Typist Clerk 3 63 36" x 00m7/� Initials: f� i grantee Count Dept. -2- MODIFICATION SPECIFICATIONS _ Number 28662 -5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 87,564 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: I. Extension of Tetra. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, L977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 75.528 to a new total of $ 163,092 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)1 which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. 00973 Initials: Subgrantee County ➢ept. -1- SUBGRANT MODIFICATION AGREEMENT (CM Title vI Subgrants Number28 - 662 - 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-662-4 Department: Civil Service (hereinafter changed to Hunan Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: PITTSBURG UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 2000 Railroad Avenue, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant.Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the 'Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CEPA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 RSCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA,COSST�A, CALIFORNIA SUBGRANTEE By &"glz n . By lrJ�'U Ufa vL�1� Designee , Wesifgnate official capaqAty in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) sy Designee ATTEST: >> ign Officiapac- By ; (Form Approved by County Counsel) 4� Date: /—3- 78 00979 dAiUQuUnsd with board orde� AlBSROSE RECREATION AND PARK DISTRICT COVERRRNG DOD! RESOLUTION RESOLUTION ! 267 RESOLVED, That AMWAOSE RECRnTIOR AND PARI DISTRICT, a Public Agency duly constituted and existing under the laws of the State of California, approves The Title VI CETA/PSE Agreement with the County of Contra Costa for the term frog October 1, 1977, through September 30. 1978, for provision of a CETA Title VI Public Service Employment Program and that Janie R. Rolfe, Bookkeeper/Secretary of Ambrose Recreation and Park District, Is authorised and directed to sign said Agreement on behalf of this public agency and to execute nay bonds or other documents required in connection therewith. CERTIFICATE OF SECRETART I, Jose I. Taraago, do hereby certify that I in the duly elected, qualified and acting Secretary/Treasurer of Ambrose Recreation and Park District, that the foregoing is a full, true, and correct copy of a resolution duly adopted by the Board of Directors of said Public Agency on October 9. 1977, and that said resolution is now in fall force and effect. I declare under penalty of perjury that the matters net forth in the foregoing certificate are true and correct. Executed at Pittsburg, California. on October 6, 1977. I. Ta Secretary/Tr ar Board of Directors PBOGaRXi BUDGET Humber28 - 579 - 4 1. PSE Pro ram Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages S 44,320 (2) Participant Fringe Benefits 6,260 (3) Training 100 (4) Supportive Services 292 (5) Administration 891 TOTAL (Agreement Payment Limit) S 51,863 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. EoA-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee bereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated meads Transferred $ 169 from County's FY 76-77 Federal CETA Title 11 Grant (2) New Funds from County's FY 76-77 28,154 Federal CM Title VI Grant (3) New Funds from County's FY 77-78 23,540 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) S 519863 initials: grantee County/Dept. MODI`ICATLON 5?ECIFICATLO:'S 00679 -11,QQ ry (� Fumberka 0 - d .7 •• "(2) A veteran who has served on active duty for a period of more than 180 days or vho was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation. Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, Provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(L)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category eatirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, hest Pittsburg, Martinez, Rodeo, San Pablo, El sobrante, North Richmond (unincorporated area), and Piaole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Charge in Program Specifications. Subparagraph a. of Paragraph 1. (PSB Job Positions) of the Program Specifications. as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Groundskeeper 3 57.6 36.0" 0 0 4W Initials:L 'u grantee County Dept. MODIFICATION S:'cCIST_CATIONS Number(/�M 8 _ 6 7 9l.yl - a In consideration of Subgrantee's agreement to continue operation of its CETa Title V! Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 23540 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 28,323 to a new total of $ 51,863 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday may 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. A11 references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. EligibiLity and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be Wired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AeW), including at-ix;-unemployed Fathers, under Title IV of the Social Security Act. Init;6iijr 00 anteeCounty Dep[. `q.5 SUBGSANf MODIFICATION AGREEMENT CEIA Iitle VI Subgraats Nnmber2V QQ - fi79 - 4 1. Identification of Subgrant Agreement to be Modified. Number: 28-679-3 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA TitleVIPublic Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa; California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: AMBROSE RECREATION AND PARK DISTRICT Capacity: Public Agency Address: 125 Memorial Way, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. this Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OFF CONTRA COSTA, CALIFORN U SUBGRANTEE Designee Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: Designate Official Capacity) By . (Form Approved by County Counsel) Dat ANTIOCH UNIFIED SCHOOL DISTRICT Antioch, California RESOLUTION 1977-78-6 RESOLVED, that Antioch Unified School District, a Public Agency duly constituted and existing under the laws of the State of California, approves an Agreement with the County of Contra Costa for the term from October 1. 1977 through September 30, 1978 for operation of a CETA VI Sustainment Program and that Ralph R. Burris, Business Manager of Antioch Unified School District, is authorized and directed to sign said Agreement on behalf of this public agency and to execute any bonds or other documents required In connection therewith. Membfirt o ehe Board of Education ot o Antioch Unified School District, City of October 12 1g77 Antioch, County of Contra Costa, State of DATED: . California 00565 5D � rr� Q•• • n 1 �h 1 }(� nAOC10 AOA-C vlN m M Am AO O a a w 00N m a10 N A vn t G r\1 �A",2 0 e11.7.�—.0 D.n NmNmm00 m0 OIN016 m.i ri r+ .-mf.alOITAa:ll•C vNmT00:IAIItl4t OQNmWhNIA - - - - - - - - s _ _ - - % - - - - - - - - _ _ - CaV C4 4:m NnP co -T-0 tiInO.Oarinmvj -7 •c-,of Nc NA IOO nn O m �O V.an.4 do a■-'1.Om.-I.n.TO n N --ai�' a N^+v r N a .-�.-1 0.-a N.+n.•i n v ♦. .-i .4 a <A A 0 _<WC, T 1 nPnnt�cD.-1ONm .TOnNNAO�Yin�fl0 md.-In N.tt f��„►' (; j.A N Am N�.-iN�•1 try N .DnNm 01n TOIJO_•i In V mAfpm <A �T N 1V ci nA a a'iv te;nm••1♦O�T OOIN TlnNm nm^I.•/01 V:�.d ncc co�Tm ln.nr ..4 CDr.01n m 01 t1 r1 a W%C13 v vi n O m m N NO in ` 7'a.� N „ n�m��m nN Arinln In �.T o.n�ViN.-1.�.•s.� 413. R C7 N <a a - U tf. 0 U� Lr a Ic.. o I �.4 Mv-4a^I.tN11'i SN N w 11w n mNPi t�%D.4ID.Qim�10 A rl .i N.4N.N ' G i U 1 U v M h I z .T—MI.T d.ff-T.?-7.T-T -t.T.T—M -WT SV Qw vd O m v d<-Wh U 1 t 1 ! 1 1 t 1 1- 1 1 1 1 1 1 1 1 1 1 1 1 ^) •6 N n.•a%9AmO�of O.-1 ui 10-n Nn.SO.-1m�10 0 In NN N In in 1n N N Na 10f—D n� IO V `91D n AIO A A8,m A mn < '7010 a9001D 1Om10 a'f 1001D 01D 1D so v 10%a 00100100010 1 1 1 t l l i l l l l l l l l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i•; F maom�mmmmmmo mmmmmmmm m mmm m mm m mm y ..........N N N N N N N N N N N N N N N N N N N N N N N N N N N N D v: to � i u U Y Y Y .•1 Y Y .•1 () Y Y Y Y M O Y A O Y .1 Y Y tl U M M M tl tl M tl V Y Y O tl U q 7 Y Y +t•./ Y M Y X C 6- Y M Q q Y p Y u•.+ tl u Q O C 7 O ✓ _0 ✓M C7+1 N +i Y W ' A O•.� O•.i.+ O OQ tl 0rl O C CZO O r•1 O = u - ✓ V O u V Q L 0— +•• Y O V W t.: b 1 V O w O V y.1•t7 L 0 0 es q w CI U Ob77S Y Y'pL O N:+ C Y.•1 9 Y Y r `O 1.i!. O Q N 0 Y u 0 9 O Q T V C O N0 N Y M.-�U V UM4 rlw 4.rmy O.O T1A Y Y 0 1. .:r. uF7; ywK0w.�Y0..W9{O)WO WY.W.t:'1.:CG..f.7+1 Wyq.✓:. -V• OO,7UC)N+%O3'4/YVw0 0✓✓u0O"✓�.9NOGO NAC•M.q1 OOT f!CV '•COA0u>40aUuY U440 y.YLG1 ^..✓d.•1I/ V.wMO d OV s Y Y Y :1 YO 14 Va u V 4ML GOOL O N W J O— Ods * ti 2 Cu ✓ CJHO. + 5OGO Y V ia,iit-L 41�=3 C G Y< Q OC G O C1 O 0 OOOOOOOOOu Y Ob� •- S - O I C O („ rT rATTT i.T�.••-1 C O C g 4 0 ✓ q -+ G-✓L Y N q u - L aJ L J ✓ ✓ Y. V :/ L U L '.'1 W iJ 1. -Y+•. J U G :1.2 2 17 �- U Ci U :.a U:.l' J U J< .a�•� 1.--.-.•- y O O �G Vl�:ai�.-. v1 PROGRAM BUDGET Number 28 - 661 - 5 1. PSE Program Bu et. Subgrantee shall conduct its CETA Title VI Public Service Employment PSB Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Coat Categories. (Federal Funds) (1) Participant wages $ 281,417 (2) Participant Fringe Benefits 74,412 (3) Training -0- (4) supportive services -D- (5) Administration 32,955 TOTAL (Agreement Payment Limit) $ 388,784 b. Mouthlq Sxpenditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. Emd-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) R.eohligated Funds Transferred $ -0- from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 160,497 Federal CEU Title VI Grant (3) New Funds from County's FY 77-78 228,287 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) S 388,784 Initials: Sub antes County Dept. 14 00.7V'f MODIFICATION SPECIFICATIONS Number 28 - 661 - 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(I)(a) and (b)(i), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by county to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, best Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. USE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Nan-Nonths) _ Teacher 6 113.0 72.0 Typist Clerk I 1 19.5 12.0 Typist Clerk II 1 20.4 12.0 Security Aide 1 20.9 12.0 Groundsman 1 20.9 12.0 General Maintenance Man 1 21.0 12.0 Maintenance Helper 6 126.0 72.0" 0M Initials: SS g� County Dept. -2- „WOW MODIFICATION SPECIFICATIONS Number 28 - 661 - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 228,287 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 160,497 to a new total of $ 388,784 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday Hay 13, 1977, as may be revised and ameaded; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50Z) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed is accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower Living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: �. rantee Count De t 962 y p -1- SUMUNT MODIFICATION A($EWJ1T CETA Title V1 Subgrants 28 - 661 - 5 Number 1. Identification of Snbgrant Agreement to be Modified. Number: 28-661-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA 'Title VI Public Service Employment Program for CEL!-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: ANTIOCH UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 510 C Street, Antioch. California 94509 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIIFFFORRNNIA50wla�._ SUBGRANTEE Hy Hy d Designee (Des gnate official ca acity in public Recommended by Human Resources Agency agency and attach a c0lrtified copy of the governing body resolution authoriz- ing executLo of this Agreementlo By Designee ATTEST: Designate Offiicia Capacity) By. -,df- (Form Approved by County Counsel) Date: 2—/_ ? it OAell MA w.filmad with board order PROGRAM BUDGET Number 28 - 654 - 5 1. PSE Program Budget- Subgrantee shall conduct its CETA Title VI Public Service 19ployment LPSEJ Program under this Agreement in accordance with the following budget of allowable program expenditures: SEEM OF AGBEEMElQ a. Cost Categories. (Federal Funds) (1) Participant Wages $ 295,086 (2) Participant Fringe Benefits 103,280 (3) Training -0- (4) Supportive Services -0- (5) Administration- 34,275 TOTAL (Agreement Payment Limit) S 432,641 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement. County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget anounts. 2. Pro ram Funding. County's payments to Subgrantee hereunder are subject to the avulability o funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds.. (Federal Funds) (1) 8eobligated Funds Transferred $ 16,566 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from CoUnty's FY 76-77 148,750 Federal CEL Title VI Grant (3) New Funds from County's FY 77-78 267,325 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 432,641 Initials: Subg antes County Dept. 0 .'3Qll MODIFICATION SPECIFICATIONS 2 R ,�j Number "- _" _ 6 55 4 _ `� '(F) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation. Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder. Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Snightsen, Oakley, Pittsburg, hest Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan. is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Nan-mouths) (Han-Months) Typist Clerk I 2 - 42 24 Typist Clerk II 1 21 12 Plant Operator Trainee 1 5 -0- Maintenance Man I 8 163 96 Sr. Recreation Leader 1 21 12 Administrative Aide 1 21 12 Engineering aide 1 21 12 Graphic Design Technician 1 21 12 Account Clerk I 1 21 12 Cassmmity Service Offices 1 21 12" Nti Vv initials: Su grantee vv nCoun Dept. _2_ MODIFICATION S?ECIFICATIONS Number 2 " _ 6 5 ` - 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title V1 Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 267,325 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identifi de herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1377 to September 30. 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 165,316 to a new total of $ 432,641 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph S. (Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50Z) or more of such new participants will be hired is accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFE Subtitle A. Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget- and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFH Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Depeadent Children (AFDC), including AFDC-Unemployed Fathers, under Title Iv of the Social Security Act. 00 !=0 Initis antee County Dept. -1- SUBGRANT MODIFICATION AGREEMENT (CM Title W Subgrants R C, C somber 2 v � 6 V 4 •5 1. Identification of Subgrant Agreement to be Modified. Number: 28-654-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF PITTSBURG Capacity: Public Agency Address: 2020 Railroad Avenue. Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Mlodificatioa Specifications. The Agreement identified above is hereby modified as set forth in th��Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Scat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By C.�U --- �Designee 1 � Desig,6ate official capacity i publicn Recommended by Human Resources Agency agency and attach a certified copy of the gover ' g body resolution authoriz- ing ex utio of C� Ag ement) By Designee ATTEST: ?gnate Offici Capacitq) r By (Form Approved by County Counsel) � Date: /1/t/x177 ot1-51 RREATTIPOOD UNION SCHOOL DISTRICT ORENTWOOO SCHOOL DISTRICT OFFICE - GARIN SCHOOL EDN^ HILL SCHOOL TEL. 674.3408 TCL. 415163 4-1166 TEL. 63-4--354a 250 FIRST STREET BRENTWOOD. CALIFORNIA 94513 B04RD RESOLUTION 11 - 78 THE BOARD OF TRUST-EE , BRWT-JOOD UNION SCHOOL DISTRICT, hereby resolves to continue under contract with the County of Contra Costa to participate as a subgrantee in the C.E..T.A.. Title Vl P.S.E. Program. Furthermore, the Board appoints Jilliam B. Bristow, District Superintei>dent, as their authorized representative on all actions concerning this program. Ayes: 5 Na-yea: 0 Absent: 0 „ Certified: . Date Signed: . I ur sClerk Board of Truetees Brentwood Union School District ' 00•�U ) • o, l i- <n .H N V Ol•I�:'r1`.JtJ O, NO 14 40 CfOOm O.T^I 4D co.4^/^. T:v1 O N ll v ri 0 C ^I Ci It VL N 1.7 ct OV••i en Cc t•10.O cn-C In n.•1 h Oa GLV nm d.4A4O OI r C. L .-i t7 NLINnO Cl M.1 m t7 V a PI.-1N V.•1 Cl V 01 -4 fl ,T0 Pf N C. N.•1 t-C N A .••1 .-1^i O.•'I N.-I/•1.i A J J cl.Y~ as .� .•i i. Ea 0 C 1, N O.C s til a`m.`i V N m n v m A 0.h P1 WN o m d.•1 taw" =:..•i-M-.f1 Nni V N m O lrl J tllJ O rlNa IrNmn m aD L Cn J V N NOV n 'J VIJn �Nm.y V�:OO�NJ N V1m1•1 CO.i HG1 N�•.-I nmJComu701n.•i Cl R 0"m 0af.4 O..n mT h PIO m m C4%a N N m n.HmO C`ma/•l N nMhN OJm V. U% rlA.•1^ l.•+ v .....-1 Irl .•1 .•i.-t .-1 •T o-.:.I F tmcr V H 1 U r M Z'. 1.4.4 e•1.-10.4-:C4Mt-�COt-d co C4 n a.+M%D C,CON%001N rl NN 1{ O� - U .r t. 5 2 v F - r �TJh'Ta M dam:v.tJJ J Jd dJdd Jd Jd.?dldd dll'1 �• U I I t l 1 1 1 I 1 l 1 l l . 1 1 l 1 1 1 1 1 1 1 I l 1 1 1 •¢ N[•1.i a n m S�N O.-I J % rl%D m a•O a•l.•1 N%D P r7 11 (j yl N.f1 YI Y1♦1 N lrl lH a V V a t�a a a 1►a n s a l�A m < a.•laaaavyaava aavaaaaaaaaaaaaaa 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i= F mmmC�m .Clmmom mmmmmmmmC4 C.C4 < � NNNNN.NNNNNN NNNNNNNN.NCSNNNNNNN •va v D tq u� t= . r • H v y t M u J u Y L ML M�•.i - u 0u u OY as Y•.u. L Y Y L M u.•1 l+H p Y Y L Y u Y Y S. O"a O Y O m U O Y M 4,A q .+ q t. u'.. p u A O C •" n 0 L 10 u•.I O M N •.. L b .1 u.� u 4, p ►. q .tC 4, u C.•4 O u .: o O n 0 q O../ n d 0 L h G G C O rl O H H O O C•... tt O.-1 [: O O .. O L 4 J.•^'• 1 s M0 O'�•.C.'•'•U M O u V: C C Vi O M. .==.=-,4.a L w 0 G V10 r-M y. 0-Vs u C M•. O 0 fl p O N 0 aq -a u 4,-at 6 CAL. G I.H a Y 7 -.0 l•v u u C71n p au G-j O II T u U � •.1.1(a s 4,-P Z u u 0 lG. O O_'O q w.. o u tl•.r L^ O i p =. O G �.•..va.t .. .• ly •.. 04, 08 :11" 0a. z.1-• Q.'tt w C u tJ r 4, ? S. y.•/.•r uC V C c. M O 4. G•+^•l U 41 h H C O to O:..1 G r 4, O ..f'•i r• 111• ~� y l- O►.='_... ` J .,,1 u ^ J..a= u L' C CG' G L. Y<r U �.i _ �U�•• - _ O G u O u N 4,l�q 7 W.0 O C 4,t+ _ tr b.v V•V t,1r V U W O.�•l !G %.a .S � � 0 O C_•3 G O <_ O J 0 0 0 a 0 0 0 3 u L u a u 4-� T C.7 0 a '1 U G y.T:•.TTTri.T T•+ C O G :3 U O C .-1 L 3 LI 7 v n / H••i••.�•1 M .+H w•.. C V T O Ti [I•ri` O J 4 v.•.y fj r O .-1 Y ,l, UUU :.IUUUUU U < C117^15[-s.--....f.00s.:: v.�w:. a, vl In :he Board or Supeirvisors r Of CCn". C_StL `^L•:^.i" StC-, ^' CCII 0r`n.0 SE. -7 L77 , 19 in the Matter of Authorizing the Director, Human Resources ASencr, to Execute Subgrant Yadification Agreements with Thirty CETA Title VI FSE "Susta;ament Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification 0709 to the County's CETA Title III Grant #06-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CEM Title VI PSE programs in Federal Fiscal Year 1977-78, includins operation of 30 programs known as "CETA Title VI PSE Sustainment Progra=s," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Huaaa Resources Agency, regarding the need for prompt execution of Subgrant Modification Agreements for operation of these 30 approved CETA Title ['I PSE Sustainment Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CEL4 Title VI PSE Sestaiseat Subgrant Mocl-fication Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the Canary's CETA Title VI Grant Modification #709, and in order to preclude interruptions in the operation of the County's existing PSE Sustainment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrzstees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modificatiot Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification 0709 to the County's CETA Title VI Grant 006-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by-number and subject to the new Subgrant Agreement Payment limits set forth in said Chart, and under teras and conditions as more particularly set forth in said standard force Subgrant Modification Agreements. PASSED BY THE BOARD on SE? 2 ( 1977 1 hereby certify that the foregoing is o true and correct copy of an order encored on :nn minutes of said Board of Supervisors on the date aforesaid. Orig:/Human Resources Agency Witness my hand and the Seal of the Board of Attu: Contracts b Grants Unit sup cc: County Administrator affixed this day of SEP 2` 7 +=77 19 County Auditor-Controller County Manpower Project � Director j J. R OLSSON, Clerk Sub tees � g By 4_l!✓✓- �4!fZ_6 t-te_ Oep ny Clerk " RotbiY Gui�r.r!r/ PJP:dg H-?i: ' t1n PROGRAM BUDGET Number 2 8 - 6 6 4 - 5 1. PSE Pro ra Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a, Cost Categories. (Federal Funds) (1) Participant Wages $ 67,119 (2) Participant Fringe Benefits 15,336 (3) Training -0.- (4) Supportive Services -0- (5) Administration 1,244 TOTAL (Agreement Payment Limit) S 83,699 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. Pad-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 3,453 from County's FY 76-77 Federal CETA. Title II Grant (2) New Funds from County's FY 76-77 34,311 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 45,935 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 83,699 Initials: 61� Subgrantee CountylUept. x A. MODIFICATION SPECIFICATIONS 9 R Number 2 " _ 6/�6 4 — 5 "(2) A veteran who has served on active duty for a period of more than 180 days.or who was discharged or released from active duty for c service— connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, rovided that the veteran has not obtained permanent, full—time, uas sidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximus extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Kaightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment 7. Devised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man—Months) (Man—Months) Teacher 1 21 12 Custodian 2 42 24 Secretary 1 21 1P i f 00 _` Initials: ('�v2 S g� Couaty Dept. —2— sm - ' MODIFICATION SPECIFICATIONS Number 2 `�R _ (�v 6 4 — 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 45 935 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identi ed herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 37.764 to a new total of $ 83,699 3. amended Federal Regulations. Paragraph 1. (Compliance with Federal Require— ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and emended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as nay be revised and amended; and which are incorporated herein by reference." 4. Chapge in County's Representative. All references in this Agreement to the County"Civil Service Department' are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages I and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Edibility Criteria. Fifty percent (SOz) or more of such new participants will be h ri an accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both. (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC—Unemployed Fathers, under Title IV of the Social• Security Act. LL f_5 In �r Vl/ u�graatee County Dept. -7- SUBGRANT MODIFICATION AGREEMENT CE?A Title VI Subgrants Number2 8 - 6 64- 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-664-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: BRENTWOOD UNION SCHOOL DISTRICT Capacity: Public Agency Address: 250 First Street, Brentwood, California 94513 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the"Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority, This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Goverment Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA. CAA%LUFFOORNLT SUBGRAVM 1 EX Z&M406 A� Designee C D:signs a official capacity in public Reca=ended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) " BY Designee ATTEST: Designate official Capacity) By (Form Approved by County Counsel) L Dater OU4C50 (XIVE XIt6C BODY HF:SOL0*1011 ' (City ur Sahuol District) RESOLVED. that MY of Antioch (name of City or School District) a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement 6 28-652-5 with the County of Contra Costa for the term from October 1. 1'77 , through 5CRtenkrJO , 191A, for CETA YI Subgrant Modification Agrement (subject of Agreement) and that Stephen R. Thatcher City Manager (name of authorized official) (official capacity/title) of City of Antioch is authorized and directed to (name.of City of School District) sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. CERTIFICATE OF CITY CLERK OR SECRETARY i, Dorothy P. Marks do hereby (name of City Clerk or Secretary of School Board) certify that I as the duly elected, qualified and acting City Clerk (C.ty Clerk or Secretary) of City of Antioch that the foregoing (name of City or School District) is a full, true, and correct copy of a resolution duly adopted by the City Council of said Public Agency on January 14. , 1975, (City Council or School Board) and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Antioch California, on January 11 1978, (city) (Cilr Cl.•rt.• r.r ..:Y:t.a�' : :a„u.ru.ra•) ral�rh x ::NAL PROGRAM BUDGET Kimber 28 - 652 - 5 1. PSE Program !!jget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 52,488 (2) Participant Fringe Benefits 13,815 (3) Training -0- (4) Supportive Services -0- (5) Administration 3,110 TOTAL (Agreement Payment Limit) $ 69,413 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee s�PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. F]►d-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 2,333 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 25,090 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 41,990 Federal CM Title VI Grant TOM (Agreement Payment Limit) $ 69,413 Initials: S ee County Dept. MODIFICATION SPECIFICATIONS Number 2 8 - 6 5 2 - 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, ot the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, Nest Pittsburg, Martinez, Rodeo, San Pablo, EI Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Nan-Months) (Man-Months) Administrative Aide 1 21.0 12.0 Maintenance Man 1 21.0 12.0 Draftsman 1 20.9 '12.0" Initials: tee County pe pt. -2- W Q / MODIFICATION SPECIFICATIONS R 652 -Number 5 �j _ In consideration of Subgrantee's agreement to continue operation of its CZTA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 41,990 County and Subgrantee agree, therefore, to modify the Subgrant Agreement ideatified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is bereby modified by increasing the amount of the payment limit specified therein from $ 27,423 to a new total of $ 69.413 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. [mange in County's Bepresentacive. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50Z) or more of such new participants will he hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or UO Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Sec ity Act. Initials: u r tee Co unty�Dept. -1- SUBGRARr MODIFICATION AGREEMENT CBTA Title VI Subgrants Number 28 - 652 - 5 1. Identification of Subgrant Agreement to be Modified. Number: 28-652-4 Department: Civil Service (hereinafter changed to Raman Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF ANTIOCH Capacity: Public Agency Address: P.O. Box 369, Antioch, CaUfotnia 94509 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications_. 'Dae Agreement identified above is hereby modified as set forth iu the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Scat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreementreto: COUNTY nF CONTRA COSTA, CALIFORNIA 7BX,. - 8y ��r�4I�:(i(iL77LI��K .. Deszgaee Stephen b. Itcher, (Designs e o ficial capacity in public Recommended by Human Resources agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) Desagoee ATTEST: v Clerk Designate Official Capacity) By �01 &4'_ (Form Approved by County Counsel) Dorothy/?. Marks Date: Januarell. 1978 Microfilmed with board order •_' -:.c_ a. h w H.•�1._P�h l[1 h^�O O H�'1�r1 L7 N r•..^i I+.f C. �' � �.��n n Lam'.r.-i�J s.c1 V�A tl O O z>O O C.«•u w�r ul -�•,l J�'C1•A N tV Cl[\C7 x ,h 11 V1 t)t C 'V C1 co.4 ti CIS n u1 C'1 C,:J7+"J�.U t7.•1 N C .0 h U 00.4 Ml�O t"1 Ci � 1 r!H v�-N Ci H ri H O H.N.4 C'1 1 A .:l• H 14 ii �1 Nn q H V' NC.ih�c O/'1N[\A Cid 1r1/•1►•10m-a.4P1 C1'7 1-1-2Ci nON'r -M In n s U n N CO 01n�T O V C, 4F.11-N COn CO CO .�1i .-�:.ci cn C•1 H U M J�l�n�:1.1 m.-1 U v O G+N�N.Y{m 1"1:O�/rl Gi m.CO-C CO u1 .l C)n O1/1m0 an Cl ulCO�T MO1Om CO $0 1r1 r4 r4 �� ti C'f.i O)UCTgUP1Nn.y C'1 v1 u1 O.7TnU�7N.i/•1 r1n ZZ A.-iO.•/��KN O m n�C C'1mN C'1 n U.•r.•r 10 O m.4 ofNN N.M 7 Fi - -In.-v�v - --s�•.:.svcv�a.:vr�•s�o1��.a1n I I / r 1 U% �1 O r1%,a%'3 v try n m QI O.0 V• N N n V,Cs rl m w rJj . 11 t,1 L1 R1 tin 111/1 v1 V Uv UU r.%*UV nUnn�' /1 n mm�mn <' UUUUU UU U vf• Um.a%2 U U U UU%0 V V U1ob V V _ ommomom mmmmmmmmmmmmmmmmmmmmmm 4 r' >f 7 ra to ? Y u o Y q ,+u q - ./ u u u u auY1�a u .a •.a +.� u Y •./ m u Y M Y Y Y L M u•-1 Y-./ 01 Cl Y -r1 V Y 1R N A O Y L O m U Q - N q J 4 In L M M Y o Y 0 M •.4 .1. �R D p Y 0-r4 ee 0= 0 O C .pipu.lYu./.pi 41iMi.aaN.auu� . C.1 O .•4 O CI r L t.F-'1 Y.C O O M C+•4 U M ri " 4 H tri C N O-r1 N O 0—ti d Y YC C _ O H O v1 ,.^,• u O H H O G H O O Cr p 4 u 9-j=== V "-a-: O N:-. C to 4 9 Y u CZ O L t--u 4 V N V 4 V 0 R. O �'. u 6 U 4 u.n H H-t M M 4: ^ 4 b Y 4 M •- _o•p 1. L V C 7}l '.:r1 42 t» O O:.:9 in W U,A 4 4 Y C N t. 'O _ u L 4 < r J 4�+ '� O O 4 i•3 i!.M y H O O 3a w •e`.=� O L T-A •• O L J ••�7 C ^.0 0 ti H C 4 H O U O H-y O+i o;.1+1 c~^••.+ O i.. •G H.y J. O .• Com•NZ) w hM C O w , _^I J u.•1 C C O O Y 7 ...U V^:»i.:. r,..::}o C c u i Nm.a» wy D� C uw J L O 4 0 0 0 o G G u N u V t: K Y.r.J O cl U G M G:0 0 7 i s C.'. O M N Ci .r �' M N H H M K•-. •� . L �.7 {j h M Ct O L C. w.,y A C 19 O.� Y U:JU 0U JUUU U< G:'.^I Jam. �..`�.O 0 rti G:V. W:: R. N ' r In the SCCrci OT Supervisors r Gi Co-. —,;, C:_c` Count;, smze Cr CCf44 tYCirn a SE? ?7 12-77 '19 — In i9in tics Matter of __aor_zip< the Director, Hu=an Resources Agency, to Fxecute Subgrant Modification -_relents with Thirty CETA Title it =SE "Sustainnent Progra=' Subgrantees The Board having authorized. ay its order dated August 16, 1977, execution of Modification 0709 to the County's CETA Title VI Grant 906-5004-60, thereby applying to the U_ S. Department of Labor for new funds to be allocated a-o g d:sivated STA Title VI Public Service Employment (PSE) Subgrantees, as reco=ended by the County Hanpower Advisory Council, for operation of the Co=--v's Ca'T_A Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs _lmors as "CETA Title VI PSE Sustainmect Programs," wnich were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having corsidered the reco=endation of the Director, :_rima Resources Agency, regarding the need for prompt execution of Subgrant 'adifica_ion zgrea=ents for operation of these 30 approved CETA Title VI PSE Sustairment Programs from October 1, 1977 through September 30, 197S, as specified in the attached "CETA Title V1 PSE S•estain=eat Subgrant Mo-;4fication =greement Specifications Chart," in ereer to assure conformance with the plans and objectives established in the County's CM Title VI Grant HodiEication _709, and in order to preclude interruptions in the operation of the County's existing PSE Sustai=ent Programs; IT IS BY T=T BOARD ORDEPED that the Director, Human Resources Agency, is AMORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgraatees identified in the attached "CEZA Title VI PSE Sustaiimment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification 0709 to the County's CETA Title VI Grant 006-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CM Title VI PSE Sustaitment Program, as presently authorized under the Subgrant Agreement referenced by.number and subject to the new Subgrant Agreement Payment l.isits set forth in said Chart, and under teras and conditions as more particularly set forth in said standard fora Subgrant Modification Agreements_ PASSED SY THE BOARD on S c P ? t 077 1 hereby certify that the foregoing is a tnr_and correct copy of an order entered on inn ninvtes of said Board of Supervisors on the date aforesaid Orifi:/P.an Resources Agency Witness my hand and the a+a)of the Board of A:tn: Contracts b Grants Unit Supervisors � cc: County Administrator afn'xed this day of SEP-',' 7 ;077 _ i9 County Auditor-Controller County Manpower Project Director J. R. OISSON, Cl.rk Subgrantees gy !.-!,f - .�i ?"Le- Oep'ni Clerk ` 00494-3 COVEIMING BODY RESOLUTION I (Cit or School District) RESOLVED, that Martinez Unified School District , (name of City or School District) a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement i28-669-5 with the County of Contra Costa for the term from 41� 30 , 1977, through 9/30 , 1978, for C.E.T.A. Contract (subject of Agreement) and that John W. Searles District Superintendent (name of authorized official) (official capacity/title) of Martinez Unified School District is authorized and directed to (name of City of School District) sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. CERTIFICATE OF CITY CLERK OR SECRETARY 1, JOHN W. SEARLES do hereby (name of City Clerk or Secretary of School Board) certify that I am the duly elected, qualified and acting Secretary (City Clerk or Secretary) of Martinez Unified School District Board of Education , that the foregoing (name of City or School District) is a full. true, and correct copy of a resolution duly adopted by the - School Board of said Public Agency on April 26 , 19l7, (City Council or School Board) and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Martinez California, on 1/17 , lg 78, (city) (Cit Clerk's or Secretary's signature) AFFIIC � 4ap SEAL HERE ;I 5�>an�S:rcat.:.trt rr I •��F vi•e-rl�Na_--oo =a;r_rx �-cc>n_n_c� n_nr_e^. nnr, �v. t A O C Q C n n ' T R •t ^t �.^' '-C"r n p O n h ?n 3 r-• �+ rt n G ^.� 7 O 7 .•-K•<•!K K K K`=`c n 3 a C n C •..w K S z ^ O :: A :3 n Ll A O CK �-•7 rt n n s n 0 0 0 0 0 0 0 0 7 0 > ^ O 7 A O a 3 7 G A n K rt •., t C 0 7-r-.---•-.--n•- 'L S n R z 0 y =. 6 1 a O C w= ? n A o 7 r 0 •+ 7 ,+N to S .•tl r n ti n n �.• r Y Y •7 n n C n O F+•Y O Cin Y•'w�+ n � r.-.� SSz G.��+C ytl K n O r 7 . 0 n O �r1 MO rt n n wn rwO C C O O •.N�+�. Gr 5 a n K GO z' n n Cr rr I.. 0.n n n YM R N A r O an0 mon 0at*C-3 130'a6nno"3 rn a --v, 070.nn :r 00.0 nn � o :•� D D O M S a N r 0 n 7 Y•M O N zr n M v a m n t3+w Y n O N O N tl 0 to r n O X r R R -0 S 0 r n n O n n -n :r O r !►n r-0-0 O r Sn Y'.l•t ••1 700 Y O O ca } D Y O 0 7 0 O r Hc r 0 R n J C 0 M 0 Y ►.Y n n Y n W Q. NMO Mn a n an b- to Ii O VK 0 n b 0 r n b A M 3 n 0% A n h n W w n r I L D C) 0 0 M n n 0 M a m R n a K O 0 n 0 W K n n n n n K n ..a n 0 nn r r a n r'- 0P R IR R n n n A M I. R tA 1 n c a.r K v n 0 > rr j rC . CA y TS C i rn .............. N N N N > mm�DmIm�tA;D OD IWT r?T���m Orm SD;D09�tp CA l p �3 .`•r G+42,a a a a a c-aa a•a O.ca-m 6- -c7 c;%O C��C%m m c..+C. ? t- V m V m-1 V V O•V V C.V IT C%G.V O O.P a.T N NIA It.LA N.to to n am!+ 'VrWNNY Wpp.OmVWaNAYO WAvmV C%I..-WN j2 1-1 1 1 1 {JrF FF WrFFFF TEAT}AFFFT}AAF}TAtA}A �C COS i • zz r n= { Go I vNraw„Wa/N+moalu+r -.IWNmWa..1"iCD%A~ia.rorW r, K•O Iy. C s z r t �A o I� y Vic:- •r. N a LA M VNWr V.DFO twWrV W Namb C.mrW m N V.a Nm WO WYlsmtw tq la Olo YtQVOY VtpNm Ad}WV Y n v' t+1+mW�tAtI.ANtgO a1+tbWAVAt1rCWormNNC•A Vim - mm Vm NV aNYa A% uOw %a mtONNYv.r TNCDVN Vim ^ a%V AN WYFm Otn WNI V NNWOT Vm NC�rmVW Wt0 W t �- v7^> • - X27 G V r_> T FW r W Y N Y 0 r Y W N A A r N b • N W DF Wr co C.W r ON W t3.C�0• 0,CAO W W OC. W.oVNYAmW/T V_O.O rV aVTW©b WNNm WrC�OO r+� V!N tw Cn(D Y O O•••'G+{V.v n O.0 lA N C,V N•.0?V}C to:z of J T C s+r rmtTON V OCA 00 OANON Wb�-'�v>}W OPN V r v> V A V N W Y rA W o.N.►�O O V CD V r.p T W W Y C•7 .o 0 V V v 1 s b T PROGRAM BUDGET ,,umber 28 - 669 -5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages g 82,240 (2) Participant Fringe Benefits 23,356 (3) Training (4) Supportive Services 0 (5) Administration 9.790 TOTAL (Agreement Payment Limit) $ 115,386 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee*s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's — Manpower Project Office at all times. in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End—of—Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 10,185 from County's Fr 76-77 Federal CET& Title II Grant (2) New Funds from County's FY 76-77 41,264 Federal CET& Title VI Grant (3) New Funds from County's FY 77-78 63,937 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 115,386 Initials: S grantee County pt. 00-wo :MODIFICATION SPECIFICATIONS Number 28 - 669 -5 "'(2) A veteran who has served on active duty for a period of more than 180 days or-wbo vas discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title Vl. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Haightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Bevised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a, of Paragraph 1. (PSE Job Positions of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Jab Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Library Assistant 2 40 24 Typist Clerk 3 60 36 Custodian 1 13 12" Initials: S� grantee County rDept. -2- ""•va7 MODIFICATION SPECL?LCATIONS Q Number2 `J — C V 6.7(] —5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VL Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 63.937 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgraat Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 51.449 to a new total of $ 115,386 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, L977, as may be revised and amended; and which are incorporated herein by reference." 4. 0 iu County's Representative. All references in this Agreement to the County "Civil Service Department' are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eli ibilit Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. kEligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: J "b. New Title VI Eligibility Criteria. Fifty percent (50Z) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categdries; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, ander Title IV of the Social Security Act. Initials: k ubgrantee County/Dept. -1- OOGM SUBGRANT MODIFICATION AGREEMENT CEIA Title VI Subgraats r Q r Numbev � c V 69 7 -J 1. Identification of Subgrant Agreement to be Modified. Number: 28-669-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: MARTINEZ UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 921 Susana Street, Martinez, California 94553 3. Modification Date. The effective date of-this Subgrant Modification Agreement is October 1, 1977 4. Modificaon Specifications. The Agreement identified above is hereby modified as set forth in tithe Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Scat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA �C(OTS/A^, CALIFORNIA SUBGRANTEE By-Zy"99"�vWC By (u_;e/d4da Designee JOAN . SEARLES, District Superintendent Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) \�•d+- Designee ATTEST: Designate /official Capacity) By (Carol L. Walsh (Form Approved by County Counsel) Notary Date: 1/6/78 � p OFFICIAL SEAL VV CAROL L.VIAL, vvi.JC�( 1 NOT . _ :R: ?U 3L:C-CALIF RNtA �iElp'Ci Ive2.1971 Mitroti;m d v iw g 6,P921 SUMS Street,?hf rcz.CA 94553 GOVERNING BODY RESOLUTION NO. 62/77-78 San Barron Valley Unified School District RESOLVED, that San Ramon Valley Unified School District, a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement #28-674-5 with the County of Contra Costa for the term from October 1, 1977, through September 30, 1978, for administration and staff services to provide a CETA VI Public Service Employment Program for CETA - eligible participants, and that Douglas Douglas, Director of Classified Personnel of San Ramon Valley Unified School District is authorized and directed to sign said Agreement an behalf of this public agency and to execute any bonds or other documents required in connection therewith. PASSED AND ADOPTED on January 23, 1978, by the Board of Education by the following called vote: AYES: Ed Best, Don Sledge, Jane Upp, Gregory McCoy, Michael Wahlig. NOES: None. ABSENT: None. CERTIFICATE OF CITY CLERK OR SECRETARY I, Allan J. Petersdorf, do hereby certify that I am the duly elected, qualified and acting District Superintendent, Secretary to the Board of Education of San Ramon Valley Unified School District, that the foregoing is a full, true, and correct copy of a resolution duly adopted by the Board of Education of said Public Agency on January 23, 1978, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Danville, California, on January 23, 1978. Allan J. P.tersddkf Secretary to the Board of Education of the San Ramon Valley Unified School District of Contra Costa County, State of California AFFIX SEAL Y. r`_ �%.. 9 Y_ HERE , ro� co-s sac. t -- -a nnomon:J a.anmaa .n ra nN V O e•f�:C r.�-Cf tT f1NJ NCOOO0000 aN0 t0.-C.-1 " .'.�.�t �:b� ...0 v t.i.tT•Cn;�J_N_q SO.O:'1nv7 V.•000.•t .LhN to i'•y f."�O3�t t•,Ca N M[�C.1 A-C%D th••d.n C4 QO.m t9 M ^tet 10..9 _ v N alN t�C4 A c C10tl m�Otl.O P1eiN V.•i.9um.t +T O n N c f1 Nv���Nl1 ... .•t^. t= VI O w i C!f p�C'•1 C'.t�t0.i V N[qAM^Of9N N nCb" 9.n0 MOv 4 M N.T V y t� Nt�stN�-".n.4%n .0c,"W0V1�rC-40.-1N•Ot- Wt MW Cn v'I:t NV P1O 1w!C O_c N11 V1 ht0CICO rf f.tl H".d nco.-O<toW%m r-.4 0.`•O V1 t00 h N at V1CIo.T.n M C3 40 C4%D Vf ` N CO C-1.4 CO%D0%COV C-1 N C,N cn V1 W1O-T 0%11V Vn C14 14 M.-1 t+ _ tr .i a1 N .•C.•1 r. .T .-1 <� J 1 z4 t0 cr Li �E U- G L- U s•� __ _ _. _ tr 1aZ CZ, A C9.ia.•t.-Nw%r o mr`c.+tmN.9 f`b t•1t•1100 WA%o Nc•1NN O fes. i� rt ci N .•C N N N .d N <I _La -4 ai y x • Cal t �: NT T 1 ?-4�T-z T-a 9:Q•Q`J-a -T -,T�T m-,T T-T N ?-••� 1:7 1 t •�-• N C'1.i tl n t0 C V1 O.-t rr b V1 n t0 0.O o1..t N N t•1.T ^.coO%0�! C3 4.1%V%V1 U%V,a1 V1 un V1 V V V.o b f,.0 a7%*n�o nOAn t01-co t+ P-4 F'+ tltlm y; N N N N tlCN 0 tl0 9tlt04>ln t0 tO COtl t0 t0....tl Cq N N N N N N N N N N N N N N N N N N N N N N N yt} tni �i >f =i <� M C•.t F-i u Y 0 u u C, O •+ 14 V L7 L Y Y M M M Y-4 u u Y u M 0,4 >a•.i G)j� N Y aLu 0 M M V Y u p y U 0..pi..a C~3 w t. ,.0 U Y q Y X G M Q u O L u•.: M u O t: - u� L r uw p+•C v! w L b M O 0 t; O O O+C L. O.•t 0-4— O O G Ci 0.•. O C Ci O O .•+ O G S f• L�.••t Y L w O O•.. U+t 0 V•"1 K. tl O tf O M to O � V 'r7 O L L O••�41 V .•+ O C9 G Y Q'90 9'0 OO A 41 L w 7 ad �• "oL�:VrO VN VOR TUG = O •.1 J N Y L U G V w•-i N w -.t..�VI^^. V'CI i.� +� J O 1. .[: O� u Y U C �� w VY�•. 0 0 Z7 p w V-•. U CI Y y....t,: p ... 4 r O }.M �- _7 w..r 97 C t.•. �as H C V� ...f...-1 :J:I U.r•.a 1 tj v. C 4 '• Y C Y �. t: 0:) L• V 7 0 O:�••� G ....t R L ^N•-•1 u ry u i- O _� G•"�-•O••. V1 N w C O •••• O:+ C y u R Y++ .• R►t•.• R G w Y C?... O taCJ 737w Y - :);,,t V.•+ C C CA C u S 011 r t. OC 0 4 u .:tA�p p L p o C u w `l■a(�-/(� s ti W.+w....'� O.`t• S V- C C O ••ll 0 0 t/. _ T `.Q 4�• _ O •a N O _-1 PROGRAM BUDGET Number 2 "Q — 6 7 d y _ 5 1. PSE Programet. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the fallowing budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 79,429 (2) Participant Fringe Benefits 26,220 (3) Training 3.703 (4) Supportive Services -0- (5) Administration 4,749 TOTAL (Agreement Payment Limit) $ 114,101 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee s PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Progran Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End—of—Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific li=e item budget amounts specified above, provided, however, that Subgrantee has ob wined prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 6,908 from County's FY 76-77 Federal CETA Title II Crant (2) New Funds from County's FY 76-77 41,963 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 63,230 Federal CETA Title VI Grant TOM (Agreement Payment Limit) $ 114,101 Initials: Subgrantee County Dept. OW MODIFICATION SPECIFICATIONS 9 R _ Number 2 " 674 - 5 "(2) :A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program OperatinganPl is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Music Librarian Trainee 1 21.0 12.0 Mail ROM Clerk 1 19.0 12.0 Career Center Clerk 2 29.7 24.0 Multilith Trainee 1 21.0 12.0 Custodian 1 21.0 12.0" Initials: 21 ' � Subgrantee Count. -2- MODIFICATION SPECIFICATIONS Number "R - 6 7 4 - 5 in consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 63,230 County and Subgraatee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modLfied by increasingthe amount of the payment limit specified therein from $ 50,871 to a new total of $ 114,101 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Hunan Resources Agency." 5. Change in EligibilitT Criteria. Subparagraph b. (Hew Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50%) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFE Subtitle A, Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks imediately prior to application and has been unemployed for 15 or more of those 20 weeks; or Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A. Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: u grantee County'Dept. SUBGRM MODIFICATION AGREEMENT CETA Title VI Subgranta) Nmber 28 - 674 -5 1. Identification of Subgrant Agreement to be Modified. Number: 28-674-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: SAN RAHN VALLEY UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 699 Old Orchard Drive, Danville, California 94526 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Coveroment Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By. By - Designee 4 , Designate offid1al capacit in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) Designee ATTEST: Designate Official `Capacity) BY (Form Approved by County Counsel) Date: ,r i 1�- rf! 7-L-cc La F CUS::EY ?J AAicrofilmwd with board order _i �i �.+ a 24%*E k3 -Z CO V C1 m a n co - +•-1 •�+�N�.t7 t•1 v�.'T�-4'i c>•1'i Nu N VJ CO O O m O a^i O%;n ri m- C-\_A-3P1m_ -.T•C)-:_—_ _ .., t V-t,: Cc._a_ _ _ i w m.ti N L"1 ..1 _ _ _ _ _ _ _ b --+' V 1N1�+V 4�"1.nf OCI co�T 13.V V c.%-4 t>-4 S•1 VOD.•+.Av 1�N n ca-d ..-N c'f •-1 .-/ O--1 N r1 m i~ a 1 t7mt+la11-m-4VNmr--C 0 r N N P.at ul/n 1n 0 W.a.4 m 1l F*W - i-� N A.tl N.0e•iM'i.11 C4G%V I-N W OW%-T Gi.TO�iN V 1�N m1+W W �n v V C1 cV n.-iV nO ww �r r)m.•/ O O%N ftT 4m 1n m a7 co.4 r/G• N .-1 n mom;tiv mN 1nA•.101'•O1nm OM.•/O.N W v hefOm W N�D ul N as tq.-tsp.De.me► m nen o�Te+tiv111 -9F- .01L' Z. H :/1 C:H P O U '7 n L .M! O T1 -.7 4'1••ia•t-TN1cl O m A S PI coN Ol 1.'O•4 m 'V OINrl Nvi in m 04 r L•7 c1 m -1 cj( S v -In'X.Z- -C -Z _I -►-.T.T.T.T—Qv.T-Z -C17vv M17 stn 1 1 1 1 1 1 1 1 1 1 1 1 1 ^1 'V f�W O�t-1 O r1 v'�111�71n 1�c0 OsO/•'/f.-I N NA.S O� O V Li L7 L7 u1 Y'1 1T Ll 41 LZ 10/o O n n mm�tlmnmtenntlm. .Wmmmmmnnnmmn nn � -----------N........... 1! h u u Y 7 i. Y U O Y t _ 1J u u u Y 'n a u .t .t .1 u Y •.1 a Y•.1 M - >+ Y fa til u r• 4 ri c0 A u 1. u M 4 L u f1 M0 Y p O 1.. M Y Y K CM m u Y L O 1* 9 t. u u-.� 14 u M W Y iS Y a H G G. O . v••+`+C ++ A u q u O O C u a s. o u•.�4+t v. ,.� i. .a .. C-.r m O u •: OR O G G O O_ cj.�L1 O p.-i Ll V )-•r O G.2 •Jl u G _ a? H :J 1C L i•+:.1 , U V'.i�/�.++ --1+1 4:�^. V ti i .• :! :.. V is Y1 i u L v :i y i�-• G O O :: L ')-.. O:,sl .^. G M r i .•1 r•1 .1 L ^ .r t::9 a :• U .• L' ••1•>w •r1 cA••s " O a.. J:J G r V CS .++-{ r x1 t�Li.•C:I^i i .^+:�4] �.:1_••+� .. �:J V.-� '- Ci• G�. it '] .1 p C O Vi G O ■��/��-�p��J �! .s � _ _. _ _ .':-fir ti ^.I •-i •-+. PROGS.4Ti BUDGET Number 2 8 — 6 8 1 — 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expeaditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant wages S 32,337 (2) Participant Fringe Benefits 8,653. (3) Training 1,000 (4) Supportive Services -0- (5) Administration 892 TOTAL (Agreement Payment Limit) $ 42.882 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cunulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Eeobligated Funds Transferred S -0- from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 18,882 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 24,000 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 42,882 Initials: 7 kl Subgrantee County pt. MODIFICATION SPECLFICATIO."s Q Number 2 QQ O - 6 y 1 "(2) A veteran who has served on active duty fora period of more than L90 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(I)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title DI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(I)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. paragraph 6. (Special Subareas for Miring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Fuightsea, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. Th the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. _Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Humber Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Maintenance Worker 1 21 12 Clerk Typist 1 21 12" Initials: Su g-6 raotee Count•/pe t ! P -2- .• MODIFICAr!W; S?PCL?1CITIOS3 S1 Q dumber 2 3 — 6 O 1 t7 In consideration of Subgrantee's agreement to continue operation of its CETA 'title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 24,000 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 18,882 to a new total of $ 42,882 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (Hew Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined is 29 CFR Subtitle A, Section 94.4; or (v) is a member of a family receiving Aid to Families with Dependent Chiiaren (AFL%;), including AiuC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: wSubgrantee County, Dept. SUBGRA T MODIFICATION AGREED4E:1T CETA Title VI Subgrants) (� Q Number 2 Q — V 8 V1 — y 1. Identification of Subgrant Agreement to be Modified. Number: 28-681-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CET& Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: EAST CONTRA COSTA IRRIGATION DISTRICT Capacity: Public Agency Address: P.O. Box 696, Brentwood, California 94513 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgraat Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-1+44, 90 Stat. 1476); 29 USCG Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORSLA SUBGRANTEE By By x I Designee (Designate official apacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- (\ � �L In execution of this Agreement) Designee ATTEST: CiC< Designate Opf{fi al Capacity)- By Qit. sr.r t Z. .O+a rr�O (Form Approved by County Counsel) Dace: a / Dll:.�1G MictofitMnad with board order. GOVERNING BODY RESOLUTION Zit. Diablo Unified School District RESOLVED, that lit. DIABIA UNIFIED SCHOOL DISTRICT, a public agency duly constituted and existing under the laws of the State of California, approves Agreement No. 28-663-5 with the County of Contra Costa far the term from, October 1, 1977 through September 30, 1978,for CETA VI subgrant modification agreement, and that JOSEPH B. CRAWFORD, Assistant Superintendent Business Services, of Ht. Diablo Unified School District is authorized and directed to sign said agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. Certificate of Secretary I, JAMES H. SLEZAS, do hereby certify that I an the duly elected, qualified, and acting secretary of Kt. Diablo Unified School District, that the foregoing Is a fall, true, and correct copy of a Resolution duly adopted by the Board of Education of said public agency on January 10, 1978, and that said Resolution In now in fall force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Concord. California on January 10, 1978. SEAL 54=3:�ry s Signature // 11712 �i � O S l n n r tO adnW r.tl a1��P.yAm rO V O.�Ind NO.--In Nnv !� 1<nl H 1�N.7Ot7�.���I-.<co me'%C4 NIOb OO Ino aNO.D m-1•-1 Z.\ v tD vl Ov" NIli Jcelmo l a:"1r 10 11-1 OO Cl Jh N Vl •l C.O% rl lbw PI Ch Co nom- 'V r aN OJG;J r;tO d.-c N C.C•PI NU%C4 hc•1OcDmy.DJJ rl r1 N 0.-117 JmrIN.7 a cn N O. N.-i.T ,Cr N cel ..1 .4 O.-1 N 11-1 c'7 .r y n rl O 2.2 - < n I•I n go-1 V N mn d O PI N cV n01 cn7 VI O an d rl c1 N v n%co 0Vrn Nnm N�r1-ft 14 VIN .n.DnNm Ocndo..T OrI w, to 4 G, __<rr �T JNNm.-lV PIJ.n.T n.-I•fm rl aD�:OO.N.T u'1 V1mc+f[O rr/tT N .4 nm.70-cw"VInrIOr-O in m O on rl O.in m.7 In cel O co m N.O VI e+ N m cm 4 m 40 CA am.0 17N n.-1 rl Wk O.7 m 1-.0 Irl N rl c•'l rin < D � =a<3 O ' 6 U _m c. 4 c: •f Z. Z. U ii i..O �.3 Mrc^rlv h�rmI,-W mN/7 n.oA �•m N'O pIMVI O in �V x> w . a v - 2 � 3 .T.�Mvv d.tdd d.T d.Tdd�dddd ddddPf.Td d.P► 1 1 1 t I t i 1 1 ✓c 1 1 1 1 1 1 1 1 1 1 1 1 1 �I L" NWNUN an n mane wt %D%*.rl.O m nm%0 rl%D r• NNc•t Ft F� rl wJ V In�nln�nln�'�+nlnln.o.oa..o�n.oe.on�nn.Dnnmm�mn 1 1 1 1 1 1.1 I I I I t 1 1 1 1 1 t l l l l l l l l t ti H Q m m�m m C4 mm m m CD m m m m m m m mm m m m m mm m CIOm NNNNNNNNN_ NN.NNNNNNNNN CIA NNNNNNNCIS N VI N L ca W N L ti �I Y 7s y u u u F I L u 7 IM+ c y u o y V Y vc V 1 L Y Y y M y L v Y u u u u p0 t, lO A +1 U Y +i m y L Y M 4 Y Y Y M V.•c M-.1 19 C 4 Y 1+ Ll y tl y y M O A0 O H ..I Y m u1• o•.i 1 y W w O 0 m U O 1. +l .-1 w M 4 y m Y L'r1 C C. &A }. Y.4 M p p y p M U M to U Q O 1. L p.1 M L d Y MyAMn 0Uu0pO Is yy kO0" YG0.c tl W O 4p1. L.LF N O O.+D•MU.'c \ ri -c O ci h m m H O-.tl-I U.4=.= O A U.OL++.a w W q vi O=N O M M L w O.-1 N u C N 0 0 0 O U O.O A't u u.0 O cn \ •O y N w0 1.V.-0 O ca N tl V 0•0 O 6 'J.u G .�. O o4 Y N Y w-0 tl V w.-1 rcM .dM V)L 0-0 : +� Y u tl w u 3 L Lc C3 c 0 g v 4 w 4l M O O=•O=w cl•r. tl V y 0-4 L O O O V ++ Lr w u tl ?.M "� O Q.. J 4 M'O C L t c w•-i c 0 w�+.+ O U O.4 M .,.1 c u c,y IS y C u ^� t O p V v O M O p M G C y O C u+ i• O=+ c^'•+?M h N H ^ O w O:J c i u C - s u o 3 n c u c=.= o M J W W W W V w.�.4 y Ie•.,C. Q. 0 0 0 0 O O O O O O Ulb u tl u G C.� �.q 3 D c c1 U c c O J c - T w M c:O tl 7 c E C: O M m tl _ J C O C c7 c tl u C c u L 1. u p C u u y L y Y Y y Y y Y y Y O w�M W y L L • M u U C.1 li 7 Cl q v "„l' •-1MM-.1M+�•'f Mv+N c w T 0:2 q M L tl Y g L M M R i q 0.-I Y N V U U U U U U VUU<C7=rl X.-1.3 s..T,:.00t�ar Ul W3:w to • PROGRAM BUDGET Number 28 - 663 -5 1. PSE Pro ram Budget. Subgrantee shall conduct its.CETA Title VI Public Service Employment PSE Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 694,827 (2) Participant Fringe Benefits 239,400 (3) Training 26,074 (4) Supportive Services 4,300 (5) Administration 42,000 TOTAL (Agreement Payment Limit) $ 1,006,601 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and-monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds- (Federal Funds) (1) Reobligated Funds Transferred $ 104,426 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 301,517 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 600,658 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 1.006,601 Initials: L S grantee Count Dept. .f MODIFICATION SPECIFICATIONS Number 28 - 66-3 - 5 "(27- A veteran who has served on active duty for a period of more than 180 days or who was discharged or-released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii), (iii), and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii), and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. _Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Speciftcations, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Instructional Aide I 5 105 60 Instructional Aide II 17 337 204 Typist Clerk 10 198 120 Intermediate Typist Clerk 13 255 156 Steno Clerk 1 21 12 Library Clerk 3 63 36 Maintenance Helper 1 21 12 Custodian 1 17 12" Initials: grantee County Dept. -2- MODIFICATION SPECIFICATIONS R Number " _ 6 6 3 — 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (L2) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 600,658 County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 405,943 to a new total of $ 1,006,601 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income (computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A. Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: J 0W.2 u rantee County p[. -1- 1G1 J N SUBCSAgr MODIFICATION AGREEMENT CETA Title VI Subgrants Number2 8 - 6 63 -5 1. Identification of Subgrant Agreement to be Modified. Number. 28-663-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CET&-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: Mr- DIABLO UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1936 Carlotta Drive, Concord, California 94519 3. Modification Date. The effective date of[his Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Autho�rity. This Subgraut Modification Agreement is entered into under and subject to the 1701loving legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF/CONTRA COSTA, CALIFORNIA SUBGRANTEE By 8n (Designate of ficial caoacl y in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution avthoriz- iag execution of this Agreement) (\\) Designee ATTEST: n Designate Official Capacity-) E�a���:fes-•-- (Form Approved by County Counsel) BY Date�Wi'.r�. mwlsm :__,JANET A CLARK mcrofiimod with board order RESOLUTION N0.140-77 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENT FOR CETA VI SUBGRANT MODIFICATION. BE IT RESOLVED. that the City of Pleasant Hill, a public agency duly constituted and existing under the laws of the State of California, approves Agreement 28-659-5 with the County of Contra Costa for the period January 1, 1977 through September 30, 1978 for the continued operation of a CETA TITLE VI Public Service Employment Program. and that James L. Alkire, City Manager of the City of Pleasant Hill is authorized and directed to sign said agreement on behalf of this pylic agency and to execute any bonds or other documents required In connection therewith. BE IT FURTHER RESOLVED. that the federal program Is to be administered with a limitation on duration of employment of program participants as follows: Limitation on Duration of Employment of Program Participants: Each program participant under the CETA TITLE VI Program is limited to an employment duration of 12 months in the same class of position. If a program participant has been employed by the subgrantee under the program in the sane class of position for 12 months or more immediately preceding the date of the modification of this program, the subgrantee may not continue to employ that program participant in the same class of position under any subsequent contracts between the County and the subgrantee for the operation of a CETA Public Employment Program. Total length of employment shall not exceed 12 months that Is funded by any CETA program exclusive of title. ADOPTED BY the City Council of the City of Pleasant Hill at a meeting of said Council regularly held on the 28th day of November. 1977 by the following vote: AYES: Mustard. Grote, Maguire NOES: NoaK ABSENT: Hartinger. Harman JAMES G. MAW I RE, "or ATTEST: LFIEDATRUEJAMES L. ALK R . C C crrr os P T W7-19 ' PROCRAH BUDGET llu+s4er� '•i� 1. PSE Program Budget. Subgrantee shall conduct its CF•TA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERN OF ACREHPI ar a. Cost Categories. (Federal Funds) (1) Participant Mages $ 86,180 (2) Participant Fringe Benefits 26,331 (3) Training -0- (4) Supportive Services -0- (5) Administration 9,469 TOTAL (Agreement Payment Limit) $ 121,980 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County'.; Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before malting any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ 31,421 from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 54,230 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 36,329 Federal CETA Title VI Grant TOTAL (Agreement Payment Lisit) S 121,980 Initials: (26 Su raatee Count Dept. W. HODIFICKrION 5PFCLFICATE0:iS tiunbe r - vcJ "(2) A veteran who has served on active duty for a period 4f n:,re ti:::n IFO days or who was discharged or released from active duty for a se r;fce- connected disability, shall be imyedfatety eligible, upon or discharge, for participation, Subparagraphs 5.b.(1)(a) and (ii). (iii), and (iv) above notwithstanding, which could ocher-.fs:: pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release- e:tf the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitable along the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(1), (ii), (iii), and (iv) above, as prescribed by County to the mazireun r.cent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and esclnd_ng no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), Page 2, of the Program Operating Plan is hereby modified to read as follows: "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Knightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, El Sobrante, Nort?1 Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program), page 1, of the Program Operating Plan. is hereby deleted and replaced by a new sc>>tituce provision, to read as follows: Total FY 77-78 i Number Duration of Employment of Job Employment Only "a. Job Title Positions Han-Months) (Han-:lonths) Youth Counselor 1 9 -0- Code Enforcement Officer 1 6 -0- Account Clerk 1 9 -0- Laborer 1 7 -0- Laborer 1 7 -0- .*iunicipal Trainee 1 20 12 Municipal Trainee 1 20 12 Municipal Trainee 1 20 12 Municipal Trainee 1 19 12 Municipal Trainee 1 19 12 Municipal Trainee 1 9 2 Municipal Trainee 1 3 2W Initials: C Subgrantce -2- AW MOOIFICATIOS SPEC IFIC,%TLOIG In consideration of Subgrantee's agreement to continue operation of its Cr:7'. Public Service Employment Program for an additional twelve (12) months, thr•,uh S.,-,:ember 30, 1976, County agrees to increase the total amount payabl_ to $+,b;;rantee un'er this Suberant Agreement by S 36_3? Counry and Subgrantee agree, the-r�!fore, to r_odify the Sub;rant Agreement identified herein, as specified below, while all oth_r parts of said Subgran: Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Suberant Agreement is her.-by modified by extending; the termination date specified therein from _September 30, 13// to September 30, 1973. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Ag r':ement is hereby modified by increasing the amount of the payment limit specified therein fron $_aS6-,l to a new total of $ 121,980 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments). page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee oust comply), as follows: "Federal Repzister, Vol. 42, No. 93, Friday May 13, 1977, as which nay be revised and amended; and are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department" are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eli ibilit Criteria. Subparagraph b. (Hew Title VI Eligibility Criteria) of Paragraph 5. tEligibility and Hiring of New Title VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)) which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) Is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and receive) unemployment benefits; or (iv) is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitles A. Section 94.4; or (v) Is a member of a family receiving .lid to Families with Dependent Children (AFDC), iucludinL dF!A:-U::em,lot_d Fathers, under Title IV of rhes Social Security Act. Init(iaals�: rAz W 11.1 bora t • -1- SUBGRANT HObIiICATLOA AGRU_'t6r.T (CETA Title VL 5ubgran[s)A z� � Number b5 1. Identification of Subgrant A.,:reement to be Modified. Number: 28-659-4 Oepsrtment: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF PLEASANT HILT. Capacity: Public Agency Address: 3300 North Main Street, Pleasant Hill, California 94523 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the �Hodifieation Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Jcb Programs Ertensicn Act of 1976 (P.L. 94-444, 90 Etat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY / OOF CONTRA COSTA, CALIFORNIA SUBGRANTEE BY; Designee 1 gnate of 'cin capacit in public Recommended by Human Resources Agency acy and attach a certiE ed copy of the governing body resolution authoriz- By GNB , n^lti ing execution this Agreement) V�a�tsGDesignee ATTEST- esig ate qficia Capacity) dy (Form Approved by County Counsel) Date: /Z Mid' kned with Board order a1:f15 r n m O ON O n w rl h m d 0%.-i r e n t .O O T h ;.C t�1 N n NV 0 t'�1+:ti n�;m Q•C7 N 61 N m m O O m O r NOW W�ri ti O u1C 11: Nn I:t I'! c!C 1 W VIN v1 :..\ O�O W.••1 P1 tLNN t"10�C1A�n.0 n.-1 VIO x'101�0 t'f to v.-1Nm C,t'1 N Vl N n V- O a•1 m QW an d.O V O a•I ri N O r1 M.O O.d VI d O M N L' r C4 n n O z <-. :: t'IOlcel el h O.••tONtO n.�ON1NN hOI to n;n msT l�tNd n� C . 1 C: V1 rl ul N m V7 h N O O VI d d O rl N%O h Ct O h co m �n dWN_NQ.-iVl"1Oc11+TndlfiG.•1 v'i+7001N3VIN CD CI GO.-f ri Oc m co m d m VI Nh Go O n O 1ff m Co VI ria VI an d V>%c1b0 O O W N c0 h c-N N m N.••1m� 1 V an N h.•1M htA O d 01 h14�N NfA..1 h 7 :3ti -y L M �j 0 U "1 V i-+ H y G C1.-Ire-i�T N M�N M I,-70 %SDN aq ll lO 11 X4%0 0NSDM NM ND Dc 94 z5 < [{1 U r-+ 99 C '! tl .TC 1+1'7'T+T'T.T.T d�Tddd dd-Z-Z QST.T'T d J Q N1 rT J d 1A it I t l l l l l l l l l l l l l l l l l l l l l l l l l l N P1.tet w%n un 01 d wN v1�O of n CD OI O%a r1 r,C.1 r1 CO O IO U Zi&A N'I Y'f U'I r1 H°1�V1 V ADV bV n.OVV hV nnlDnnnmhmh C •5�vR a"'D o Io.a. -a-0M.)MO.o%o'o.o'0%D%,%D o.c'D'D.o.o r: F. m CID CID CID t1�CID CID CID tD C:f CID CID CID CDI CO QD C0 CO CD CO tD CID m CD m 00 C10 CD CID .............N N N N N N N N N N N N N N N N N V G3 a t, to N r F- Y ++Aj 0 u u F i�I1 Y :1 3�1 V Y u VO Y v m ,1 m ). Y Y Y 41 Y M M U L u u u Y A u q R U .+ ./ +c V Y ,.1 m Y v, fl M Y Y 4 Y Y 1+.A 0✓p0 u L .1 Y u tl m+1 m U Y l+ O m U q .1 t. +1 w u m u,C+1 F a Y..i•.1 Q Q Y Q 1+ V•.t mo Q O S NQ Lr{ Y ✓r•N r• m MaQN.Y Y Y� C.+ m O u u O p O++ Y N •O Y C C C O M 0-- +1 M V O q m 0.-1 fl q c4 O O r1 O Q.0 S. 1-."r1 Y C +1 O O.�96+1 V r1 ri x O V—41 m q V. O.1 N O V.0+1..7 t+)0 tII .r1 0.=too +1 .0 L O.`1 V u C H O C 17 O V O'O Q Q = u Y a= O N L C 3e+1 9 L tl w O:O L tr b.� a W to m m u 6-aO C T u C :• O `e1✓ N ✓ Y U U V M.moi.i..� ..1 T{V) V 9 T M ✓ ✓ u )y Y tl C 7 a 'q�+u1�.+ O o 7 p w u+1 flu ✓ m.r x D u $ t+ 3+ tl C 0? t: u V v-. .•t O O fl .•1�..to w++^� 4 O to w x OL 7+1+*4 LS. Cw rf ^ tl +.wrq V U Ori M V1 9: u u g Y O Y ..4 0 tl 7 L V O+1 0:3— C "M 4 r Y tl L W H tl -+ C^++:]w to H M C O w 0 G r u 0 ✓+f q .-1 q >y.-1 Y 0 a L u Y C=+= O+/v1 ? O <w V W,3�:.r..w:•:O�.a u L ua u.+ L L to CG: u< O C u u ✓ N to,7>> w.0 O Cu w w uaw4wr.4.vw v L 0 3 m J TO C O C G tl 0 q C.O O O O O O O O O , O u 3 tD u u Y C ct Lm T G W O g m U C q ^ T +1 C3 u 7 m O C G O 0 q u ..1 L ++L lOi ✓ N L +J, :! :.r-✓. c ✓ :J � Y � +J- ✓ V L H w y L H ..)L•.1 ✓.ui ,7 N 7 C! q ..1+. _ U U U L; u C. .: U C C.C"'1 X.-.-- L. O O W 0.^ V. W^.:C•. ;n RESOLUTION NO. 77-49 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BRENTWOOD AUTHORIZING EXECUTION OF CETA VI SUBGRA.NT MODIFICATION AGREEMENT - SUSTAINMENT PROGRAM - WITH CONTRA COSTA COUNTY. BE IT RESOLVED, that the City of Brentwood a public agency duly constituted and existing under the laws of the State of California, approves the Agreement with Contra Costa County for the term from October 1, 1977 to September 30, 1975, for CETA Title VI Subgrant Modification Agreement-Sustainment Program, and that James M: Buell, City Administrator of Brentwood, is authorized and directed to sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. PASSED AND ADOPTED by the City Council of the City of Brentwood at its regular meeting on October 11, 1977, by the following vote: APES: Councilman Chiselli, Canbel, Guise and Hayor Cunningham NOES: None ABSENT: Councilman Shahan oved: .gCunningham, yor Attest: ue , ity Clerk CERTIFICATE OF CITY CLERK 1, James M. Buell, do hereby certify that I am the duly appointed, qualified and the City Clerk of the City of Brentwood, that the foregoing is a full , true, and correct copy of a resolution duly adopted by the City Council of said Public Agency on October 11, 1977, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Amk 'twolorr' October 11, 1977. Agreement 25-553' �a� r„�, _E,its. er; In the Board of Supervisors of Contra Costa County, State of California SE? 2 7 1977 ,19 _ In the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant Modification Agreements with Thirty CETA Title Vi FSE "Sustaiument Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification ?`709 to the County's CETA Title VI Grant 006-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated among designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title VI PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need for prompt execution of Subgrant Fodification Agreements for operation of these 30 approved CETA Title VI PSE Sustainment Programs from October 1, 1977 through September 30, 1978, as specified in the attached "CETA Title VI PSE Sus—Inment Subgrant M--dification Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County's CETA Title VI Grant Modification $709, and in order to preclude interruptions in the operation of the County's existing PSE Sustaiament Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA 'title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of Modification 0709 to the County's CETT Title VI Grant 006-5004-60 and upon approval of the standard format for such Subgrant !modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CETA Title VI PSE Sustainment Program, as presently authorized under the Subgrant Agreement referenced by number and subject to the new Subgrant Agreement Payment Limits set forth in said Chart, and under terms and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BY THE BOARD on SE? 2 7 1977 1 hereby certify that the foregoing is o true and coneci copy of an order entered on the minutes of soid Boord of Supervisors on the dale oforwaid. Orig: Human Resources Agency Whnass my hand and the Seel of the aaard of Attn: Contracts S Grants unit SCP 2 7 1977 cc: County Administrator affixed day of 19 Countv Auditor-Controller County !Manpower Project i Director J. R. OLSSON, Clerk Subgrantees BY s i% a,� Deputy Clark i ; i� Robbi�Gufie-rr RJP:dg H-24 3/77615m 0( 2 b . Dian,•' -and 1! 1L• shall maintain a bound daily diary, . rioting therein job problem, confer-entez ard- remarks ; and he shall submit all report:: d,-cm^d necc:;nary by State and Federal agencies, Architect and Public Af;ency, which shall be timely and in sufficient detail to satisfy the-purpose of the report.- c. Material eport.c. Material Records . Ile shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawin,u and/or specifications, or are approved by the Architect. Ile shall certify to Public Agency that all materials used in construction ' are as specified in contract documents ; -and, on completion and/or - installation of each applicable item, he shall collect and assemble relevant information (including.guarantees, 'certificates , maintenance. :- manuals, aintenance :manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and teleohone contacts, etc. , of materials and/or ' equipment as required); ane! at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. ' 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lst through the**l5th and 16th through the last day of the month. Payment will be made -on ' the 10th of the month or on the 25th of the month following the pay period 'i.f a demand billing is received by the County. Public Works Depart- ment on the last County working day of the period. b . ' Mileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. - 9. Insurance. Inspector shall, at no cost to- Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum I`cc'bmbined single limit coverage of $500,000 for all.damages due 'to bodily injury, sickness or disease, or death to any person, 'and damage to property including the loss of use thereof, arising out of each accident or occur rence . Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse .or cancellation. 10 . Enforcement and Interpretation of Contract. The_Public Agency's, agent for enforcin.- and interpreting this 'Contract is the County's Public Works Director or a deputy. 11. Adiustmcnt of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.* Form prepared by County Counsel's Office OU!'•1l (cc-61:. :10/76) -3- • ,. '�' 1:. �,.�._-t l: — (• .,•1 _ ,� .l; (:•,IICI_:,'_t�•1' �(' .:Il:f�..l 1:I::III�iljll it y. d';:r,1.g'JLvd UZ unci ;L �llll,;; rrlat.:.V!,:;hl;, u3 t.t," ; }u: ;:ur la:lcn oil the job ' huL he s!,ill1 Cau41cL :,:!::_ru:::, 0111y Ll,ruug;l, Wic! etintracLui'';; job superltiLel:dent;, au1 sll:il l not iu:::u;.r: Ole G01J1;V;1(:1 ul•':; (111L1V:;; and he r. shall nut g;ivc in:;Lructlon;; dli•(•cL!y Lu Lhe Con6raet,ur':; erlpluycc(a) or sut,co:itritcLor(s); a.;d lie shall liwiediaLely ;tdvlse the Architect of any ca::e where the Public Agency rej,rescntaLivec; Live inut;rucLioris L•o the Contractor's cmplo7e:cu. ., C. J'11b11C Coordination. Ile shall effectively nailiLain clu;;e Cuoreiir:::Lluri ul' Llle Contritctur':; wo1.1: and the atutci•'s requirements*by frequciiL, regular conferences or other stuitiible means, especially ilhcre projccL:; involve altcrations or mudifiCation.. of or additions to an cxi_*iing; functioning; facility, rhich mus L- be maintaingd as an operating; unit during; conduct of construction work, and therefore require special alertncs:: to Job conditions which may affect :uch con- tinuing operations. lie ::hall coordinate ticcezaary Interruptions of normal owner activities wlth the Public Agcncy and General Contractor beforehand. d. Farlillarity uAth Centr.--ct. lie shall become thoroughly ' familiar iiit i all •cutiW%te:L document: including; specifications, draw- = Ings and addenda; and l:e shall superv,se and check the adequacy and accuriicy of required "as built" drawings prepared by the Cont'ractor's employees (see also 7-a, below). e. Personal +Fre.encc & Observation. Ile shall be personally present whenever wore: is being performed (even on- overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Put•iiC Agency, Contractor or Architect; and lie shall make direct personal observations of :•rorl: being; performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being; performed in a skillful manner and in accordance with the requirenents 'of the contract documents. f. Advice & Surf; _nLions. lie shall advise Public Agency on all- construction matters, such as suggesting; ,chanee orders or reviewing; con- struction schedules; lie shall evaluate supZestions or modifications which !,rtv•�_, been rade to accommodate on-the-job problems, and report them with _ re c. t":Icii:'atIons to the Al'chitect; and he shall review and make recom_- ctendations to the Contractor on all pay estimates. G. Pre-Coristruct 1011 Review or Contract Aocunentn. When so directed by- the Public A,,;ency, tie shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Aecncy. 7. Special Dtltic:; & I.n::tructto:>:_. The Inspector's duties specially y concerninl; the proCre:;s o1 -the work Include_the following;: a. General Records w• :'i lc ,. lie shall maintain a file of, and be _ aware of the coaLents of, the local, state, Federal, NF11U, NEPA, etc. , codes, reGulations, directives, requirements, etc. , which are pertinent . ;~ to this project, and are provided by the Public Agency; and he shall maintain a complete '_Ile of all dr:vings, specifications, contracts, :halige orders, directives, etc., which determine work to be done by the. ;ontractor (see also 6-d, above). (, , 1() 009 -2- C_rMIAM Special 'r'rtt:in-:crit►;-Act.iitii::tt•ative ..crvlces Can:trucLicia :;'rprrvlclon 1, Innpr.cLion 1. S11--sial Co:ul{dons. These special conditions are incorporated below by reference: a) Public AC,cncy:_Catra .ns a rnunt3e b) Inspector's Harte I. Address:_, 14. Nelson. 1905 Pacheco Boulevard t iZ S63 c) Effective D3LC:_ Auvust 16, 1977 d) Project's Name and Location: Contra Cnsta Cnuntx nPtention Facility , i e) .Hate of Compensation:_ $14.54/hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENCY s r, Yate, 'h:Public Works •ctor3• Parties. Effective on the abovethe above-named Publie ,Agency (owner) and the above-named Inspector nutually agree and promise as follows: 4. Gent-ral qualifications t. Conditlon5. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com- . . petent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as , Clerk-of-the-tiorks, in connection with the above construction project, , which services are necessarily incident to the services performed for " the Public Agency by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General haLica F. Inn ructions. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status 1. I?^laLion a -►,lttt public A..xncy and Architect. Ills independent contract relationsh1v IL11 the Public Agency parallels that whicti exists betwzen the Public Agency and the Architect; but he is sub- ordinate to the Architect, because_ the Architect is responsible for the desi;n of the project and for Cencral supervision of its construction pursuant to the Public Agency-Architect agreement. Waofi[med with board orde Alw Form Approved by County Counsel 1-77 0 1 . In the Board of Supervisors of Contra Ccs;:c Couni,j. J"wa- C-' September 27 ,19 77 In the Matter of Approval of Consulting Services Agree- ment with J. M. Nielson for Plan Reviews for Detention Facility, Martinez. CA (Work Order 5269-926) The Board of Supervisors AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with J. M. Nelson, Martinez, Calif- ornia. This Agreement is for plan review and Construction Supervision for the new Contra Costa County Detention Facility. The Agreement provides for payment, maximum of $25,000 beginning August 1E, 1977. This Agreement shall not be exceeded without additional written authorization by the Public Works Director. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing Is o 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 Originator: Public Works supervisor: Detention Facility affixed 27tlVay of Serter..ber _ 1977 Project cc: Public Works J. R. OLSSON. Clerk County AdministratorBy Deputy Clerk' County Auditor—Controller Contractor (via P/V) N. Pous l7M In the Board of Supervisors of Contra Costa County, State of Caiifomic September 27 .1977 In the Maher of Hearing on the Request of Isakson & Associates, Applicant, (2095-RZ) to Rezone Land in the Alamo Area. D. and J. Robbins, Owners. The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Isakson & Associates, Inc., applicant, (2095-RZ) to rezone 25.5 acres fronting approximately 912 feet on the south side of Stone Valley Road, approximately 1,600 feet east of State Freeway 680, Alamo area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40) and Single Family Residential District-20 (R-20); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was. filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-78 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 4, 1977 is set for adoption of same. PASSED by the Board on September 27, 1977. 1 hereby car* that the forepoiny ho trw and coned copy of an order eMerad*nth* minutes of said Ban rd of Supervisors on dw doh aforesaid. cc: Isakson & Associates. Inc.�14y hand and d w Sea!of the Board of D. and J. Robbins Director of Planning o8ixwd this,ZZtj+day of SoprPmhpr . 197Z County Assessor � \J.rR.,ALSSON, Clerk \ 1 By Deputy Clerk Ronda Amdahl H-24 3)76 t5m """�'• t In the Board of Supervisors of Contra Costa County, State of Ca{ifomio September 27 , 19 Zz- 1n the Molter ci Hearing on the Request of Robert J. Costa & Associates, Inc. Applicant, (2143-RZ) to Rezone Land in the Danville Area. Robert Hansen, Owner. The Board on August 30, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Robert J. Costa & Associates, Inc., applicant, (2143-RZ) to rezone 1.79 acres fronting approximately 363 feet on the north side of Freitas Road and 211.94 feet west of Morninghome Road, Danville area, from Planned Unit Development (P-1) to Single Family Residential District-15 (R-15); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-79 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 4, 1977 is set for adoption of same. PASSED by the Board on September 27, 1977. I hweby =r*1hc*th.fonyaib a trove and earred copy of an order afted on the mhudes of said&wd of Supwvhm oe"clot.oforasakL cc: Robert J. Costa & Associates nvy l and Sswl of 11N Board of Inc. Robert Hansen affixed"-22-t1%*of September . 197-7— Director 97ZDirector of Planning County Assessor ;) J. R. OLSSON. Clerk Br rt (1 C. r Deputy Dark Ronda"Amdahl •OM. H•-Nspa1sm ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNALS AND HIGHWAY FLASHING BEACONS Project No. 0961-4380-925-77 y 1. SPECIAL PROVISIONS Section D - Construction Details - Signals and Lighting On Page D-15, the first paragraph, Section 16, Railroad Preemption, the last sentence shall be changed to read: "Preemption of flashing operation shall occur regardless of the reason, other than conflict, for the system being in flashing Gperation." Bidders must acknowledge receipt of this Addendum. Acknowledgment must be shown in the space provided below and returned with the Bid Proposal or under separate cover prior to the date and hour set for the opening of Bids, 2:00 p.m. on Thursday, October 13, 1977. Acknowledged: Bidder: By: Title: Date: Mb of ted with boord order • r . " VV:fM In the Board of Supervisors of Contra Costa County, State of California September 27, X19 77 In the/Moder of Addendum No. i to the Specifications for Traffic Signals and Highway Flashing Beacons Project, Various Areas. Project No. 0961-4380-925-77 The Public Works Director having recommended that the Board approve and concur in the issuance of Addendum No. i to the Special Provisions for the Traffic Signals and Highway Flashing Beacons Project; said addendum will clarify the design of the electrical circuits pertaining to the railroad preemption unit that will be installed at the intersection of Sycamore Valley Road and Camino Ramon in Danville. IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on September 27, 1977. I hereby cwdfy tbot tbs foregoing is a true and eorred copy of on order entered on the minutes of said 11. of Supervisors on the dale aforesaid. Originator: Pubitc Works Department WHness my hand and the Seal of the Board of y,p-0y— Traffic Operations Divislonaffixed this27thday of September . i9 77 CC,. Public Works Director County Auditor-Controller l_ J. R. OLSSON. Clerk By // /��*� . Deputy Clerk 11. Pous H-24 3!76 0. In the Board of Supervisors of Contra Costa County, State of California Sep Pmbpr 97 .19 77 N the Matter of Appointment to the Family and Children's Services Advisory Committee. On the recommendation of Supervisor N. C. Fanden, IT IS BY THE BOARD ORDERED that Ms. J—ifer L. Bylund, 437 Mt. View Drive, Martinez, California 94553 is APPOINTED to the Family and Children's Services Advisory Committee to fill the unexpired term of Mr. Rupertito Porter-Butterfield ending April 11, 1979. PASSED by the Board on September 27, 1977. y! 1 V I hereby cemly lhot the I gaiep b a true avid carred a y of on order entered an the mantes of said Board of$lipwvbon an file dole oforemakL cc: Ms. J. L. Bylund my hand and the Sed of tin Board of Family & Children's s4wvaom Services Advisory Cte. affixed t 22t-Idoy of SpprpmhPr . 1977 Director. Human Resources Agency J. R OLSSON, Clerk County Administrator 'i� Public Information Officeitly � lta_ c ,wr cL1�S� . Deputp Gerk Ronda Amdahl s H-24 3176 I'm In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 7j In the Muff r of Letter pertaining to donation of funds to County Service Area P-1, Crockett area. The Board having received a September 15, 1977 letter from Mr. Bab Simontacchi, President, Crockett Park and Recreation Association, certifying that said association will donate "$7500 plus" to County Service Area P-1 Yor renovation of the Crockett Community Auditorium to provide a community service center; IT IS BY THE BOARD ORDERED that receipt of the afore- said communication is ACKNOWLEDGED. PASSED by the Board on September 27, 1977. t I hereby ser ify tint the fonepoin0 b a true ood correct on"of as order ordered on the minutes of said Board of supervisors on the dab aforesaid. cc: Crockett Park and 1Mdnew my hand and the Seal of the Board of Recreation Assn. meson Mr. B. Simontacchi oR'ized"_Zj_tNay of September . 19 jj 400 Kendall Ave. Crockett 94525 J. R. OLSSON, Clerk Public Works Director ) County Administrator Deputy Clerk HelenC. Farshall oow . Aw H-24 5,7615M Contra i costa CML SERVICE DEPARTMENT COLM Adminisbatiou Building Martinez,Californ in h Date: September 21, 1977 TO: board of Supervisors � ' r RECEIVED 4, FROM: Charles J. Leonard, Director of Personnel i�! SEP 2(,, 1917 SUBJECT: One-time $15 Payment to Certain Exempt Employees J. Z. OLS5,0114 CLM SCAM OF SUP--�tISORS n r � Soar• co_ As you are aware, employees in certain classifications represented by United Clerical Employees and Associated County Employees are to receive a one-time payment of $15.00 as a result of the recently concluded salary negotiations. In accordance with the authority delegated in Resolution 77/711, as Director of Personnel, I have determined it is appropriate to extend the one time payment of $15 to incumbents of the following unrepresented exempt classifications: Account Clerk II-Project Account Clerk Trainee-CETT Account Clerk Trainee-Project Clerk-CETA Deputy Clerk I Engineering Technician I-CETA Intermediate Stenographer Clerk-Project Library Clerk-Project Senior Clerk-Project Stenographer Clerk-Project Typist Clerk Trainee-CETA Typist Clerk Trainee-Project Typist Clerk-Project- This action is consistent with the Board's policy of providing equivalent compensation and benefits to the unrepresented employees in project classifications that are tied to regular Civil Service classifications. It is also consistent with our contract with the Department of Labor which commits the County to pro- viding CETA employees with equal compensation and benefits as that provided classified employees. Also, the extension to Deputy Clerk I is probably required by the government code language which equates Deputy Clerk I with Typist Clerk for compensation purposes. My staff estimates this payment will cost $1395. The Board is requested to acknowledge receipt of this memorandum and to approve my decision to extend the payment to those incumbents of the above listed clas- sifications who would have been eligible for the payment had they been in regular permanent positions. �� � ACI.I:pr In the Board of Supervisors of Contra Costa County, State of California September 27 .19 77 In the Matter of One-time $15 payment to Certain Exempt Employees. Mr. Charles Leonard, Director of Personnel, having submitted a September 21, 1977 report to the Board referring to Resolution No. 77/711, which granted authority to extend benefits to unrepresented employees in classifications where salaries were tied to represented classes, and referencing recent agreements which granted a one-time $15 payment to incumbents of certain classes represented by United Clerical Employees and Associated County Employees, and having recom- mended incumbents of the following unrepresented exempt clas- sifications also be granted the one-time $15 payment: Account Clerk II - Project Account Cleric Trainee - CETA Account Clerk Trainee - Project Clerk - CETA Deputy Clerk I Engineering Technician I - CETA Intermediate Stenographer Clerk - Project Library Clerk - Project Senior Clerk - Project Stenographer Clerk - Project Typist Clerk Trainee - CETA Typist Clerk Trainee - Project Typist Clerk - Project IT IS BY THE BOARD ORDERED that the recommendation of the Director of Personnel is APPROVED and the County Auditor-Controller is instructed to take the necessary steps to insure that those incumbents of the above-listed classi- fications who would have been eligible were they in represented units do receive the special payment at the same time as the represented employees. PASSED by the Board on September 27, 1977. 1 hereby certify that the foregoing is a true and coned copy of an order entered on the minutes of said Board of supervisor on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director of Personnel supe-40- County Auditor-Controller affixed this27rhday of_Cpl t-priber . 197Z_ County Administrator Department Heads Municipal Court Clerk-Administrator J. R. OLSSON, Clerk Municipal Court Marshal Byer/-c.� _ �•��JI-� moi: , Deputy Clerk Director, Human Resources Agency 1119900 li ?�t 7t.15ui .;}:yF:ttTL Fv:=a A-;t..,q NEY THE AMERICAN INSURANCE COMPANY I,"UW ALL MEN By THESE PRESENTS: That THE AMEF,ICA:: l::S�I""^:A':.'E' CCJftiA!:f u ,,-.t••r the !a .. t!K State of ••w Jersey. =d having Harvie 0-'.c ::the C:ty L r.._rtty _,S-.F•_...,::wo.Catforn:c hm n:24-.-. t,i„t.d am', ap}.w lM,and does by these presents make-Ccnst::,.tc a.!ppnmt WAYNE G. PLAZAK and NA.YCY E. GROVER jointly or severally I Int•• axed lowlul Albe-ney(s1-in-17act, with full p.wer and autharrty hereby"riferreal in it~ tame. PICO%:artd steal to estxute. cal, n,kn,-wlydge aznd deliver any and all bonds, undertakings, recognizances or other written obliga- tions in the nature thereof. _ __---.----- nr.I I,a 1.tnd th••Corp.xatwn thereby as fully and to the same extent as if such bands were signed by the President. serried with the ti•tl.rcatr Kcal of the Corporation and duly attested by its Secretary hereby ratifying and confirming all that the said Attorney(s)-in- 1',i t tnay do to the premiss. Thi: tx.wr r 0 •illorney is granted pursuant to Article VUL Section 30 and 31 of Bylaws of THE AMERICAN INSURANCE COMPANY ,.1. 117! I..t..:•tw...t ..d t.ehr:ee .1 a—&.# .te.:..e.i S-11...ra, ...r .Int..s-i..ieri e./ .t.+.t: t.. .ereyr L*.t /h,.s. 4,W "air -:av, 30 1 e..e.t.T6.Chses.em d dw load d Di+.cba the pnewwat,my viorArrident or mit a w person awborned by the Board ,•1 L+-lora.the�'�.ai:rem d dw Bond of Duecraa rAe Pr.sid.at or any Yiee-t ge d.at may.berg twee to time.oppmmt Rasdeet Assiatmt Secreeones and A:•,•V.-an•Faa to repees.a and act far orad m baba@ d the Corpaatwe cod Ap.ote to accept l.pa►process and sake vopearmus for and ai behatt of U...-,orapral.M. TI- A..14-MI d—t. P-..dew Atwaww Sea.iarrs •nt It••, t,iV+•..tRwe.l. and any a.�1.appeeai..et acct a$outhim y a "ft way and A�eeta.t+alt D+as praacnLed w th.reatsum.nt t..i.a .mi•�•v..!w-rani•a..,t,et•la• t'r.- tt+*•b1 my be reeokd at my tame by th.!'laud of Uu.ctws or Tl.,: 7"w.•r ul ttt,urh-y r sig led aid:-Oled under anti by the authority of the following Reilutioa ori.!aMd by the Board of Directors *,t1£ AMERICAN INSURANCE COEAPANY at a meeting duly cal--d •aid held -in tl%o 281h day of September. 1%. 6.'and that serf tic• Aw;nn ha+ not lawn anlendc•f tK repeated: VII that the rttlrsatlre cl cLny Vise-Presdeat Assistom Secrelsy. awl Resiawntt Asststant Secretary of this Corporation, arvi 0.• of the Corparahan may be alined a pru►ted on any power of attorney. cr any revacation at any power of attorney, or an relating thereto i.y ltsimde,and any power of allntzney,any revoccw.wi of any power ci attorney,or cetti5cate hearing t. :azi-n,lr -iguature•x loicsimtle seal shall be vaid and binding upon the Corporation.- Ili 14 TTNESS WHEREOF.THE AMERICAN INSURANCE COMPANY hes actual these presents to be signed by its Vise-President.and its vl-•c,;t.•-:••al it,1,4--hemunto ctp:rcr t •:s,_ $th_da r nt FelSr nary_ 19_72- w�!t THE AMERICANINSURANCE COUPANY By _ STATE OF CAUFORNIA j CITY AND COUNTY OF SAN F UkNCl3C0 J} 8th i,ty of. _ F-bXUar7 __. IS-22-before tae personally came William . J1L_.Lanhsar 1: .at• .t•.,.:. who i,oing by me duly sworn did derese and may:that he is Vice Pcestdent of THE AMERICAN INSURANCE CO!APANY, :I. t x.,t..•r,de.--rtbed in and wh.-h csecuted Ll.e above instruaent thv he knows the seat of said Corporotion, that the seal mixer! .,n,1 7..:.•;u,.t.•,.t is shalt.arcr•tte sent that H was so athlted by order of the Board of Directors of savi Corporation and that he wgn-d L:......, rh,•n ro Dy like order. IN W ITNI'SS WHf:i1F.OF, 1 have heteunto seal my hand and of uted my official seal,the day and year ho-rein First above written, Pn•r_:era»a.cs:asrd i.i=.n r•trr.r�: --gait::»a � . _ ti�' (tQ'I r.i••it•�t': .;,a --1 Woiortr Publr r:r r•� i CERTIFICATE 7Muwiuw.urcu't.....r.a.:ngwt...•.. ,. ..•i2 STATE OF CAUrORNIA. ) f? ss CITY AND COUNTY OF SAN FRANCISCO .ior,in-A. Aaau:tant Secretary of THE AMERICAN INSURANCE COMPANY, a NEVtIERSEY Corpoccibon, DO HERE6Y 'i t.I'1-t t; Ih. 1.•r.q,+nes .ins attached POWER OF ATTORNEY r*-t2:n, to tta11 1-rce anti has net reen revoked, ar•d lurthermc.v, t.•t, _l'. vii iii anci 3l of the By-low. of the Corpura.,a:n a-i- it-.- Re-3luticc, of the Eos-d of DLrctors, ii,t torth :n ph, ! .! A-: .y .ire n,•w a+farts• ti.lard and :-11c:1 at the City and County of San Fria cloca Dated tbv-7- ._dory /� " ,�_,l 01) "itimed witfi board order - r`•t5.:ci,HtJ. TA 11.76 :737;ny4` T A X B U IN J �_�'U PFI:-S�,I SI13.00 ALL IUa' BY THESr PRI.SrUTS: That we, TREETOPS UNLIMITED, a Joint .Venturecmgx)sed of FINANCIAL SCc:IE ItiC�ti'�taTED AND PACIFIC SCS, INC_ , as principal, and THE AMERICAN INSURANCE COMPANY , a corporation organized and existing under the Jaws of the State of NEW JERSEY as surety, are held and firmly bound unto tt,c County of Contra Costa State of California, in the sum of Fifteen Thousand - • Dollars ($15,000.00 ), lawful money of the United States of America, for the paymgnt of which sum well and truly to be made to said t:ccNTi' or COMIRA COSTA- , we.and each of us bind ourselves, our heirs, e:;2cutors, administrators, successors and assigns, jointly and severally, iirnly by these presents. SEALED with our seals and dated this 7th day of SEPTEMBER 1977 The condition of the above obligation is such that whereas the above bounden principal is about to file a map entitled, Tract 4931 which shall be a subdivision of a tract of land in said city of Uninrorporated . County Of Contra Costa , and there are certain liens for taxes and special assessments collected as taxes against the tract of land covered by said map. The taxes and special assessments collected as taxes are not as yet due or pbyable. Therefore, if the said principal shall pay all of the taxes and special assessments collected as taxes when above mentioned taxes and 'Special assessments become due and payable, which are a lien against said tract of land covered by said map at the time of the filing of said map, then this obligation shall be void and of no effect. Other- wise it shall remain in full force and effect. TREETOPS UNLIMITED, PRINCIPAL: a Joint Venture SURETY: �fZP IFIC S�ENE �1; • � �AMERICAN Ir15�NM COMPANY �..�,. .� TOM NANCY E. P,// Y-M;-?ACT FINANCIAL SCENE INCORPORATED BY BY PRINCIPAL NOTARY SURETY NOTARY MAcra rmd with board order , llV�v'•.. :STATE CY CALIFORNIA) ss: OF SAN DIEGO) day of September , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appeared T.G. Scho-falter , icnown to me to be the Vice President, and Wilbur E. Johnson known to me to be the Assistant Secretary, of PACIFIC SCENE, INC., the corpo.•a- tion that executed the within instrument, said persons being known to me to be the parsons who executed the within instrument on behalf of said corporation, said corpora- tion bein3 known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venutre that executed the within instrument, and acknowledged to me that such Corporation executed the same, both individualty and as joint venturer of said joint venuture, and that such joint venture also executed s e. OFFICIAL SEAL WITNESS my hand and official seal. OFFICIAL STULAK s 110tAAV RufiUC-CAUFORNIA Notary Pubtic in and for said county and state. 1tr"'' i '21,1474 2505 Con*gra..a:..5c.r D.ygo`CA 92110 >- STATE OF CALIFORNIA t z COUNTY OF ( Joint venture k Q San Diego 1r '�� t DY �u'Dn On September 7 , 1977 before me.the undersigned,a Notary Public in and ' O for said County and State.personalty appeared D R (•l. McArtir , U known to me to be Exec. Vice President,and Patricia R. Hirai , U known to me to be Assistant secretary of Financial Scenencornor,aced -i the corporation that executed the within instrument and Known to me to be the persons who executed f the within instrument on behalf of said corporation and acknowledged to me that such corporation ex- Qeluted the within instrument pursuant to its By-Laws or a Resolution of its Board of Directors;said Z corporation being known to me to be a joint venturer of Treetops Unlimited S a joint venture, the joint venire that executed the wi!hin instrument and acknowledged to me that such O corporation executea tr* same irtaivio.. ,a and as i L such joint venturer and that such joint venture Notary Seas J Q a,ecuted the same. mr� OFFICIAL SEAL : A'11.81E-2 J.GEtdr2Y N YttTNE55 my.hand andiciai ssul.�� ' o NOTARY otltfttC•CAUFORNtA { • fc':s..L4!-> rl•1'" '"•='L C Y M►ceosK ata 1AX it.Im i i Notary Public in and for said County and State. Stale otCAL County of SAND :+' Oa SEPTEMBER 7, 1971 .before ms a Nofarr Pubfie in and for said County arm!Stt:te,residing therein, duly comitumoned and sworn,pssonc llr oppumW NANCY E. GADUER i nown 10 rye to be Attorney-in-Fact of THE 1 O Y the nrpa anon des-,\1 in and that executed the vithie a:d I-090E09 instrument and known tm,,ter ft be the per"M antro ezecvlea the' sa:G instnintent in behalf of the said cot-,,o ation.and he duty 6_k„orrladged to se that such c*rP=atj*n executed t.8m 3=e. IN WITNESS EOF •— s _u_3_ss: 04=1 seat.tate dal'ozid yea-stated fn dais coMficate above. rJ• ,'--�•-”� y AD£Lt1:: M. SIEt'EAS Cos=issica \3Yr°�" r.srrrni OrFect uv 9 ADELYIN FL 360212-45-66r - S.Is CISCO Cot:>rra e+r Comeiu:x:ap:rn 1.17 26.1941 y{ --- ...:.oii�rrled with hoard lw 1 £D1rARO's.L aL ALMrD C.U.et.r Aastaeaat Camry Ts..sw.r TAX COLLECTP.R'S OFFICE Toa cett.ct•r F,t•t tnD�.nt e,Taa., COINTRA COSTA COUNTY n Nee antanl. D.Daaa.nt Fiat Dai ai H—k- m M T.sL1 Dct o:IA D—.r NACTLZM-3EZ.CA,I,z M m�.a G.telle.nt et To»a PYaa•J,0—]00.1.=at.X1,5 Saeaad N:wt:m.vt o:Ta»a flue and Parat,i. - Dist on N.rv.t Dor of F bW Aalgyst ?1] 19717 as W TwN Da]of Aril V TUTS TRWT IS NM FnM SY CCTMM 31, 19 77,TdtS ISMM IS VMZ This win certify that I have exatainnd the map of the proposed subdivision entitled: '1:'_9CT NO. 4931 - and have detersdred from the atfficial tax records that there are no unpaid County taxes heretofore levied on the property icclaxled is the xray. The ia7n-?T tax lien has been paid in full. Our estfcste of the lc—,7-7P tax lie, which became a lien on the first day of }.!17,01+,12-7is $ SstU'(-'t • _. .. SflfrABD t. TreT - Tax Collector l di Maoftned wuh board ordw 0�1��7 !'A OFTHE AMERIC'AN INSIJRAN(T- COMPANY k.N c,w LL 14EN By THESE PRESENTS: rliif THE AMEFIC;r- I--',nA f '! C,.r;-. ra" rlcly ofgaii-2--i and exislinq 1,1+ .I Iti,-S!x.e of I.'-.w Jeri.a-y, and bzy!ng 1.; Ii�rne 0:�. 1% to an; C,-;r.!Y -Zt S= F-CrIc:Cej. Ca!d0MV2 haz mxxi'. -i jsvi arul cf," Ly th-se p4exnt:; --take. 'i 14-t-140 WAYNE G. PLUAK and NANCY E. GROVER jointly or severally jr1j.- (t-,,j lawlul All-sretey(W-ia tad. with full power and outhurity hereby malened in it.- narne. pla-e-an-I stead,to execuln seal. and tteizver any and all bonds. undertakings. recogni=ances or other written obliga- tions in the nature thereof. ---------—---- —----------- o,I I, k,rA th, C,,-rkjmdiun thereby as IuUy and to the some eOent as d such band: were signed bT the Resident. senlod with the :,cf t4 th.-Corporation and duty cdtesWd by,its Secletarr hereby ratifying and cordwining all that tbe.naid f-,z-1 mai do to the prc=,.,e-- Thr of ,attorney is granted pursuant to Article VIII. Section 30 aM 31 of Ry-iaws of THE AUFRICAlf RISURANCE COMPANY 1'p- .1-1 wilt ct 1, 01" ..4 1.4irp -a AL..Lt A-0-1 5—tw-• --J d-d -1--ft 1. -fps Level P,ar�a. "d 3t-4# n.a 30 1 . t-t. Tbo CUawism of the Board at Dwoebots. d- Pf-sugmt mfr VAwPive"011 at My a&w=we= Board ="=..1 the Board of Detectors,"PreaWkWd or any V, Ptsxjns&Way.home bsie,So boo appow raid go F.P"n-al and act for aid oet I I N*I the Corpmatonand Aaaftis,Do d-owlie 6oaL peacese,and i-It, xppe**ax=*s for codoes bahaU of Tl.-- Avd-jr of --6 Ited"A Am-law Sper~t� Aliors-ys in Tort. cad Ag"Mit a-140 L*as=&bW to 6* toertamoni -tm. and -t.nrpo-keiml.. cad an y, fi ceabonlfteett-d tl-�bj way be retwo"oe nay i,R%e Bexted of Ehre,ttits at i j--t-.e,aL- ft,14matior.3' rh- .4 'Ithwo.-Y L.zp9ned and --cded under and by the authority of the following Re-_c,lutkin cri,pled by the Board of Dtrectxr 'OiF AWFICAN INSURANCE COMPANI at a me%-Itng duly call-4 -r-id held -in the 28111 clay of Sep4omber, 1966.-aggd that said oz, herr not I-n ctmernk-I or repealed: that the ;7.&qaWuw*I any Vico-President Assistant S4o.:*Atx-y. and Resident Assi-ttard Secretary of thizz Carporalwiti. and CtirpLawl-16 May be allumd or lim"Jed an any power 01 attorney. on any ftT-X--Wb= Of any power Of allorney. or on 011.a:.• relate" thereto, i,y kr=itntle. and any power of anarney.any wroccWin of any power c:attorney,fir certifieWe beat,ing rt9tiature-w!ac-,,tn-le se-al shall be -rod-d and binding upon the Corporation- Ir. W1".f:IZIS WHEREOF.THE AMERICAN INSURANCE COMPANY has caused these presents to kre sign-.-d by its Vice-Prosidett,and its THE AMIMICAN UISVRANCE COMPANY BY Vjc4&.Pr*9bd**t STATE OF CAUFORNLAL CITY AND COUNTY Or SAN FRANCE= k,T! Sth duy of- ---Eebruary--. 19-22_below me perianally c-=* W--Lajjbr k-iart, who.bxtnq by me dull swartidid dela"oria say-d"he is Vice Presedeat of THE AMERICAN INSURANCE COMPANY. I .";-Lr.itt,-t de,crtbed in and which awcuted the above vatrument that he knows the sea]of said C")rrorattan. tj-.at &.0 zeal S.IfLxc-j t il;,.'1,1 L.S.'Iclt oarpof-Ile scral. Ov"It was so afhzed by order of the Board of Directors of said Corporation and th-31 ho ztqr--%i -,v!,, 1-Y hke crier. t!T.:f:SS WHEREOF. I have hereunto Set any bend and IN'' d my offm=iol seat the day and Year h-rein fime above written. %-T C3MTIMATE STATE OF CALIFORNUL CITY AND COUNTY OF SAN MN(N= t.;,-T. 17-1 A",siant Secretary of THE AMERICAN INSURANCE COMPANY. a HEN. IERSEY Corpomucia. Do HEREBY 'Imcbe 'Y ren - not been r*vcke-:i 114" �.-m rf.- 'I POWER OF ATTORNEY kct;n� to fuli !-rce =nJ ba- Ord h C; of ski , S�-it,r, 33 and 31 of the Ry-lawn of thtr Corpira,hiet arrxilt- Rt--)Iurt�n. Bc=d of Dtrectarn, set forth :n the Z ,rd cn3 --cfled at the City ocad Qxualy of San Francisco. Doted 1!--X �y Microfilmed4WI -L:( order .3013546 t Ho. TA 11-76 -.nounts due under the Unemployment Insurance Act with respect to such i•.orlc or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, ::ill pay, in addition to the face account thercoi, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assi;Cnee) in, successfully enforcing such obligation, to be awarded and fixed ty the court, and to -be taxed as costs and to be included in the fudrment therein ren- dered. It is hereby expressl:; stipulated and agreed that this bond shall Inure to the benefit of any and all persons, companies and corporations entitled to file clai:.s under Title 15 (commencing »ith Section 3032) . of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. No alteration of said subdivision agreecert or any olar. or specification of said ::ork agreed to b the Principal and the County shall relieve any Surety from liability on this cord; and con- sent is hereby given to make such alterations without furter notice to or consent by Surety; 2.n. the Surety: here:,y waives ':Ile ar:.vls!ons of Calif. Civil Code 5 419,• and holds itself round wit�:out,ra-drd to and ineependently of any action. against Frinc'_pal whenever taken. SIMEU AND SEALED on SEPTEMBER 7, 197 PRINCIPAL TREETOPS UNLIUTED, a Joint Venture FMPCTAL SSCENE INCORPORATED SURM PAC�T1jIC CBNE �iC. B AN -?l�� gy �p�*i IlVS(lFt�vG� 6;. '(/¢�� + Y L.fJr .CjLC. By f '!�''.�'(�:./��:✓i' By -2��GCeT'�G-�lits'�"L State of California NAZVC'Y E. - °- County of SAN Diem )ss. (A.CKNOWLEDGMZ::T :3Y SUHEIEY} On SEl'rOMBM 7. 1977 the person(s) whose name(s) is/are signed above for Surety and-who—is/are known to me to be Attorneys)-la-'Fact for this Cornorate Suret,•, personally appeared before me and ackncwled7ed to re that he signed tine name of the Corporation as Surety and his; the:riN11 ers-) assIts-Incy(s)-in-Fact. O{ROU VAt IN N AF:S1 (F:4 TsAi-% rr., caucocMA �..AWAA Otni.E ITV J'ECC CG:.'+vT'f ti r`'f ADELVIN M. SL°VF.R.S Sar h �.f cw..i.,:e�E.pi...Jar 2a.1911 Notary Public for County and State (F;ev.. 2/7 Ei,'H-b:. -2- 0089i S , 'ATE- OF wALIFOPNIAN C SAN DIEGO) ss: O : :his gth day of September 1977, before me, the undersigned, a [rotary Pte:ii in and cbr said county and state, personally appeared T.G. Schowalter knor:n to me to be the /ice President, and Wilbur E. Johnson known to me to be the ,assistant Secretary, of PACIFIC SCENE, INC., the corpora- tiun that executed the within instrument, said persons being known to me to be the persons who executed the within instrurnent on behalf of said corporation, said corpora- ticn being known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venu,ra that executed the within instrument, and acknowledged to me that such corporation executed the same, both individually and as joint venturer of said joint venuture, and that such joint venture also executed the same. WITNESS my hand and official seal. OFFICIALISTULAK SEAL l a flOiQ4Y pUBUc-cAI.IFOii.YiA f f/. y► y�l_ _ M GOUN'ty Notary Public in and for said county and state. -�T� i�: ue za,1974 2iCs-Gatiri••rt-•.=•••:_.Q.C6 92110 STATE OF CALIFORNIA ! a SS. Jo:nt vantw� 2 t < COUNTY OF Spa Diego stauwrwasv++aht nr co.oxsr:an G On September ? 19??before me,the undersigned,a Notary Public in and for said County and State,personally aed D. R. McArthur O ppearExec_ Vice Patricia R. Hirai U known to me to be President,and , known to me to tx t Assisi= secretary of Financial Scene IncorporatedLI , tithe corporation that executed the within instrument and known to me to be the persons who executed the within instn.`-r:ent an behalf of said corporation and acxnowledged to me that such corporation ex. i Q ecuted 8:a «d:-:- -nsr.:rrent pursuan: r., it: %--Laws or a Resolution of its Board of Directors;said z corpo`atton being Known ro me to be a jo+nt venrwer of Treetops Unlimited f �r a joint venture, t joint venture that executed the within instrurnent,and acknowledged to me that such I r corporation executed the same individually and as such joint venture. and that such joint venture Notary Set Q executed the same. U OFFICIAL SEAL WITNESS m hand and facial seal. �` `'VO•f• -CAUF y Y /�. fWTARY PUdUG-GUFO: tb tem►.ata LW U,IM Notary Public in and for said County and State. Mkwft mw wA board order EKY `3: 7307983 IMPROVERENT SECURITY MOND • FOR SUBDIVISION AGREEMENT (Performance, Guarantee, and Payment) (Calif. Government Code §§606499-606499.10) CF FIIIANcm SCM n4COMRA= & 1. OPLIGATION. Treetops Unlimited. A Joint Venture/pA=C SCm, 1w, , as Principal, and THE M USURANM CIIMANY , n, corparation organized and existing under the laws of the State of igm immy and authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves, our heirs, .executors, administrators, successors, and assigns to ttte County of Contra Costa, California, to pay it: (A. Performance & Gu.arantl ee) One hundred three thousand and five hundred tt�c+*ttkttatt:**** Dollars ($103,500.00 ) for itself or any city--assignee guider Vie below--County ZuLdivistor: HFreeimelt, plus (B. Payment) one Hundred Four Thousand Dollars (r 104 000.00 ) to secure t;.--..e clain-s to which reference is made in Title 15 comr..encing with Section 3082) of Part 4 of Division, 3 of the Civil Code of the State of (Califor- nia. RECITAL GF SL-MITISION AGREEMNT. The Princiaa3: has executed an aR^Pemer.t with tate County to install and pay for street, drainage, and n` C`' itap:`over,ents ir.• Sutil-al vision Ilumber 4931 , az specified in t:te S_"divisiom Agreeaant, and .to complete said war:: within 'Unc time ar2ci:'i : for comn1etion in the Subdivision Agreement, all in accordance -•!it;, State local and rulings ti.areunder in order to satisf conditions for f lini, e_ the =inn'_ .tap or Parcel Map for said Subdivision. 3. CONDIT3 DN. A. The condition of this obligation as to Section l.:A) atove is such that if t^e above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand t•: and abide by, and well and truly keep and perform the covenants, cortr;'itioTs and :provisions in the said agreement and any alteration thereof nag.'_ as therein provided, on his or its part, to be kept and performed at he tlme and- in" tine manner therein specified, and in all respects according tl. .:-he.if arse intent and meaning, and shall indeanifv and save harmless t.e 'County of Contra Costa (or city assignee), its officers, agents aha cTp3oyee:;, :as therein stipulated, then this obligation shall become null and void; otherwise it shall Le and remain in full force and effect. n part of the obligation secured hereby and in addition to the ^ace amount specified therefor, there shall be included hosts and reason- aLie expenses and fees, including reasonable attorney's fees, ineurred Vy County (or city assignee) in successfully erforcinF such obligation, a!- to be taxed as costs and included in an: judgment rendered. B. The conditions of this obligation as to Section 1.(8) above is s. :th that said Principal and the undersigned as corporate surety are 4:�lci `'irm y bound unto the Count;; of Contra Costa and all contractors, _.-tractors, laborers, materialmen and other cersons employed in the ^.ce of the aforesnid ar-reer..nnt and referred to in the aforesaid Civ: _ Code for nater'ais furnished cio' thereon of any kind, or for +-)lt-} Microfilmed with boord order r �� in coni-cr-ltiol hercof, Count... S11:111 allow Subdivider L-- 1:000rd 'Li"' i:inaj %jup or t-arccl ?Li,, or said Szz:b-i ivi vion. CONTRA COSTA COU.NTY SUBDIVWER: (see note below) Vernon L. CLine, TREETOPS UNLIMITED, A Joint Ve.-.ture I PACIFIC SCENE, INC. Public V.orks Director 0011W 40-.e By Aj- e. By Deputy (Designate of ficial capacity in the buisines:- =ER, VICE PRESIDENT ::ECM2!ENDED FOR APPROVAL: FILIANCIAL SCE14E INCORPORATED By By Assistant Public War LIV Director B (CORPORATE SEAL) C��%FUii 1,0.4m APPROVED: JOHN B. CLAUSEN. County Counsel State of California (Acknowledgment by Corporation, Partnership, Ccuaty of )ss. or Individual) C'n . the person(s) whose name(s) is/are signed above for Subdivider and who islare knw0n, to Me to be the Individual(s) and officer(s) or partner(s) as stated a.,.ove who signed this instrument, personally appeared before me and acknowledged to me that -he— executed it and that the corporation or partnership named above executed it. (NOTARIAL SEAL) rotary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) LJ-9 (Rev 1/77) 00W r 2- �r ` OF CALIFORNIA) r�):!^;I-Y' OF SAN DIEGO) ss: :n th,.s 9th day of September , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appeared D.R. McArthur 1-nown to me to be the Exec. Vice President, and Marc Sandstrom .nown to me to be the Secretary, of FINANCIAL SCENE INCORPORATED, Li-,e corporation that executed the within instrument, said persons being known to me to be; the persons who executed the within instrument on behalf of said corporation, said corporation being known to me to be one of the joint venturers of TREETOPS UNLIMITED, the joint venture that executed the within instrument, and acknowledged to me that such corporation executed the same, both individually and as joint venturer of said joint venture, and that such joint venture also executed the same. FICIAL WITNESS my hand and official seal. ip r�tA A N STSl�1CA" rIOURY GUaLY-CALL;ORMA br ca=I.u�iLrs SEP 24,1979 Notary Pu6lic in and for said county and state. W11 I 1505 Cara 5c.$0,gr2o.Cil 42110 STATE OF CALIFORNIA) ss: COUNTY OF SAN DIEGO) On this 9th day of Seotember , 1977, before me, the undersigned, a Notary Public in and for said county and state, personally appearedT.G. Schowalter , kn^ovn to me to be the Vice President, and Wilbur E. Johnson known to me to be the Assistant Secretary, of PACIFIC SCENE, INC., the corpora- tinn that executed the within instrument, said persons being known to me to be the ;.,,wrsons who executed the within instrument on behalf of said corporation, said corpora- being :known to me to be one a: me joint venturers of TREETOPS UNLIMITED, the joint venu:re that executed the within instrument, and acknowledged W me that such c}rporation executed the same, both individually and as joint venturer of said joint ve.nutvre, and that such joint venture also executed theam L SEAL \Y tTNESS my hand and official seal. RNIA IMN�,[ary PLbtic in and for said county and state. 11a u03 cag,,,,St.Son woo mKwrunv*-with boar! order 00891 r _. KARC.A,M. Subdivider warrants that said improvement plans are adequate to ^fish this cork as promised in Section ?; and if, at any time before the County's :crsolution of completion for the subdivision, said improvement plans prove to be inadequate any respect, Subdivider shall make changes necessary to accomplish the work as ' UrJmiSed• , 6_ N0 KAMR BY COUNITY_ Inspection of the work and/or materials, or approval of stork and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- mants therefor, or any combination or all of these acts, shall not relieve the Subdivider or his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof, 7. I\DDL`:ITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. 'Me actions causing liability are any act or omission (negligent or non- negligent) in conne_tia. with the wtters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them_ D. tion-conditions: The praise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ` COSTS. Subdivider shall pay when due, all the costs of the stork, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey reonuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. A'ONP£RFOR.�INC£ AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them b;• contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel perforcanee of this agreement or recover the cost of completing the work. Subdivider shallpay all reasonable attorneys' fees, costs ot' suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIuIC-ME.T. If, before County accepts the work, the subdivision is annexed to a city, the County nay assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -'- MN447Tn S;:`_ HVTSION AG!tEt. \i (,t) Subdivi: .on: Tract 4931 • (§1) Sulxlivider: Treetoca Unlimited, (Gove:cement Coie §§i•6463 a J Vent o and 3366463) (§1) Effective Date: Septerber L y?i (§I) Completion Period: One Year 1. PARTIES G DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually proetise and agree as follows, concerning tEls subdivision: 2. IMPROYEDILMS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by tht California Sub- division Map Act (Government Code H66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where them is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARa,2\'TEE- Subdivider guarantees that the work is. nd will be .zee from defects and will perform satisfactorily in accordance with article 9 -4.t of the Co:::ity Ordinance Code; and he shall so guarantee it for one year after its cocpletion and ace:eptance against any defective workmanship or materials or any unsatisfactory performance. 4. INPROVDIEc\? SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Goverment Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: S500.00 cash, plus additional security, in the amount of S103,500.00 which together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check W Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit Kith this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon-completion of the work, Subdivider may request reduction of the amount of this bond in accordance wit:t County Ordinance. B. For Payment: Security in the amount of S104,000.00, which is the estimated cost of the work. Such security is presented in t e form of: ❑Cash, certified check, or cashier's check ®acceptable corporate surety Sond C:acceptable irrevocable letter of credit -:th this security the Subdivider guarantees paynent to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to theft or to the Subdivider. Microfilmed with board order w� 12H •FHL nOARD OF SUPERVISO?.S OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of j the Final Map of Subdivision 4931, } RESOLUTIOt' N0. 77/799 San Ramon Area } The following documents were presented for Board approval this date: The Final tap of Subdivision 4931, property located in the San Ramon, area, said map having been certified by the proper officials; A subdivision agreement with Treetops Unlimited, a Joint Venture, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Band (No. 7307983) issued by The American Insurance Company with Treetops Unlimited, A joint venture as principal, in the amount of $103,500 for Faithful Performance and $104,000 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail Fo. 02024, dated September 15, 1977), in the amount of $500, deposited by: Pacific Scenes,Ioc. Letter from the Coc:aty Tax Collector stating that there are no unpaid County taxes heretofore levied an the property included in said map, and that the 1976-77 tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of '=arch 1977, is estimated to be 515.000; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (!b. 7307984) issued by The American Insurance Company with Treetops Unlimited, a joint venture as principal, in the amount of $15,000 guaranteeing the payment of the estirated 1977-78 tau; HOSE THEREFORE BE IT RESOLVED that said Final Kap is APPROVED and this Board does not accept or reject on behalf of the pbulic any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also 4.PFROVED. PASSED BY THE BOAP.O on September 27, 1977. Originating Department: Public Works Land Development Division cc: Public (forks Director - LD Director of Planning Treetops Unlimited c/o Pacific Scene 2505 Congress St. San Diego, CA 92110 Tax Collector RCSOL[-flOff no. 77/799 I af BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Krona Lane 07 Annexation ) to the City of Concord, ) RESOLUTION NO. 77/798 Authorization of City to ) Conduct Building Inspections ) The Board of Supervisors of Contra Costa County RESOLVES THAT: County Ordinance Code Section 72-4.006(2) provides a procedure for inspection of buildings in areas in the process of annexation to incorporated cities. Contra Costa County Assessor's Parcels Nos. 121-040-015, 016, 020, 032, 036 and 037 (Krona Lane 07 Annextion) is in the Drocess of being annexed to the City of Concord. Said City Council by resolutions duly and regularly passed and adopted on August 8, and September 12 , 1977, certified copies of which are on file with the Clerk of this Board, has certified that the City has a building code equal to the building code ord- inance of the County of Contra Costa and has requested that this Board authorize the inspection of all buildings and structures in said territory subject to annexation by the City, and that fees payable be collected by the City. Based on said resslutions, this Board hereby finds that the City of Concord has a building code equal to that of the building code ordinance of the County of Contra Costa and that said City is AUTHORIZED and DIRECTED to cause all buildings and structures erected on Parcels Nos. 121-040-015, 016, 020, 032, 036 and 037 (Krona Lane $7 Annexation) to be inspected by City forces, and that all fees payable in connection with said inspection may be collected and retained by the City. PASSED on September 27, 1977 unanimously by Supervisors present. cc: City of Concord County Counsel Building Inspection County. Administrator a ` RESOLUTION NO. 77/7 08 TJll C7;r e! IN THE 30A2Z G. S;*2r VISORS o= COYTRA COSTA COC*:"i, STATE OF CALIFORNIA In the Matter of Designating ) the Health Department of the ) Co:L^_tv of Contra Costa as ) RESOLUTION 240. 77/ 797 Enforcement Agency Pursuant ) to Z'berg-Kapiloff Solid Waste ) Control Act of 1976. ) ) The Saard of Supervisors of Contra Costa County RESOLVES T$AT: WHEREAS, Government Code Section 66796 requires that there he designated in each county an enforcement agency to carry out the provisions of the Z'berg-Rapiloff Solid Waste Control Act of 1976 (Government Code Sections 66795 ff.); and jiH£P.EAS, the Health Department of the County of Contra Costa possesses the required personnel, resources and capabilities to car--v out the enforcement program mandated by said Z'berg-Kapiloff Solid Waste Control Act; and WHEREAS, the Solid Waste Coordinating Body of the County of Contra Costa has recommended pursuant to Government Code Section 66796(a) (3) that the County designate the Health Department of Contra Costa County and each city designate either the Health Department of Contra Costa County or such other agency as it may deem appropriate as the enforcement agency to carry out the provisions of said act. _;0:7, ThEREFOREE, BE IT BY THIS BO_M RESOLVED that pursues^.t Go.e_ e^t Code Section 66796(a) (31, it hereby designates t_o Healt:, Depar-.ent o= Ccnz a Costa Count} as Enforcement Agency to carry out the provisions of the Z'berg-Kapiloff Solid Waste Control Act of 1976 within the un-incorporated territory of the Coal ty of Contra Costa. PASSED and ADOPTED on Sentember 27, , 1977 by the following nota of the Board: APES: Supervisors - N. C. Fanden, R. 1. Schroder, E. H. Hasseltine, and W. N. Boggess. GOES: Supervisors - hone. ABSEdi:': Supervisors - J. P. Fenny. cc: State Solid Waste Management Board Public Works Director Environmental Control Cities via Environmental Control Supervisor Hassel-ine Director, Human Resources Agency Health Officer Countv Administrator County Counsel County Auditor-Controller RESOLUTION NO. 77/797 � be named by this Board from the same constituencies as their predecessors represented, as set forth on page ii of the Contra Costa County Solid Waste Management Plan, after due consultation with said constituencies, where appropriate. PASSED and ADOPTED on September 27, 1977 by the following vote of the Board: AYES: Supervisors - N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and W. N. Boggess. NOES: Supervisors - None ABSENT: Supervisors - J. P. Kenny cc: State Solid Waste Management Board Public Works Director Environmental Control Cities via Environmental Control Supervisor Hasseltine Director, Human Resources Agency Health officer County Ad+-.;-_strator County Counsel County Auditor-Controller -2- RESOLUTION No. 77/ 796 00F85 IN THE BOARD CLF SUPERVISORS or CONTRA COSTA COUNTY, STATE OF CALIPONRIA In the Butter of Designating } the Board of Supervisors of ! the County of Contra Costa ! as Solid Waste Management } RESOLUTION NO. 77/_L96 Agency of the County of } Contra Costa and Designating } the Solid Waste Coordinating ! Sot•., as the'Solid Waste Commission ) to advise the Board on.Solid } Waste Matters_ ! ^he Board of Supervisors of Contra Costa County RESOLVES THAT: I-HEREAS, Government Code Section 66780 of the 14ejedly-Z'barg-- Dills Solid Waste Management Act and Resources Recovery Act of 1972 iCove_rnment Code Sections 66700 ff.! requires that each county in coo_eration with affected local jurisdictions prepare a comprehensive, cvc_dinated solid waste pian for a.L1 waste disiosal within the coa,ty and for all waste originating therein which is to be dis- posed of outside such county and for such other purposes as mandated 2.aw, pla^_ °s re ui__d to be sun'fitted to the State Solid _�ve i•.anage.We_nt Board for approval, and r,3£REAS, Section 17177 of Title 14 of the California Adminis- r_ative Code requires that said county solid waste plan shall con- tain and de .ne an organizational structure to administer said plan, and .;=iE.REAS, pursuant to such statutes and regulation, the Solid Waste -Naragemert Plan of the County of Contra Costa has been sub- ''ted to the State Solid Waste Management Board, which Board approved said plan in its Resolution No. 77/'26 dated March 25, 1977, and WHEREAS, said County Solid waste Management Plan provides that the management and administration program may preserve the existing ad.-iinistrative structure consisting of this Board of Supervisors as the Management Agency, and the Solid Waste Coordinating Body (formerly known as the Interim Policy Body for Solid waste Management, serving as the advisory bodv on solid waste natters for this Board, and ; ?SRr.As, the solid Uaste Coordinating Body of Co:atra Costa _•�'ar has zecom-vended t�-at the Solid Waste i•:anagemer.t Agency for zlic County of Contra Costa consist of this Board of Supervisors with ad-.-isory pos=ers dalegated 4o said Solid Waste Coordinating Body, :05;, ^;;^,?'FSR£ BE IT By Tit-IS BCAPSI FSESOLVED that this Board jrates itself as Sol id .iastL sagar..:vnt hgvncy for Contra Costa cc:'nr.v. BE IT By THIS BOAPD FURTHER PBSOLVED that the Solid waste Coordinating Body of Contra Costa County is designated as the Solid !paste Commission which will act as the advisory body to this Board in natters of solid waste r..anagemnt, said Solid waste Commission to consist of the persons now serving, or their successors, who shall 77/71G _na q t � • a Amun + ' :10ZS.Yi}:Qfi:X iLiSLdY.t1a �J.::(O9E :�IS'� :� 1 i UOWASIU!tixxJ�uuidcar�a� 'Ou Femal Jp sn AM . X11 O '"� O ''� � � � � � C � � �%� � �_ _a. .Q ry(a � 1�Z q:' .9 0 : i -�-h i y -- .. Ms �.J 1 ' t � ' 'o Q, �'� .w� N � � 1 'r9��' 1 Mgr/�'/ �9��/ NTi � � i 1 t' 0 h � c� 1 O } U 'QCs F i 4t i r I } r, O T H T T y c a u-1 u s u A m -,4o +� • u L• • w 7 0 0 w o .-1 X d 000 O v N c M4 - = Y x•O 7 Y O Q Y 0. 1 • a u a .0 v4 3 w 'T V c • • O O m rs s u r o 0 ga. u O w m I_ X m A r w n w Y • L L w 14 1 V Wu L b N•.1 i w u.1 m Y = C O o V = m M •.1 �•�•� C O O N O �T IT O C O O T- • O O N c •W % tl w V 0 A • .0-0 a T C. 0 u a o d m m m m O �+ c a w y r y N u P T .1 m O f O to V C y 0 u i .0•-1 0p -• q 0.T ••i 0.H O d $1 m w Y a.1 0+1 m L O Ob W 1 a s .n u O C O m L u o d e W u Y u v y w y a .-1 t .0 r1 a M H X O L .� C R X O O O m N 0. .-1= O a +1 00 d d.-1 m w F m m d m d N Y OD u B tl L w O tltl .� C u tl.-i C 7 s r O G. a u O v T••Y co L m Y u m 0 U .S y O� u e .T ?.H 'O B u q N • 8 O v N W to C M H H OI-13-0r s .-� U d H I b d -C 6 O r1 D6 d a C U ++ a w .� t W .0 L O c O•d ++ m u q u C u. O L +� a a s m 6 1 q H •• tl m*0 C q u B '•1 m V y C w o o • u +i O B 'O a •i N q +i V W H B O O W u m m tl m d A 7 a $L N b m C C a W O a O D.N O W d N 0= = C m y O r++ C m y C q.1 4 U M 7 O u u C+1 It a = 0.00 S- •a O S..+ B= v a O a = a V R u d to bo to 00 G T "A'O • OD ti O.0 • -1 O tl= W a +1 w 0 M O M d N 14 X X C4 O m\ m i Y 3 a .0 y u vI q : u m C d q u m 6• ! y to Y O R + r my y p.•. q u .O= u 0 +/10 C.F. 10 O O A m V = = a 0 0 a L c-0 O N 7 0 L O 0 0•-1 R G tl C H N N % q 0 1,+ O m u C d O.•1 O•O '.3•7 U L b r1 u 0 .0 C L. S. CL u q p m u u = O m-0 d ./ d" m W OD \�. 1 1 41 u 7 Y Y d 41 N • 0 7 ?I 00 IN C r1 C u 11 m Y W \ rl t+f .T O•.1 m u C m tl u u a y ••O O+, m q u 3 N V m ! H 6 to _ B 3 N M C m 00 L N a m a'O.1 ■ .Z O+1•.1 Y ti N O u L C H= q m N m m N u Y 1 U1 .•1c C • - m 0 U u q Ur 7= Z C C 0-0 tl a u O 6 t0 to to= X X.n u to Y N Y m C O 0 6 W O O N d DON m +'7 T a' % "1 vl'TT O • 0.4 tl tl a+ 0 tl ./ •y A z M .a u d +1 O.O 0.0 A a c Of to - 0 0 v 0 0 0=.0 m u o .0 a0 h1 10": u a m e ? m O N W co bo NNF0. C0.wAuY O N • tl.Y= Oe: q d M T ab OD •.I vi •• m 0.O L C d V < 1. O 00 u u W q y m VJ W -- m u F O r ••p,. u Y C m O 0 3 0 d &1 i X 40 L •• -• < a a A d W m u,i 7 C L w L U C N r: W 1 v1 O 7 D M a L. u m u m - •.1 O r •• •• m 0.-1 C m.-1 ••1 •a m B R a R a X 0. • N Q N A ••.1 .1L u.1 .•1 W4 u w+1 O V tl 6 60 to N/ tl u m +r1 N to B •-1 u -. ... m O v 1 q y 7 .a ..1 .� = O e r y r C •'O .+ o o Z m y+i W O4 Vl to t0 to J v W 06 V .Z+4 7< N..1 • .c O % b .0 C O Y C 00 C d T W ! OD •• •• a.-1 u m O •3 m 00 a O 14+1 L r1 N N T 00 C a C+4.'1 U b i a .-1 a O .1 u O m M • ..i A M v4 •• • y u M C V m •- 01 N B u ✓ u M • O Y O'1 m a d 410 a U .-1 N u • 9 • +1 .-1 u O u m e -m m ..i m r O N q O tl N O m 0 W M u to S < X W O. —_ W • S111130'1SH0] TL- sanva dVDIUrwEi* SU.b ILLH Sf%1H1.A ,,,.•. ti .LN3WILKi:ia smut\" Jnllaa 11N(IaJ Y1S/U Y111NW ,�� JLJ t 'I1gl.9d 4n YJUQ9 91110d ❑ O Q lil3tl 0 �$n�1wi3e,TOMMURIVAM l3ryc Ar (� aiw*..M LMr; s�drwv -io+lY a�•4-�N �w4r. . ,cam .�.r..r -s► Yr..i ! icfnr.....w�+n� Mhin+.���i..•.� '-' J•wr.r�w�.r.rro-- \\\ J.,r..r..rrvlr. I I"t""r.�rrrrr. 1 - __,;'•:•_':_� •ie"f7*'hr•-w<s•«Yan!J gyp,, l•i" C. 3-." ON TWO ?MdtN0113cN! . sttTl3a w�Alnri;wl 3ryt r-�,�+Np�w►ar, j!y yrs i owl.RLS ":l MOTS +- �.,� 1SOd/+'IS M N !VI'?d M 1 J'� ,sl ••••.� -sl CUTONC,IS 27"TdAI ��.6 IwIY+A --� ' ��MMMa+11'M A '�"«"� 3dItl IS tlJ11Mlh FY.1.7+M) <I:.}Y.tra:.row 111iflr ►Mpf M+s{.«n«.w www o+) u,leo�v}so3.uwo1 9:111t?tS -- +a« MM f I•ei✓. nay r.sl N"f7d '1ill�Ij � � w l 3rn15 xrrlcu At«.61i 110'SIAIMI(IS W-NdAl 1 pct O 'POM M Y.ro«+.N w++/ CI ♦+ New .,r w o, 7.«. q.x w+•WI++,II t•IA•^,Mq-1wMlnw,►I 1 3 3 w A S Y O.7 M ♦ ? 7.«wlt T:»a: ♦ s♦ WIXI N01123Sa31N1 Imo lraJ.ntttu 1+1M+1��.......P"r.".+s G•.1) xj• tliY, o .}sw .- _ e+�1 .««.M.nM.s tlo t»r«Iw �� InYM 1M+r►Mtw,+K�s:,y cs> «++1 A Ow"W4 AAC 1r♦iU '(F o. swna»+►3 t > ■^%�xrn»e»-.o F 7t►E nlc i+Mi ++1+M.tItI CC IN �" rra..x I+MU1 M+s -a °' '�+r♦�`Y« U +wa«,xl I "'OU^ONrW 3dW 3'Pkf� &'vtiio&tT M M an h Stu ON IN"Tr-r017FM STA.�I'MMY.�ASMOU111PUTO AM ,A�+fYJJO�R' FMV V j�!MY4 sY�Y�M IMI o1..IP nq � 47 — I II !� .+.«.S«M1M+tM�7'r«NYeIN was x I 1 M+0 Mr I IKS.A=1 >►ICj f-1 tM+b--"M AM..It«1 �_�Yf, �x ?f' dZ i I ti 1 ,fiMn(wMl do}S M f»I. ..,.r«M«►./w n . f+6 I� 61rYIbal++f N 1«ar Y»M ww Iwn+'1«„rf w+,w«a In«� 7 II i} MMM•r M 1�1+H N 11«»+M'.M+til'«.�+N .MMM�M.»+ .I�••wr+•r. )wNt+r+• +�+YM M M intra.+ H II+N 4«^•«.»rb+ +wi+++O Y Y .n C0 t•.� 'a—M _ �� � SZ.".w ,M".rl .«.1+IM+n+M«Ir s+«!«rw;� « --13D C7L7� - ( M l»iw. (�ti� «MP w w ni«..�Y•.y..MA 2 �'•"' M+rw tM*w..irea el«•.rrM all«»t..e+.e»YH»s 1 C'D^ 1`I>f M .S310N S7M230 A7fJI13S57 3N'rtwtMl+ MY SMS 71l17N1 _ U t 0S� 'JD nyna lr! s'J 03'4) F;Ho Ad 31'JU I 'M I ON 3113 01�. 6961 "fl Nvr .31v7 ,NON 3'1vOS JllikinOO 31j1 AG a3HS1_13t/1S3 30 01 }^ MUM (INV S3)IV1S OISVe , N_V'td 0MINViS _ VINd0313.J 73NIPM1 1N3V4 LU Vd3a S)RJOIA Jnend S1lrM3tllS A1N(100 V1S03 VU_LN00 sv lgrls'SNollo wm Ili oI ANVA AM 33NUS10 13SJ40 3mvls sand WDIdAl 13S 38 ION 11UM 3A08V NMOHS 3)V1S 3N11 ONV 3OV89 1VN13 3H1 '03WJLS SI GWO 30 d01 31 '£ 'Ma1N00 NO1133S -SSOND Jure ONV 30VUD '1N3WN911Y AS 031=10 SV AMA 111M SNOWS lVM0111M1 to) B enr 'S9NDIU M 1113 HO/ONV Ir D AB 03DN3033i 38 AVM S30VU9(Q) 'SNO1110 13sjdo -NOD 113 01 AUVA AVW S13SJ:JOM �3MV1S 3NI1 OW 30M 1VN13 dOj •Z -0-twOV3H ONV S13-H 'S13NNiMD 'S310110 'S3dld 'S3liti1DnmS 'S3HDN38 3JIvIs ss3NIlM SV SMInIV33 IMUS HOM HOd A1Nf10D 19 037V1d 38 _1i1M S3NV1S 1 :S310N ONDIVZS AV AUVOM NOIIJ3S -1d71dA1 iris 3a" � ayes inn app Imn OW 0Mf Sawn 1rNIJ bwm 7Mr)Y oRv A/9 .- atlrrrJ'� NO/OMI M/tl 310MJ19 I1Arl • 311rIS SS�II&M 0Nr IN1od 33N3H333N 3VTI$ 3d01S NOIONr MIS 3Jrris � 60L5 ON '1833 3'H ONrr►s x0103810 SN80A1 0116f1d 3XVIS sswaIM OW INIOd Nlrl i 37N3N3J3N 3MS 3.10'M �s)>S�/ '03A08ddV a , O£OE 03 —_ O■a Sl-NMGv3H w vAc/7r lap ' .l,W.V. 3dA1 — . Axamavac « -I . - L .w -- u - .- .. ■ • - i r ... - ie iiE- i i y i� r•u nu• nu• mu an r ■� ,a �+ x1110 TNWOV31 UA1 �>aW•... �v ur N a 71■OO Iii XWO TVWWV3M W. 3iA1 -1-MM UH 318" -nVMM3H l 3 NOurn3l3 IMUI ■ • d�l i o li E TIV#fiV3H 319NIS •-o NOUZN r-r Moue N0111A713 1NOU /1406 C4 0 7 , � rpt o f ' ak w 40 % © % PA ' � us of � ; g 0 � � 41. AP & ' O %- 0� E) �19 . as . % $ - %ate K% • %$ » _® 10, f � Faoc Do _ .`...�i�«• w.ice•• w• r Ma.w up s.-wuw� .rw ..,• ,... - - "c`�i`��"•»-- _�r'.r 'T 11Y130, N011�3HH03 311tNd • 3111Y� _ _ -- .• IKOtL raa1=ami ------ --- --- ■• N011D35 - - � �' » ........�. . - 3J NOI133S -------------- 3-IMIlddY ION S31V:)S N� NVId 03onO38 .. •. Ntlll 1 vy N011339 Y{.L•-.rw• rl•� wY.tw•r.Ml�•1••. .rww a r e8 •V Ar•.� -- M•tM) I!I 1 M.ilt1 • i o� Y./tn■}� •-ln 3nVHA 31va9 at'lnoalo 31va9 av-inoaio -_.::'a_:_'_�r7 i+�•� .__ rte• •ro..._.P'1-:?� - .•r....:...".. w 1MlrlYYllb{YYUr 71-NV _ � __.._ �w •. r �,,,L_`���� 4 r.�.... —� � � rrar..t r•r {liM IY�N�11,t,l�U b YIOur7rLn 11103A MPL]iL MYL rQl]7j lrL .... ...m.....rr...r....-~. : r�r. •res• •&RUN �•.~..•••-•rr�res.ter Y. i wYr w »�irw unriw% 010LL71i lir-1r �� f oms rales~ �� izoc sa ta•. _ riT:T'*"1 ...•.»a «a.---- T+T•.Y ``�r'e�► �"l�R+r-�^^. V-V mm:33S _— „1I,3dA1 1Mi113YM 70•{MYON]I'IrV -�1. Ai»'MIO iICW iY i1fO.4 - _ -'w- "•• 6Y16 d" (( 0-7 MOMS .w.+i - Yi» '•r11 YrI•VIY»Ir»I hLY» • .�� s.r+r.. - _` iwiw l..»wr r Mi r+I•".:n»�wie YYIM wr - i- W-M M.,r i ,•_ 410C JJ •,. ITIM.9.3d Al• ..._...r.... : �. 17 77— iMi,IMM 107.tq.71FL - AI.,VJ,1SC7 SMI W7 .rte v w_rx-Mr.\.r.ti.rte•w• • I �I .A w rr•r..t.Y.r•w.w rti rr .r �• 'sur NOLLrxlooe'JFOIlA■/G 8-8 N01103S / ..».. 11 T(T 7th 1b,nw tq _ � etoWt ra-,h �• � .••h _ 8-9 NOUMS V-V A.OID3S ww.1V imp"A 10 - o taww ' 77 MPIPPY 12VA A 3d11 i n �:y/a nui h i e•» a-i i _ --^—•� _ t' itts'' — �. NV'{d le4Q:Y�.fiO�Y►'OA�1�YfY _ .r. .mow�.�..r...�w...r....r.. ' A1hgJ�I�M•YlrU7 • ■n,iY -1 ----------� 7711-7W6�f7R—L6T7Rld M�_ � ••• ----------------------------------- ' 8-8 N01103S V-V NOLL03S I ,� '� ' u-a w. •f1Y a N•1 1w�) - •.• FY wt '- Now _ �, • •w•t�r,M1 • J-F•V t ••� Y 1TV _ w�• �•1•lu., .yi,�._._ ltd I.IA �• r Ito 13'1N1 V. 3dAl •.Y.•—»•W,-,. N"�.i...M Y l! • »tia�!. M Y1L (RRtM.Ai •.iii n•hli•. �..• AmamitIttd70,{Al10it�I'N{1t ••h'..».r a+.»+»r ...,,-r.i.... r.v � �� wrr,wni., r}siw-,. AAWM V1603 MY1NO3 .•�.�.r~.r.:r~»..� ��l...'Ii.r ir«:.}. • .�.fleli110 a ,M».»w i.h.\Y.•M tMh.IM'J MIAI A..V,».!» I _�_�-•r^ XM 31P}.il 44 1YWt 7tW«+iIO At,iLM i0 / ` -\ ..........� .�. OMN3d0 T. UAi OW3dO T. 3dA1 t ,». h.:)�....•,} so"Won "M31ft a C, --------------------------- 1.77.»«.. 8-8 N01103S V-v N011J3S Lj FF t S Mi! Yr.,i� pit d!,tjtt«}i,Mrif.�ia i» --Isu«�i.1a it•IMi,:° ._., .t.f 4 iir r, irlr r•.1 t...t.)pi +tiNl.,F ris ,nn.s,w} UIV: JJ ••31v1A•RIA03 0N7 - •,p - �� -� . 31rM7 'S3HrNJ 131N, _I.tz•i-• :.�: .:i �..-. ...,.-.. . 1k.7.11YY•70 SNDA]Itl•N ..wr v....•��-_ +1. 4 aa•••r••w a� 3M H-4 31VH9 :C I! -l•It -•�- - M~ uror s wriw r.....rr}•>•a•t . 31V WH3AO9 i—a 736 •---- _ �' .• • well" .� 00 MMOn 33 tMl:p ! 1 . t p,,.t...l•, .....•�Y .���� , lrt� .:it (J 31Vti9 rr tioi19x PM 3nV!!A 31V-MH3AO0 = - } ,•, ., ! 'i _..r�ixc�:,�cut:•� n'�,•1 \ l- r. .t. .t. ,t� .t. .t. j, .il ,1• . .- a. � � .. +...1 .,.. 17t •.t • ,� . 1 _ NN NDI173S DB r40,lnf c '�, •tt 31 NOW" ,-•.t.l,•••- /j.•-..t.p.•• � •1 �jytl.nu..i) -!•.1.•.pr� � __ ++ - ..t.,...• p.a.t.t..- t•.1• � � _I -I a.�.l.l... f —�_Vii.• i•__._..yf.�. _ -- _ _ __ M Y71ltl'f 171 ria _ ---- .ilp.... .Y.K Y1N1] dI.OM1flS —u Al �S--II•�E tmr lus rnY/r--�+n► � rv- MOR-287a Lia 09-9 rFM i.0 •.` C! � �•ml . vu #.4--T — ..— _ . .. ... _ DIAL M. . AOSYM IV.t "to l.Tlal "tm S.]..al ... .._. ..._ .... ..... .. �..... .._ ._. my srin]lwox R'li".ZIa r_ L ___ •t.�.�.... .. .....�. ..,w ..,. ........, r..__ r - ewnY d7 M711rID ^� 1��Y_ _ �• _ , ....'� / � ...�1 _ t .. _ _ .... _ _ .. - -fit . L � lYaYoJi ..An m.. ....■ - -- �7Tu-jF7"Ti�i.(tt ' N.IIII Ail J.«Nlll — XMUM 1NIf.l..J11 I110N JIlt11J S1MOt 33MY3t1 M -v,-- 70 "=y+ •-t i'��_~• J1Nil0]IJIO,.t IM07 QKr S=1MrIr31R175 IJMArt/ dl] M3r11M - - >• i I wrtlo 717rA13aS F14_ _i t YV-FotI37f 14 •• � -T- •'•••• � 11 1�i «.:IiI rIIVJI#UR r "-••-••-••••".•\a J�'t •"� Z ••-• •~••-••,"• , - '� 03Nr�10Mr1/ 3Nl MD! dwVM MrWu3031 Or1v 71 lrlt Tins A1I17A1 1�--� -�` '- -,• IRI It7dA1 O-0 OM33S TVJldAl x w ...._ ..... « w ...�.-.. 3-3 PM133s w3wl Y _� s%.� • ••— .+♦I.. .�,... _•!,.— ��lTi��t9-1�1 113 . •S .... ..«.. .,... ,».�. _... .., ._... �* � >tta�3ei[-'+ntvnvats''mrxrl ,fet11 T..I �•::ter_ .�. _ _ _ �»•rarr�«•i •t 17tit AINV/1NL guy ee •11"Wo m ClIY130 3diA �r1eH e1nw1 i.iwts ru^ «�iM#1 t«I rr[ •••. ..... •_., ......,. ..w w[Nt:r»•ewt #N#N#Iri14 VIVO^311IN - t+.t h t P s:.,• ••FY#I itNOOJ rife]r,2 NO? _ f t :•, ^M-_- - -� — jr, IS I t f ::•: i•.ir w••'�•w __ o •i ��• r •r• oroould"A b-t tt 4 i TL ,»•.>,.w EFF o#ti:o i:•:wn ' �' �� ar.w i;,...r•#•r..w r.t #•.rw I n o: i•s I t r• i .•n..#.linr.•:.�••,t.i tlaltc - ;:i (t}1M{ fit IltlilI I(I( I ,�,�fli1lt111f11i#t1 ,+i[iwJ#«tw•»..«.+re•• et ,i u#ac wi :•: rs .••1••rw Ml..«w•.M.a Gf t[wt Oi t•: { L i tae[R 6: Ci ti a•; ,. { L•L a[r1»r«,r•«iMr i)aV ,I.!••i•:V bt it ei Ei bl :•: •. #aN rN•wwr a i t t oe F n:e: :•: van omits IMAVALO Me11N OM1 It aji1 t' l:aF . e. 1:b: i•: -- iiwwr�«w#r�.i i[ c i n E o: i•, ++ •••• J•.L ~.•1 iH Y}ai•M4Ni1A 1t tt Ai Ii t! •Y'_�__� -rt....- rNi[ri h•,n 1/1r„• "�.. 4:6 M l •#,wwi#•,a.».»„_ , to It f. n: : : oFsi :•r .10 it bl Si 51,4 <t J, U4 +. ii r rl n l•'r ii w[ l+.l AMw/1tY tiettlVeL viii ___- �y VSr ri - ttV,aRlfr 11111♦nr 110iyryNywj ,••,yl rrr» in♦si•.#s r[J•rl In i#[I.r.r+f J•.•t,++• ieNlir 1iY altwMlT MReOM,We W nI,IF•w.wlr«••L• .•,++.«•waw« +_r 7�I, isrli,M i,tw#I^ J'•M}.11'M•o•vI.\r .••.i a.M WiI M 1.V�•.»f w•ar�•s .sem t I/�:.HrraM 4••w : .. 1tLv�i rot^ - •t-'-1'jt �� � t7nt101^Tu �±•I�e � �/• . ? �.�T_-'l' ._h �f'.�'1�I+t [••.+.e'a' .r_.' j�F � r �wi•«t r y Yi:4 we I�IM t; ffarV�M "�'• .1 �.� �'J� .•yam ..� w aav ra.. �ilt� t4eajrt/ �Y..= 4z iw.«•#w•,,»wr«# ,I>,rw. •rri•aw«.•.s -.'.±/a. sw.w r IN,•.www �. �. ) � .•i rt:lI�AM 1wi nws..)rN«»r ..tri»+..ww.••• ^e!/lieIf°w:JR"'i1'1 V"r'«C1•'v++'�JI�. -ti�_i Zi r-i"•�a:3_� w w aarw.w ww.]. •rw sn f L7Yt„Oary'LYS.R•LM •^ �� _ rwllltr Orth wY}T1}w.0 1 A�Y.Ju FI•i' In ala• +rF �•,o Y U?CnY tido Tr,nY QYtM _ _ __ _ _ -��y_•� 1 1 rll I�•�t ��J "0� �ae�.� r91L YDIl]t,YlLwo]T]I __� _ •ll.tLr. ,.)u.l ]I•.I G�f -.Ali)�D��•t]Ilrrtla - ]tr- );ff iii i� 30.1p'•i1 1Yr nal a� s 1r3muVed UrrYor]11tH - .,�.. ., ufrlo�r,sw. routlr,..,r..nr•vn} .rwwrawn' .ws; 12 r f=: '', { L-{__J f { { - la ^al�lai�ldi�I�L�IaI=�I^ri Irl SAX"utr]ww A.Wmdwt 3uo,LO ��' �,I.a+�� �• war,tllanw Yw, I r _ A. iibaiil P ■rt•0LL�1r11rrOi T]Wa � rs e4r.r`� �•• I ai7tt}t llror t]awrt _ v�yy ` will ' • .•llllt :_ - Y an o a • — rams v;awror-l.o,cr rraa....�_�1 .•� 1 .w fP.� i h [•:y - r r.�i+ sa.w if!i �I«'rJ r'r1�' in,7•r r0001DIO 1.7iI_-._11t1 /O Ml'lrll 1/ rw�P=�- -www wv,.v „.„a•„ww,r. ,.rrr.w w.,l rr trM*MTNw el u: »::n.'�i w: 'wwiw :.rNNsr N• 'rYOiii- wa•s•o r)u.lort a,al]lL ttOr] Pra..a w]wl•aa.ne r•,n�,re•r�r . au•w ar•• rMirr••J,•.wt � ]ii)a.a,r.w,ae,r,s.aw,+ar•,•w,tif)wr swan wu Luou.2 low r PO .�_ Yn rw aar,rw aTew aw•1..I.rYw w wn www• •HwL•0,�05 J ..�1/ f � aJ • fYwO7w OlrYn:.,Snrywrlro),q iiw)l0aee,O ciM roe rlwl Str� � �— tYwle faw.w fw 1]er.� _iYaw•r. lt•M •aW>:Y�YOruR������r• •w .w•�•.M.•.r.. �_ �Ir lrw N.a iH.4 M„w0•,a0•wlwi 1-t MY7� �— ' Atf•rser•r rrM-rAYwgrrrw rlrar]w laOr "SWAM •,1L:,:'.�atiR'a•'•:: ' rww.raw rj -"J Tl.o:ww �]wsm wsws ... .�. �ir ur IF _ w.•a.••.a•.• � ,nary C — •— •�I lull .-F �,.:- ly ).> �1 :•J....�.� r�� - qa o-�.s3��_.yira��r,w..wr N� h� �' � .` i r] .•..t.w -_ --fi3f1IF�l•�:—. - +n►vf-.T7�• a..un.w r.r...... A - M 'tr ..w«.•r 1 I i/.t t i 4141; 1 ru � 4141. I A,.1� __ __ - III; II . n.A ♦ i 4141 I cit .*.+••a I .n.•�u.,4141 n.•4141.u,...r.•...... �...4141 _ I I� I I t sx► t tr1 r,v � Ant sl••u Ill Il' Alm o 1'r•"�•"� t 1ki t rY,t -,j,— 1 wail P lsuaa IO uniltA pann6m a uo!pat prat�•••sr r rAr r rxt m t •rr,••n Ill Gullol 't111alullinbal GUI.O t IIA a3UOI2OA l,w/ad \•\ `�••� IS 4 4. rr.n•••ta t 1Kr s sxt rl,wr ..•r•�-. �j �' 1 soup pa11npu! Gu!aq did'lo Aalawolp 20 416u01 prr•••-sw r Ixr t •-: n t '1A'It a . NOUV17V1SN1 3dld "� "`� "" ':'"' "" "•"t wi �"" .0 tiw.." nt r..•r ..rt �• / "-am 1114110 M ism so •4"221 o y ,_--m Auo!n tial OS u!40m 2appol o aq ltnw aayL taaonaltt ttawe uir"ldn •{kite 11"L zros 13Vd1M03 OMVH { paplAold it q"a2s 041 l°tno puo u!Suppe Suoaul Anim o ssalun •d01 alit DA09D tial E 1{001 10 suolloaypodS GulaoyS yauul — l al.n lsmu uappol•dnap a,ow 20 taal S caption ul 39 �J SS333V ; ourallo ufi!tap Gupantnfiva 201 't2apA0 ApIuS uo!i 71"faim com i'. vtun:) •a!punddy 'q �O"►L-? -told aaS •alq°UOmaa 11I1MVW 'JNWNIIM - t` o iso!maddn sn"101103Pg!12,w 4"1 ppo to 1°todoid � +t �,,��•` . J nu,ago ayi In suwsuoAd ayt sda»o Aow {101{!4!0 sip ••n,�•^•n,;+� 1� u>p Gu!s,oddm pun uo!Io3-!lddo a111 10"Aw uodn +` V _ !� pasn aq of spaytaw ptw o+'• s!ntmu ayl to umg02upadt puo tuold 41!24 taglae wawmm J s l •pals!ta, aq m umsal to uopounssa uo puo 'Apart y!r101s adols n •Apnts uo!lonlowa pos o apnlay mum .!sap ayl slualtRs Guu04t aAl132110 aimmilo Jai Alalus wsr a; t s utsnpul l0 uo!%!Arp ayof osop P21!0tap t!tl'gnt puo \ ' {!sap AmII•nuuoyln:) u!parals!fia2"ramsua 11412 V / � ■s,wAq onr nw.r••1 it ••r2 ,•q.o�..•q aa0ul0u3 patals!Gail Ag uGlsaO _ 019 ,.E 82•.8 LI-01 •toyauall y Last" '^Rtl�tTr..t a+•+ �. % 016 ..0 .162..9 01-9 -,A,o1 uo!ha•old loaol apfAold os swarth Suuoys 2141Mt41ts tUrlawl • \ / t OLS..L - ..92119 B -9 +tnplsgnl aq Aow tlnq s,lappA%Ao splapp oA!tawloy t"tu naw �' 011..511 ..92..r E -1 tPlalgS owpaoswa i� A.q•+rd ••+•'w r•^M r r•U,••A �. �'S ( � � � t•rtrq p•rrt r..•,1 r•MMM C• I, -.// 102029 togs !^lu0aldoq �•� utlsrowls pallpar Ali,, •AT 1•. / -\ �' W ) —•1 IGual t 'a'1 Ib!P:. O tlro!laa In.. •. lot_ / 1 ► .d./.1 1 /_ PYO Pa w 11 1 1 nl Il 1 w'0/l wul •uaupuot l.r,n0 w q Isom samAq AwAlnn tWUa 'a19md.im oto usp 140ua WapAlnbw to puo pau!rnu!mu Al,arlord hlpn phut 3!Irw1pAH •tlgBudn sswo6o Alw,y Ovitmaiq Allnuct!Aml pa»npl•ad!d ails In pua Ipna uo alulrl as 0dols ullo8 20 tool 0 04011 Itnw to�e,g ywa,1 adAt-A%mAAm I0a15 4 l.q y 11OS -BI xop W paat"m poo Ri!1!gouy annbal '2n4a,An 'Aow API ort -1 11 10 jai IhuO 201 t»o2q JI law alou"1 o uO to 0299 w of oluOt! p Mleip ollt YO'dn puo 6waods 226"2{{puo M21t 041 ! 1 I l 1 SO 'U JI uodn ad quo scow JaBu t s ou n euo 11001 to lip. 'p opo 0q O 2 q•dap 410211 ays q.! a1 ou padols aq Itnw gloM us11104otaw 2O yauall Pu alt ! IP ! i '1 !P sl 1 olid wuot soil r 4202 lel pannbat to w2o►q /n►It GwdolS -*"Id u11o!Ia1nw a41 pl0q w •teal In tail 9 le tInAl2•w In P.3019 eq luasrym aq sift puo 'pap!Ao2d 01 Itnw BuHOOM"i 4141. Gum twat 1OAO two dean a,our to tiaj.r tat{"a, ltittillt�IIt11II.r•11iti•u.IsllaIt,IMltr..u•llir • ---____-- - __-- __- _ ______-- ..—_--. lhlf'rltllt i1Un'Irnt'1 , I)AiII •1I.7il,till t�l flt:�ijl{I•Eiy �El �Lt VKI 'OSS -Arid,, suogni,dWas gi.tu rj it. pnn `+puast As irarnra1 se )n +lun.t""` • +i,i`,!!'lf��7`! t'1_ii'•�IL11 I 1 " ails 01 tuaso!po tatnt3nns jumbo to muni Ilugioltul Aq popultal vain toy--110I J)dS ill, t• I ♦<Il ! s� •''�, ' - ' 0"pa/q pun 6mu>,ls lo)atnlrturs o to an:at of urrsnp uallot 1.9'uonn.n+ra In aurrl ayt to),sins pv_,#Wsrl am un Gua,%alonlia o o s t 'rr s ata, ' ua zol m o s V.. s nn r ar..... 'i ♦,.i. I ..'t,,-A .,,I P 41 f P 1 a9 P1"o4 ('!•.'# fl P 4 4' ! A^M 1 n1 i•'n•^ f ! It t: .-.• .t, ;« �.,.� Ysr,'` , -u«.cp 341 of paywsio tplal.p toN- Ag panotatd xl v 061.pun •snurolllu) nr I"-1 s:.uqu.i.tlas siswlanlf. it i jCr iY.j'l�v., ir,•tI 1 th � (• r �{ pino4s a4'asny3da 6utyzuall adA1-wowl n iv pus-wonq ayl 014 1%4301 assts 'arnlsinrn pun no Of awnw#ra 5 ys/�'G•f,-J{' 1 r � ti• 341 JOau 4xrati 041 10 u,o1109 3.11 Io PaPaau sl unw uodn -j#V Ol paSodlt3 IIatiM sualloS lnllj '3•.�� i��f :o%s a;q•• o Sa PUaJ U ua "$*J it y 1 ! W iIY d '4 inlJalDW a11i1-1IPOli lsulrlfiy lunng •E :7�'� to-a ru. �••l:.or t *: s '^.a jc 'y3rrwl ayI)0 aliltflso iis>tlnad a)us o wog s,o p0llm3 as) 'audp st 4,nw. ..Is fluor 'ilii, A.Aop 'nil.•. ••••• C7• Y �--- -`t� Pin04t I— uonofiofsul 3111 #v n-W '1!P,ufiinl%ui aftsl.A u0IfrlPswn»o Aun ploAn Pun 'sasali tin 1n inn Pa+fmnd pmro4 of ta&lasW441 atodva uaw it asal/Ml %Ii ao,l.-N UolloA.7wa a4t da0)4 -a1{nr la.% Jo la1nM 11 Pl p aJ.14M �; :: • �.'%y:.Q !t1 f ps�e•p'(jp-rs ;;i1 lou swop OvltoyS '43d na.nol ails a3u1d of plod !o•j1 6s41a2419 otfra 2Plnd14 •ltoaSaJ%I sl alnlSlala alA+•.00 '3 n aWl O fla W UUru Q OIQ tf OAD 0 Wdl %100q s I l 41 I I. 1 4 1 0,190 suol n"3*.I D Pad a o floon 1 d I : s 'a 1 •t 411M uolfltod w play a9 Pino.ls auo 03101 s•au ayf yzul : �•':'n .;:sT"".. r �t.�."�- l ,J Minftul 09 Plnoyt >f3d dnl ails 'sliv..s y3ua/1 nwoBv ll i `t c�''itlt�r. ,r`U.} 2 s ' :til asold ut s14G4Jdn pp4 of pass alo s,,,4 4--n ua4}A P'!-"— ,J y f30duna ploy uv aq os addn I}46rm41 u...'al9utsun w q, :- '_ U-s` :tib IO: •isJlJ s3I3Dr gPtraJj aaddn linlsul -S 'aidwor2/ol'il3uaq pnilit Alitra-l:u larliosrn mass t!ia,p •�` = •Qti O as I 0"" wall A mass urnotfi r 9 amill I mOirt '. +1 s> II 4 r ' 9 ( Pa11J 1 1. !* 1 t� 'its•: n.t::•.b,. L• iawuwas a Dodtuot psmi Ilii+ooS runo,9 pion f4dpamlt p""oppn `p. s'' (� _.•o t t awnbal !^ a mitr, to a I uta, son Inr f YndN; ` .4• MOW uolfoAos,ra a4f sg uaw too 11"1 pilus toys 40102!0 11. P 9 1 P !!.! } l ! P •., -., . r�•rc- ! t n 3 un t aor atop uo'Alossa3au sl B iaa s ot0r unoJ a JnlStf] In aJDM7e •1 (� N il P 4 i P "! 4 3 •P 9 P g •S:• •^vtt•-cV o�q'- w;g{ - • r" t OuussrW o tod>a sou wo!w' v sa w0J% •'.«.•. .n 4:fir. p vd i pool t N o1 t 4 tf•�! <tti+;t).•'2+��5�••Yjd�.�':�;'o} (}De - '{! JoP. e-3 w a aJow alo rpags o IAows ._ su-n until A# 4g Psi tpaJmbaJ q '1raJ1smlr umnrnnw•yf ns riaMPlu'-. .40+4(��� ts}° e'; �• �= k o r 7,4 loau Paioaol a4uaJf •PDJI ADmgI131i; Tuba il41mil Ao,I is"'war, +, initfla,f a9 tMMg1T 1 • r fl dtuoJi DO1 PuD uo11oJ 1/ Aq Pi ows ap PP0MnoII ! nr o11o statist Im3nl suoa P+3u �. PJDIDII IBUTAD:) ISU106V pJDng -Ir +advj 'ponoxit GuiA j sunt) palnlul foot nm saaAvid Itid - 3 .-wa imp ass of Aiyj!iuodsal s,,aAdldwa ails sI 11 !Jr •puntlR f,rnAma in pmro4 a4f lusmfin -a-o)d LAI 11to'-P'-"I-'-atp(.104 os 6u102aris paplon6 sit, it.- quit. #o sadAf llo u! sa43uals owls oslra aptAotd sloi3ogsroa Ja4io'Oupaq puo flu)imp of Allsads Alls+glgp in,l'Alto t)UaunaJ)01,0A sunrytsl+ss umtlppa of'glo.spits of afrunb 1.fluttoo3 aAff3alosd v 0#45 'alai so Alalns uellsnJttOo> s nfwolipl� Alcides stol3oJp0o3 sorbs•6ut4wi%-nn%I-Ii tuarald of-,I. of s,tnsodra Nilo tori%%sow snolaftus4r-Asaddtis o o114 iJNllI7N�t11 r •Gu1Po.lq pun Gtr •sari nus 'sul -Jogs olDnbapo aprwoJd l.uolllpuaP -*Ana tuo_tl Ainjtol Gtllltl»Slit Is 0^103 • /t is ■ /l 10,`h ►w ��� Ilos no aYwl±laq l top ;olntt /fold -aJ aqM it to to C( to ii to 11010. lt�l';�l{ll► (}pif ��', '{t',`h � [■fW(ysl r.t)L•\ • 1 M r s ■ t(Yr)/J�© •(talJnTtsl t3u�t<prttp to t:arlrunu -aunniq Oyf Of UO!lJndurtl III) siJOPA smlpn.IlsuoP PUD otpJotpr aloabOpo tirl aaultl ul Platl Jaglo tuoJl tonsil SI•oifuntrPtta Pun t'sclurt umiallounp ilaO ora say{ Ing 'sa '531131!10GinwtP fuotl 3 10 ttalts#JoiO#lnb 0Acui iylsna to t1ioM sJaVoAl% tunto# s» s uq/ nssalJnoi .0Hll� "103 di tty ■ itl;uaQ, tp!M o1quioo 46tson L SECTION E - CONSTRUCTION DETAILS 22. CONCRETE CURBS, SIDEWALKS, PEDESTRIAN RAMPS AND DRIVEWAYS (Cont.) until the concrete has set sufficiently so as to Just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath concrete drive- ways, sidewalks and handicap ramps shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications for Class 2 Aggregate Base, 1-1/2" maximum, or 3/4" maximum grading. The aggregate base provided must comply wholly with the specifications for 1-1/2" maximum or 3/4" maxi- mum. A combination of the two separate specifications will not be accepted. Curbs will be paid for at the contract price per linear foot. Transitions from existing rolled curbs on Canyon Road will be required. Transitions shall be made within eight feet and the cost shall be included in the prlcepaid per linear foot of curb. Sidewalks and driveways will be paid for at the contract prices per square foot for each item. which price shall include full compensation for furnishing and placing the aggregate base blanket as shown on the plans and as specified in these Special Provisions. Pedestrian ramps shall be constructed at locations shown on the plans and will be paid for at the contract price paid for as an equivalent amount of sidewalk and curbs. The sidewalk shall be scored to match adiacent sidewalks. Where 1 new concrete sidewalk replaces old asphalt concrete sidewalks the new side- walk shall be scored at 4 foot intervals. The payment for scoring shall be considered as included in the contract price paid for sidewalk. { P.C.C. stairs replacement will be paid for as an equivalent square footage of sidewalk. E 30 Don't Gamble With Death! t rl � �„,!� ( w t rht if)tttl+;+u flow, rrr moray W14e►Maetf W11414 r «rpfl• m �c� �(11] fir theifain cuviuy tlilcita►, treedtes, tout " rwe +�r«....r+iy duunPera+rw wAsunt �.YY 1�tiLLYY YYiY1 rtiwl votio..a tiwn from. rorfttatr h-id A. y k.c: trs. eda rt.,yr drori.tg a.ti _ cowstractiio orkr (:n Isrcrporlian ro tk. iwrsc�,p. r.ar.i•cr of .ii«d.turty ini...;�.}. ��j�t�/� [ a � �k Out of every 113 workers who re- Play sestet Oan•t bet lives on soil 1 1 .us trll t al or «, a...ci.et on tocot.ons r.os .:posed a ^*,O bods. f +T^ k c'-�r-aai^.�iu.sr•u:- t) •••. � . 1rGround. fod he -- ,nbeWuruof pstu bed iwed ul dntutwd will requie of ewth tch1a4t gmitaknielconlilwry,mandintait,.et,«coC.oatiadn h. omukld rswua,u1 arul t ?i>>R.• t O•.' 1) tTil�a3''�ai-LLT(�r��Q,t 4,t-,*hrr�—¢mo�i'���N;yyt��lsiiiiFn )) Lrncn.g,S„will hotJ canpou be temnvesi +..«I.mti.•awr awn hce.,n, cun,ty .—b�y�-A iflfltll�wh ..,1 ':es en.a.—J"I-.—Pl., 5, Install Upper Trench Jacka iFirst. wit 1101111010 ii)((f11I11m (rp! 5�a-�-', .-�..:�..ti2;�I1u�'f'� wseeKNuf off I101 i} 11 II JI 111,111 � f`F !li I li 1��11 q,e:nv f.—I.wd6, 4 •op w.i -"d b. b.•toRed a� t tr t _ Z Take SPecioi Pre—sdt +ss Wils0000—a n, .6-1Gsra•e•r d� m .Aoistune Is PraseM. P.o.:.le ..tro s/.ew.L.a u.o.par... to st.e best pck. Sr.irwa doe+not Si w r?.oti".3 / nz be L4 wH.cro there w»wr«so.rymac.roeP nm euo.o.b.. s.y.e in p».posc pg— of rwe ..Pose it---h.c�ro horcrd £ f000".ad wl rue alt it,.es,»nd u.oid uny nee.wnuiwion .+hair brrtnRng ir.Most of rim:nttoaoria.s—1,oho»4i - P iTh _N. _.Gt Iwo wase,rluy ar nis); ,uwil A.e wo6 n done, be<anied an Imm a sole Posirion ovhhic of rhe wench, •, . { 1. Guard Against Nock-like Material b. Protect All Men in Trenches. if a rrt d.,c..a,q 'Hill That Softens When Expose to Air. Ulmn mun Is needmf at rLe baltom of t!m trench near the by ?•'^ir ` , r"t+•` g(I' �{�+ F E' • seiasure to air asu! n.nisrure, sanw rocks, like dw Loom•cnJ o!a boon,-type trenching machine,be shoulJ 2. .knish scq.cnlino Hound ho C.aliianriu, undergo n be protected by metol shields altoche3 to the boom- .�� t'.4.1';til" .'sl - t• ria• so6,•tswoll,Jun jt caller)air sh:ckiug.Mills of wch rock end.These shwkh, hold be of adequate strength msJ c hY%t�iwsd soW u1 sl.e s.mc ul erco--ion,but wflen design to serve us a suinlilWe for slrornh and bracing •Ip1}1;8'li ���t G 1 � ` � (+yµ# t7((t(1 '!�t4(1 111 �f ,, • SPCN UAL OCC--An urea(.01kied by 4,11.11 o forms or similnr structures odiacenl la the 111]x1.11.11 l,All'I�tlll-Ir.ls l.�y, •I'lt •b,...k i. ri.,n is i..med n t.en. d h, .,.. ngen trch irgnlnrn.n opply. tea. ser. ISc}i. ilirlt�l•oij 1 i(i li} 1.l v„ 1-bt_11C�i •�•'liNrJlCh,.��:Ilu.Itin.t�l,iLraultrfitlll.iltbl.• rl"ri 11 fill,1•f lilt s{•t•N••' f t SECTION E - CONSTRUCTION DETAILS 22. CONCRETE CURBS, SIDEWALKS, PEDESTRIAN RAMPS, AND DRIVEWAYS (Cont.) until the concrete has set sufficiently so as to just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath concrete drive- ways, sidewalks and handicap ramps shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications for Class 2 Aggregate Base, 1-1/2" maximum, or 3/4" maximum grading. The aggregate base provided must comply wholly with the specifications for 1-1/2" maximum or 3/4" maxi- mum. A combination of the two separate specifications will not be accepted. Curds will be paid for at the contract price per linear foot. Transitions frcm existing roiled curbs on Canyon Road will be required. Transitions shalt be made within eight feet and the cost shall be included in the pricepaid per linear foot of curb. Sidewalks and driveways will be paid for at the contract prices per square foot for each item, which price shall include full compensation for furnishing and placing the aggregate base blanket as shown on the plans and as specified in these Special Provisions. Pedestrian ramps shall be constructed at locations shown on the plans and will be paid for at the contract price paid for as an equivalent amount of sidewalk and curbs. The sidewalk shall be scored to match adjacent sidewalks. Where new concrete sidewalk replaces old asphalt concrete sidewalks the new side- walk shall to scored at 4 foot intervals. The payment for scoring shall be considered as included in the contract price paid for sidewalk. P.C.C. stairs replacement will be paid for as an equivalent square footage of sidewalk. . W oxo- �"; z ,�>';^ .•+a ,+�� '�, i '� � �.� a•� e �" � £.t a r 00859 SEgION E - CONSTRUCTION DETAILS 20. COP.RUOATfD STEEL PIPE (Cont.) The 42-inch corrugated steel pipe culvert shall be 10 gage and shall be bituminous coated and the pipe invert shall be paved as provided in Section 66-1.03, "Protective Coatings," of the Standard Specifications. All other corrugated pipe shall be bituminous coated, 14 gage. The cost of all structure excavation and backfill, regardless of type, ;ftieen the invert of the trench and soffit of the pipe, shall be included in the contract prices paid for corrugated steel pipe and the re- mainder of the excavation and backfill, within the pay limits shown on the _ glans, will be paid for per cubic yard of Structure Excavation and Structure ackfill. 21, SACKED CONCRETE SLOPE PROTECTION In lieu of Section 72-3.05. "Payment," of the Standard Speci- fications, the following shall apply: The contractprice paid for Type A Headwall shall include all work and materials necessary to install the sacked concrete slope protec- tion at Site 1. including excavation and backfill. 22. CONCRETE CUR65, 5IDfWALKSs PEDESTRIAN RAMPS,_ANO_DRIVE1iAYS The provisions of Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications, shall apply except as modified herein. The combined aggregates for minor concrete used in this work shall conform to the grading limits for the one-inch, maximum size speci- fied in Section 40-3.04, "Combined Aggregate Gradings." of the Standard Specifications. In lieu of the provisions in Section 73-1.04. "Forms," of the Standard Specifications, surfaced lumber of nominal dimension may be used for farming the back of the curb and the front face of the gutter, provided the completed curb and gutter are constructed to the full concrete dimen- sions shown on the standard plans. Any concrete work which does not meet the quality and appearance requirements of the specifications shall be removed and replaced at the Contractor's expense. The sidewalk and pedestrian ramp surfaces shall be finished with a fine hair push broom, except along West Street, south of Winslow Avenue, which shall have a rough broom finish. Brooming shall be delayed ,., E - 29 MKS SECTION E - CONSTRUCTION DETAILS t' 18, CAST-IN-PLACE CONCRETE PIPE (Cont.) structure backfill in the "Earthwork" section of these Special Provisions and as shown on the plans. No loads will be allowed on cast-in-place concrete pipes with a cover of less than 12 inches. Light highway loads not to exceed 6000 lbs, gross will be permitted over the cast-in-place concrete pipe after the con- crete has obtained a compressive strength of 1500 psi. Heavier loads will be permitted only at such time as allowed by the Standard Specifications, In lieu of the provisions of Section 63-1.09 "Payment," of the Standard Provisions, the cost of all excavation and backfill, regardless of type, between the invert of the trench and soffit of the pipe shall be in- cluded in the contract prices paid for cast-in-place pipe and the remainder of the excavation and backfill, within the pay limits shown on the pians, will be paid for per cubic yard of Structure Excavation and Structure Back- fill. 19. REINFORCED CONCRETE PIPE In lieu of the provisions of the fourth paragraph of Section 65-1,09, "Measurement", of the Standard Specifications relating to Structure Excavation and Structure Backfill, the cost of all excavation and backfill, regardless of type, between the invert of the trench and soffit of the pipe shall be included in the contract prices paid for reinforced concrete pipe and the remainder of the excavation and backfill, within the pay limits shown on the plans, will be paid for per cubic yard of Structure Excavation and Structure Backfill. The cost of concrete saddles and collars, where specified on the plans, shall be considered as included in the contract prices paid for reinforced concrete pipe and no separate payments will be made therefor. 20. CORRUGATED STEEL PIPE Pipe strutting will be required in the 42-inch pipe crossing Danville Boulevard at Site 4. Strutting shall be simillar to that shown on County Standard Plan CC303 for 48 inch pipe with 30 feet of fill. Alternate channel type coupling bands may be used for corrugated steel pipe. The channel coupling shall be constructed of galvanized steel. 14 gage galvanized steel for 14 ga. C.S.P.; 12 gage galvanized steel for 10 ga. C.S.P.; angles and hardware shall be galvanized. Attention is directed to the provisions in Section 66-3.04 "End Finish," of the Standard Specifications. 0UP57 E - 28 SECTION E - CONSTRUCTION DETAILS 18. CAST-IN-PLACE CONCRETE PIPE (Cont.) Where solid rock is encountered it shall be removed to a mini- mum depth of 6 inches below the bottom of the pipe, and the trench back- filled with suitable material compacted to not less than 80 percent rela- tive compaction, to provide a cushion under the pipe. Construction ,Joints shall be constructed if placement of concrete is interrupted for more than 30 minutes. Variations in the internal diameter of the finished pipe shall _ not exceed three percent of the pipe diameter. Forms shall be lapped so that the lap ridges in the pipe will face downstream. Offsets at form laps shall not exceed the following dim- ensions: Pipe Diameter Maximum Offset 24" 3/8" 30" 3/8" 36" 1/2" 42" 1/2" Form strut bearing plate indentations shall not exceed one-half inch. Interior forms shall be removed and all cracks, rock pockets and in- dentations shall be repaired not later than 72 hours after concrete is placed. When directed by the Engineer, cores, consisting of round samples removed from the pipe wall at the locations designated by the Engineer, shall be obtained by the Contractor not later than the next working day following placement of the concrete. The cores shall be removed in such a manner that the wall thickness, density of concrete and joint bond can be determined. One core may be required for every 200 linear feet, or fraction thereof, of pipe placed. Furnishing of cores and replacement of concrete in the core holes shall be at the Contractor's expense. If obvious segregation, honey- comb, or inadequate wall thickness is visible in the core, the pipe may be rejected by the Engineer. Except for backfill material required for curing concrete, no additional backfill shall be placed until the concrete has attained a com- pressive strength of 1500 pounds per square inch. Compaction of backfill by means of a "hydro" hammer type impact device will not be allowed. In lieu of the provisions in Section 63-i.07, "Backfill," of the Standard Specifications, backfill shall conform to the requirements for E - 27 00SO SECTION E - CONSTRUCTION DETAILS i6. CONCRETE STRUCTURES (Cont.) The combined aggregates for minor concrete used in minor structures shall conform to the grading limits for 1-1/2: maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifi- cations. In lieu of the provisions in Section 51-1.02, "Minor Structures," Section 61-1.22. "Measurement," and Section 51-1.23 "Payment," of the Stan- dard Specifications concerning measurement and payment for minor struc- tures, the following shall apply: Minor structures will be paid for at the contract price per each, which prices shall include full compensation for all structure excavation and structure backfill, drain rock, providing plugs and block-outs, concrete blocks and pads at manholes, furnishing and placing bar reinforcing steel and miscellaneous iron and steel (including metal plates, frames, covers, and grates), furnishing and placing sacked filter material, and doing all the work necessary, except for removal and replacement of asphalt concrete paving, curb and gutters, portland cement concrete pavement, and sidewalks which will be paid for separately, to construct the minor structures com- plete in place, as shown on the plans, and as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no separate payment will be made therefor. For the purpose of these Special Provisions "Headwall" shall include the sacked concrete at Site 1. At locations shown on the plans, existing culverts shall be re- moved and/or plugged with concrete. Full compensation for conforming to this Special Provision shall be included in the contract prices paid for the var- ious minor concrete items of work and no separate payment will be made therefor. 17. REINFORCEMENT The requirement in Section 52-1.02 "Steel Lists" will not apply. 18. CAST-IN-PLACE CONCRETE PIPE At the option of the Contractor, equivalent diameter Class III reinforced concrete pipe may be substituted for cast-in-place concrete pipe. Pipe and installation shall conform to Section 65, "Reinforced Concrete Pipe," of the Standard Specifications. Regardless of which optional material the Contractor selects, pipe laid at the locations shown on the plans for cast- in-place concrete pipe will be paid for at the contract price per linear foot for cast-in-place concrete pipe. It is recommended that cast-in-place pipe be used on Site #2, Pomona Street. Due to the narrow horizontal distance from the edge of pave- ment to the slope of the hill, a narrow trench is advisable. F- E - 26 SECTION E - CONSTRUCTION DETAILS 14. ASPHALT CONCRETE (Cont.) The actual length of Asphalt Concrete Ditch constructed in the field shall be used for payment purposes. The contract price paid per linear foot of Asphalt Concrete Ditch shall include full compensation for shaping, grading, furnishing and applying SC-70 prime coat, furnishing and applying asphaltic emulsion, furnishing and placing asphalt concrete, placing structure backfill outside the pay limits for structure backfill, as required, and making conforms at the inlets and existing pavement and no further compensation shall be allowed therefor. ` 15. PORTLAND CEMENT CONCRETE PAVEMENT The provisions of Section 40, "Portland Cement Concrete Pavement," of the Standard Specifications, shalt not apply. Portland Cement Concrete Pavement is designated as minor con- crete and shall conform to the provisions of Section 90-10, "Minor Concrete," of the Standard Specifications. Measurement and Payment Portland Cement Concrete Pavement will be paid for per cubic yard which shalt be obtained by multiplying the pay limit for pavement width times the actual thickness of existing pavement times the actual length of pavement placed. Payment shall be considered as including all work necessary to conform to the pavement detail as shown on the plans. 16. CONCRETE STRUCTURES Inlets, including special inlets, headwalls, manholes, and manhole bases are identified as minor structures. Concrete for minor structures is designated as minor concrete. The third paragraph of Section 51-1.02, "Minor Structures," shall not apply. Precast units will not be allowed. The last paragraph of Section 51-1.02, "Minor Structures," shall not apply. Three-inch diameter weep holes, backed by filter material in burlap sacks, shall be provided in the inlets as shown on the plans. Filter material shall conform to the provisions in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications for 1" maximum combined aggregates. A E - 25 011 '5 3 SECTION E - CONSTRUCTION DETAILS 14. ASPHALT CONCRETE (Cont.) The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the fol- lowing: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfacing of uni- form smoothness and texture conforming to the provisions in Section 39-6.03, "Compacting." The spreader box may be drawn by the asphalt material supply vehicle. The contract price paid per square foot for asphalt concrete pavement shall include full compensation for the following: (a) construction of asphalt concrete driveways entrances and road connections; (b) cutting existing pavement for conform work; (c) furnishing and applying liquid asphalt (SC-70) as a prime coat; (d) furnishing and applying asphaltic emulsion as a tack coat. Asphalt Concrete Dike (Site 4} A.C.dike which is removed to install the 42" storm drain along Danville Boulevard shall be replaced inkind. The cost of replacing the dike shell be considered as included in the contract price paid for 42" C.I.P.P. and no separate payment will be made therefor. Asphalt Concrete Ditch (Site 2} The asphalt concrete ditch shall conform to Standard Speci- fications except as modified herein. Placement of the asphalt concrete shall begin at the downstream end. Compaction shall be performed in such a manner that roller wheel marks will not remain. The edge of the existing pavement shall be painted with an asphaltic emulsion tack coat. If the trench beneath the asphalt concrete ditch has been filled with Class 2 Aggregate Base, the aggregate base shall be treated with an SC-70 prime coat. E - 24 i SECTION E - CONSTRUCTION OETAILS 14. ASPHALT CONCRETE Asphalt Concrete shall be Type B. Unless otherwise specified by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000. Aggregate shall conform to the grading specified for one-half- inch maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6 : when tested in accordance with Test Method No. CCC 214 (AC). Prime coat shall be liquid asphalt, Type SC-70. Asphalt concrete other than the surface course shall be spread in one layer of 0.15-foot thickness. The asphalt concrete surface course shall be spread in one layer y, of 0.10-foot thickness. Asphalt concrete surface courses shall be spread in one layer over each trench. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged,regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which con- tains ponded water or excessive moisture. If paving operations are in progress and rain or fog forces a shut down, loaded trucks shall return to the plant and no compensation will be allowed therefor. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. Conforms between existing pavement and newly constructed pavement shall be made by constructing a neat smooth vertical-face butt joint, that provides a straight line parallel to the trench. The edge of the existing pavement shall be painted with an asphaltic emulsion tack coat. OOF52 E - 23 SECTION E - CONSTRUCTION DETAILS ;--. 12. EARTHWORK (Cont.) Miscellaneous Earthwork The land in the vicinity of the concrete wall to be removed at Site 2 shall be regraded as directed by the Engineer to eliminate the ver- tical bank. The cost of this operation shall be considered as included in various items of work and no separate payment will be made therefor. Confined Spaces The Contractor's attention is directed to the requirements of the Division of Industrial Safety pertaining to "Confined Spaces." All manholes, culverts, boxes. and any trenches which could contain air that is not readily ventilated may be considered a "Confined Space." Measurement Structure Excavation and Structure Backfill quantities shall be calculated by multiplying the area of the pay limits for the various pipes, as determined from cut stakes, and as shown on the plans, by the horizontal lengths of pipe and no adjustments will be made for structures - such as manholes, inlets, or headwalls. Payment The contract prices paid per cubic yard of Structure Excavation and Structure Backfill shall include all labor, materials, tools, equipment, and incidentals and for doing all the work involved to cut and fill the trench within the limits shown on the plans or specified in these Special Provisions and no separate payment will be made therefor. 13. CLEAR-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the Construction area in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of play," of the Standard Specifications and these Special Provisions. At each site, clean up shall begin immediately after all other items of work have been completed or shall be as directed by the Engineer. Full compensation for clean-up shall be considered as included in the prices paid for the various contract items of work requiring clean- up, and no separate payment will be made therefor. UU�51 E - 22 SECTION E - CONSTRUCTION DETAILS :r 12. EARTHWORK {Cont.} Compaction (Cont.) - Ponding and getting will not be allowed within four feet of-the curb line or pavement of any road which crosses the longitudinal ditch. b. All other ditches Ponding and getting will not be allowed. Backfill shall be placed in layers, not exceeding 8 inches in thickness, and mechanically compacted. c. Relative Compaction Structure Backfill placed below roadway surfacing shall be compacted to a relative compaction of not less than 95 percent. All other Structure Backfill shall be compacted to a relative compaction of not less than 90 percent. Disposal of Surplus Material It is anticipated that there will be an excess of excavated material at all sites, which shall be disposed of by the Contractor off the Job site in accordance with the provisions in Section i-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for removing and disposing of surplus material shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. Trench Excavation Safety Plans The Contractor and his Engineer shall retain the responsibility for the correctness and adequacy of the design and the i lementation of the "Trench Excavation Safety Plans," (SS Section 5-1.02A) during the course of the construction work. The review of the plan by the Engineer will not relieve the Contractor and his Engineer of the above responsibility. Full compensation for preparing the plan, constructing the planned shoring, or protection, and removing the planned shoring or pro- tection, shall be considered as included in the contract price paid per cubic yard for structure excavation and no separate payment will be made therefor. E - 21 0�}t� -0 SECTION E - CONSTRUCTION DETAILS 12. EARTHWORK (Cont.) '''` S'i Backfill Material (Cont.) The Contractor may, at his option and expense, substitutes imported material for native material provided it conforms to the f6l- lowing grading: Sieve S % Passing 14 100 18 90-100 130 50-100 1200 0-20 The imported material shall have a minimum sand equivalent of 20, and a'- minimum R-Valve of 50. Where trenches are not to be paved, the top 6 inches shall be capped with native material to insure the trench blends into the adjacent soil and not result in a perrznent scar. Aggregate base shall be Class 2 and shall conform to the grad- ing for either the 1-1/2 inch maximum or the 3/4 inch maximum grading. The aggregate bases provided shall comply wholly with the specification for 1-1/2 inch maximum or 3/4 inch maximum. A combination of the two separate gradings will not be permitted. CoeAaction a. Longitudinal trenches outside of traffic lanes Ponding or ,jetting of Class 2A.8. will not be permitted. Native material may be ponded and jetted up to a plane 18 inches below the surface, if, in the opinion of the Engineer, the material is suitable for the purpose and if adequate signing barricades, and other safety devices are installed. When native material is jetted, it shall be placed in loose layers not to exceed three feet in thickness. The upper 18 inches of all backfill shall be placed in loose layers, not exceeding 8 inches in thickness, and mechanically compacted. Placement of any layer shall not be started until the Engineer approves the compaction of the material below. Imported material, conforming to the above specifications, may be ponded and jetted in one lift up to a plane o inches below the surface where trenches are not to be paved and up to 18 inches below the surface where trenches are to be paved. E - 20 SECTION E - CONSTRUCTION DETAILS 12. EARTHWORK (Cant.) plans. No adjustment in quantities will be made if the Contractor uses another type of pipe. The cost of removing existing pipes as shown on the plans shall be considered as included in the price paid per cubic yard for struc- ture excavation, and no separate payment will be made therefor. The Contractor's attention is directed to the existence of portland cement concrete pavement, asphalt concrete pavement, Portland cement concrete sidewalk, asphalt concrete sidewalk. and portland cement concrete curb and gutter at various locations. The asphalt concrete sidewalk along West Street (Site 3) shall be removed full width and shall be replaced with portland cement concrete sidewalk. AC, sidewalk removal will be paid for per cubic yard as Structure Excavation. = Trench Cuts The dimensions of asphalt concrete surfacing to be removed and replaced shall be as shown on the plans and shall be paid for at the contract price per square foot as Remove A.G. Pavement. Removal of asphalt concrete pavement that directly overlays portland cement concrete pavement is included in "Concrete Removal." Transverse trenches and driveways shall be completely backfilled and capped with 2 inches of cut-back asphalt or plated at the end of each day's work. The cost for conforming to this provision shall be considered as included in the various contract items of work and no separate payment will be made therefor. Backfill Material The backfill material shall be as shown on the plans or as specified herein. The layer of concrete which beds the pipe shall be three sack portland cement concrete. At bi•ock-cuts for future pipes the three sack concrete shall be replaced with Class II Aggregate Base. Where cor- rugated metal pipes are use, Class II Aggregate Base shall be used instead of the concrete layer. The Contractor's attention is directed to the possi- bility of "floating the pipe" when the three sack concrete is placed. He shall place the concrete layer in such a manner that floatation does not occur. Pipes displaced, either vertically or horizontally, shall be removed and replaced, as directed by the Engineer, at the Contractor's expense. Native material where used as backfill, regardless of the compaction method used, shall be free of organic material and shall be broken-up so that lumps do not exceed 3 inches in the largest dimension. 01184S' E - 19 E SECTION E - CONSTRUCTION DETAILS 9. EXISTING FACILITIES (Cont.) It wiii be necessary to remove a portion of the lawn on the south side of Canyon Road. This portion of lawn and any other lawn which is damaged during construction of the work shall be replaced by sodding, Site 12 - Where shown on the plans, existing steps shell be removed as necessary to install the storm drain and shall be replaced as shown on the plans. Site #3 - Where shown on the plans, the existing galvanized _ steel railing shall be removed as necessary to install the storm drain and shall be replaced. Full compensation for conforming to the above Special Provisions shall be considered as included in the prices paid for the various items of work and no separate payment will be made therefor. 10, CLEARING AND GRUBBING Clearing and grubbing shall be performed only as necessary. All trees which are to be left in place and which fall due to the negligence of the Contractor shall be removed and replaced by the Contractor at his expense, with tree(s) of equal landscape value. Full compensation for clearing and grubbing shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. If tree and brush roots larger than 2 inches in diameter are cut, they shall to treated with an approved tree paint in accordance with Section 16-1.03, "Construction" of the Standard Specifications. 11. WATERING Full compensation for developing water supply and applying water, Including water used to control dust resulting from Contractor's performance of the work and for the purpose of controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. 12. EARTHWORK Structure Excavation and Backfill Quantities, as shown in the Bid Proposal are based on trench widths for the type of pipe shown on the E - 18 00847 SECTION E - CONSTRUCTION DETAILS 8. REMOVING CONCRETE (Cont./ Removing portland cement concrete pavement will be paid for at the contract price per cubic yard, which shall be determined by multi- plying the trench width shown on the plans by the actual thickness of the portland cement concrete pavement removed. Where the partland cement con- crete is directly overlaid with asphalt concrete, the thickness of the asphalt concrete will be added to the thickness of the portland cement concrete pavement when calculating the pay quantity for P.C.0 removal. If the Contractor's operation disturbs the adjacent roadway, the Contractor shall, at his expense, remove the damaged pieces of pavement. base, and/or subbase as necessary, and replace the damaged paving with the full structural section required for longitudai trenches as shown on the plans. Full structural section is defined as beginning at the bottom of the Class II Aggregate Base. The quantities of concrete removal shown in the Bid Proposal are based on the type of pipe specified on the plans. No adjustment will be made if the Contractor elects to use another type of pipe. Section 4-1.038 "Increased or Decreased quantities" of the Standard Specifications shall not apply in regard to concrete removal. The Contractor shall personally notify the property owners along both sides of the trench where portland cement concrete pavement and sidewalk are to be removed. This notification shall predate the start of removal and shall inform the property owners of the time removal will start, the duration of time involved in the removal, and the possible effect of the pavement breaker on loose fixtures or items that might be dislodged and broken. Payment ;or removal of the concrete wall at Site 2 shall be considered as being included in Clearing and Grubbing. . Pavement. Concrete driveway removal will be paid for as Remove P.C.C. 9. EXISTING FACILITIES ALL SITES: Existing roadside signs and guide markers shall be removed as necessary, salvaged and replaced at their same general location in accor- dance with these Special Provisions. Steel posts. may be reused if un- damaged. Wood posts shall be replaced. Sitefl - Where shown on the plans, existing property fences shall be remove? as necessary to install the culverts and shall be replaced in kind. New posts shall be used. 00843' E - 17 SECTION E - CONSTRUCTION DETAILS 8. REMOVING CONCRETE Removing concrete inlets will be paid for at the contract price per each, which price shall include removing reinfdreird steel if encountered in portions of the concrete. Removing portland cement concrete sidewalk, including P.C.C. stairs, will be paid for at the contract price per square foot, which price shall include saw cutting and removing reinforcing steel if encountered in portions of the concrete. The sidewalk shall be sawcut at the nearest score mark outside the excavation limits or at other locations approved by the Engineer. Removal of the concrete walls, including reinforcing steel, that have to be removed inorder to install, replace or otherwise modify existing inlets, manholes, etc. as shown on the plans, shall be considered as in- cluded in the price paid for the various contract items of work requiring said removal. Removing concrete curb and gutter will be paid for at the con- tract price per linear foot and shall include making the saw cut necessary to remove the curb and gutter. The sawcut shall be made at the nearest score mark outside the excavation limits or at other locations approved by the Engineer. It is anticipated that it will be necessary to rema- , portland cement concrete pavement in some of the trenches at Site 3 (Loring, Rolph, West, and both crossings of Winslow) and in the trench crossing Danville Boulevard at Site 4. The portland cement concrete pavement is estimated to be about 0.4 foot in thickness at Site 3 and about 0.7 foot thick at the Danville Boulevard crossing at Site 4. At those locations where the portland cement concrete pavement is the road surface, the road surface shall be saw cut, to a depth of 2 inches, prior to removal of the portland cement concrete paving. At loca- tions where the portland cement concrete pavement does not constitute the final road surface, the Contractor may use any suitable method available to him ror breaking and removing the portland cement concrete paving. The Contractor's attention is directed to the existence of what appears to be a construction joint between the curb and gutter and the portland cement concrete pavement along Loring Avenue. The Contractor shall determine if this joint is adequate to allow removal of the portland cement concrete paving without damage to the curb and gutter. Any damage to this curb and gutter shall be repaired, or replaced if so directed by the Engineer, at the Contractor's expense. E 16 008455 9. Ca. star shP71 drsntit r:idt l:riirostf t:{:amu4nt ni (t.'.t to h+:intlltrcd l)v Raiim j:a rnanu,::on i;idl baid n orkl. li tl:drr is no amnunt i4mcri7:1 in the 14.1111:4p:lcr provides;ahovu for the delroAt in he ma.L lo! Ov.1 tor.h:6:u of stud)dcpxtit Cantinctor siL:It care the IMor,1101 lulet,✓bond to ba rrccutwj by n re• Jixble mrcty n=;tabic to Iteiiroad,conditioned upnn the iauhful perinnnance of the provisions of this atRcemcr t 10. The permission herein given shall tont be tonin ted by Contractor without the prior written concent of Ra -oed,cu.-pt in tha este of subeoutraeton who shall be dr•med a=mts of Contactor subirct to the tenor of Chis atrC=CnL 11. Ti1it a-rooctcrt W'd the rcrmi=ion horein given %rill tcvni:%ate one (1) par groin tlur data tirut horain written unless oxteznded by written aZruouent. .r,..t e €, 1_ .�.:-ata:z ssi x��e n6:�qtr?^tr,r.+.k�.:.:��xa�r.•aJ ,.S. .._ �W.,A E.',i'k ., ,� ,73 R'x�'�i'b♦."� d3 iltt.�..^.3�F}3';UVr>'° .-t-,tt.{r.t.y�••iM3is"�.'I'jrr�1�:�'3+5� Aoij bsrra#tr. -,r w,en.,ae.t s i s:rkca i tit ba:xwr-A benucfalty cI �1Wut +p+ '• ._,.. ;,q� rz; .n,.. �atx•^s�,c,:r-s^:,-kx 1<.r��;rtoso..5a..f<ts;$+a7+�+r;'.'Sr?+,pari„fshut«�rl.'�ry«'tivss��?�, '1444M'4 ,. ar- ..: _ 1. � .., n•r.a'�1 .ts�,sx:r�,nn1:• =c�s.,r?.rr; ,A),c'fS.r73t' • r.r ,�1,• , s,;r . r �:.�.. y..i.�N•, ,..arida IN lVPP IMS%VHL•=F.the pard»lt�teW have owed thatxi p(wenn to ba exeeutad ht duPH co •u'd tlay_end3pqwAntherclawr,Ittw. Sl �ry Oy +� ('Pius) 1VrrNSSSZD DYt By {title! .. 4trts.•ad-.nl..tt»41�niYr{/+-awY.YY.nwll.t dnnl�tY•wRi�11F 111 a.U.MIrF1.l'�w.4.+M a,.t N4 tti1}4M1atW{N41Mn ""ll"H..4 Y—.+.w1 IT M e.ir.n.A anu,•..n pwr11r4r. e+e.4r 1•Gwwe++•1 iYlr• E • is 00844 ;1 roar t.:dV r,,a �.nrr. L— u 'l-1,195x1 CQNTR...OTOR'S AGREEMENT (SOUTHEP.rl PACIF:C TPAI'SPORTATION COMPANY - ONLY) fL.'Vie 91gai IclI:, made this day of 19 by and between 1,- , _ rim a corpora ion,first party,herein called"Railroad,"and �, '•r ettoed Pnrry,herein called"Contractor"; • "0 1. Railroad hereby permits Cortreccor to enter upon the property of Railroad to �A hendulter refaced to as"structure,"at 2. Contractor warrants that Contractor has entered Into a eonaut with hatinaftcr called'Third Party,"covering the work to be performed in connection with said structure at OW location. J. Contractor agrees to reimburse Railroad for all cost and expense incurred by Railroad in connection with said work,including,but not limited to,the furnishing of such inspectors,watchmen and Ragmen as Rail• road deems necessary to pro:act its property,tracks,engines,trains and ars and the operation thereof,the Installation tad removal of any necewry falselvork beneath the tracks of Railroad and the restoration of Ra:iroad'c property. Ccntr.:cccr,a:Contractor's expetisc,shall maintain compatant:!agmen to protect and control the movtrtent of vehicle:end equipment of Contractor at all times while private crossings over the tracks of kailrcad are being used in connection with Laid work. 4. Ccntre.ttr sio..il give Railroad at least five days'notice in advance of any work none upon or adjacent to Railroad's}-open-under mid contract Contractor shall notify Railroad:he date said work is completed and also the dere the Contractor's work is accepted by Third Party. Upon compituon of said work Con. tractor.hail promptly remove irom Railroad's property all tools,equipment and materials placed thereon by the Cortrac:or and Contractors agents. Contractor shall restore said property to the same state and condition as wean Contractor en:cred thereon and shall leave said property in a clean and presentable con• d tion. S. Said work shall be performed in accordance with pians and specifications approved by Railroad and in such manner and at such times as shall not endan;er or interfere with the safe operation of the tracks and other I"iiicies at said location. No materials,tnols or equipment shall be stored within can feet of the center line of any track. The reputations of Railroad and the instructions of its representatives shall be compiled with rs:ating to t4s proper manner of protecting the tracks,pipe lines,wire lines,signals and all other property at said!oation,t'ic traffic moving oil such tracks and the removal of tools,equipment and material. 6. In consideration of the aided hasird brnuFht about by Contractor's operations upon Railroad's prtmi:es,Contractor agrees to release and indemnify Railroad from and against ail co.t,ecpcnw,claims and liability Inc iwjury to cc deaths of any persons and fdr damage to or lou of any prr perry,however nusai, rasultin4 from.arising out ni,tar in any way connected w•i;h the work inder wild contract upon or adjacent to k.lilrmul's pmperty. whether or not enusal or cnntributcd to by the operatinn of trains an Railread's adjacent track.nr by anv or alicged negii;cncv nn the part of any of Railroad's agents nr cm.Ployces. For purTnst•.of this Scrtinn 6.0,:crrr.•'RAtlruad"shall include any other rtilrruul nmtpany using R..iima,l's pmperty a n.id Incatinn with Railroad's consent,and any amliatc,subsidiary nr Icsanr of Kailrmid. T. Shtlukl H,adroid bring suit to compel performance of or to recover for breach of any covenant or conditinn crintah+i 1 ireTiO, t'nntract"r shall pay to Railroad reaMnabie attorney fees in audition to the amount of jurinnent Aad Costs. 6. "'tits ;o comm nccnunt of any work upon or adiacent to Railroad'i Prorcrty under said euntxet,Contmetur;hail ;rnvidc Itailroud a 7crf(ic,1 copy or an insurance policy. wrininalllc only after tcn days*notice to Railroeti.cuvcrimg!hc nperitions of Contractor in connection with said w xk, with liutits not less than 5500,000.1•000,1100 bodily Iniury and 5500.000/I.000,COO Pror 1 Uataage,which policy stall i.r..wn:the contractual Ili lnlity of Contractor under this agreenictlL �i fi�3 t F - 7". . SECTION E- CONSTRUCTION DETAILS T. RELATIONS WITH RAILWAY COYiPANY (Continued) 10. Liability for payment of premiums under the policy to which this endorsement is attached, is solely upon the Contractor named in paragraph 4 hereof. 11. Any of the provisions of the policy to.which this endorsement is attached, inconsistent with this endorsement are hereby amended to conform with this endorsement, but, except as hereby modified and supplemented, the provisions of this policy shall be and remain in full force and effect. This endorsement is to be attached to and forms a part of Policy No. issued to the Southern Pacific Transportation Company and shall--become effective on the day of 19 at the hour desig ted in said po icy. IN WITNESS WHEREOF, the Insurance Company has caused this endorsement to be signed y Its president; but the same shall not be binding upon the company unless countersigned by its authorized agent. Countersigned at Authorized fen - res ent rt -:$ � o, ' �v{y{' ,�$,:k�f 3•"k 'R u`� Laa''� 3 ;ei5-�.€s�° ,W:'^w a . ,.. t� ,.;bs, 00kA2-• _ _E • 13,. SECTION E- CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (Continued) 6. It is further understood and agreed that when employees of the insured are loaned or assigned to the Contractor or his sub- contractor, to perform work in connection with his operations covered by this endorsement which is not in any way the work, business or operation of the trains of the insured, or is not done under direct control of the insured, and if such employees of the insured are subject to the direction and control of the Contractor, his agents, employees or subcontractors, in all matters pertaining to their works then for the purpose of this insurance such employees shall be regarded as employees of the Contractor. 7. The limits of the insurance company's liability under this endorsement to the insured are as follows: Each Each Person Occurrence Aaoreaate (Bodily injuries and death ( coverage $500,000 $1,000,000 Not applicable ( (Property damage coverage Not appli- 500.000 $1,000,000 ( cable Deductible Clause -- Property Damage Only. From the amount of claims arising from any occurrence covered hereunder, the sum of $500 shall be deducted and insurance company shall be liable only for the amount in excess thereof within the limit of liability stated above. 8. Anything in the policy to which this endorsement is attached to the contrary notwithstanding, coverage provided under this policy is exclusive of any carried by the insured, and coverages provided under this policy shall be exhausted first. notwithstanding the fact that the insured may have other valid and collectible insurance covering the same risk. 9. Anything in the policy to which this endorsement is attached to the contrary notwithstanding, the policy shall not be canceled, altered, amended or coverage reduced, without the giving of not less than thirty (30) days written notice by the insurance company to the insured and the County of Contra Costa, acting by and through its Public Works Department. 00841 E - 12 SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (Continued) _:.._... B. To pay, irrespective of the limits of liability stated in this endorsement, all costs, all premiums on attachment and appeal bonds taxed against the insured or required in any such proceedings, all expenses incurred by the insured, and all interest accruing after entry of judgment against such part thereof as shall not be in excess of the limits of the insurance company's liability until the insurance company has paid, tendered or deposited in court the amount of such judgment or such part thereof as does not exceed the limits of the insurance company's liability as expressed in this endorsement. - 4. Description of the work: The insurance company hereby agrees that the work herein referred to shall mean ail work and operations of the Contractor hereinafter named and its subcontractors, agents and employees, under or in connection with Contract No. dated between the County of Contra LoSta, acting by and through s Public Works Department and , and any amendments Name of ontractor thereof and supplements thereto, for constructing County project in Contra Costa County, between and ; S. The insurance company hereby agrees that all exclusions in the policy of insurance to which this endorsement is attached are hereby deleted, but it is understood and agreed that this endorsement does not cover any liability or loss as a result of bodily injury or death, or property damage or destruction; A. Caused solely by the negligence or the insured, its agents or employees. . B. Suffered by any person or persons, or occasioned to any property, on account of whose injury or death or the damage or destruction of which the insured shall have by agreement or otherwise voluntarily assumed or retained liability which, without such agreement, would not attach; provided, however, this endorsement shall cover any liability of the insured arising from or as a part of any contract for the carriage of persons or property as a common carrier, and any liability as a bailee or otherwise of property, including rolling stock and equipment. E - 11• 00840 SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (Continued) Full compensation for all premiums, which the Contractor is required to pay on all the insurance described herein shalt be considered as included in the prices paid for the various items of work to be performed under the contract, and no additional allowance will be made therefor or for additional premiums which may be required by extensions of the policies of insurance. RAILROAD PROTECTIVE INSURANCE ENDORSEMENT PUBLIC LIABILITY AND PROPERTY DAMAGE In consideration of the premium charged for the policy of insurance to which this endorsement is attached, it is further understood and agreed as follows: 1. That Southern Pacific Transportation Company is herein- after referred to as the "Insured." 2. That the insurance company hereby agrees to pay to and on behalf of the insured and indemnify the insured against: A. All toss from the liability imposed upon the insured by law for damages for bodily injuries (including death at any time resulting therefrom, and including care and loss of service) suffered or alleged to have been suffered by any person or persons (including, but not limited to, passengers and employees of the insured), caused by, resulting from or in any manner connected' with the prosecution of the work hereinafter described; and B. All loss from and liability for damage to or loss or destruction of property and loss of use thereof (including, but not limited to property owned, leased, occupied or used by; or in the (are, custody and control of the insured or any employees of the insured), caused by resulting from or in any manner connected with the prosecution of the work hereinafter described. 3. The insurance company hereby agrees: A. To defend in the name of and on behalf of the insured any suit or action brought against the insured seeking damages an ac_= -`. of any such bodily injury or death, or property damage, loss or destruction, even if such suit or action is groundless, false or fraudulent; provided, however, that the defense of any suit or action (or the prosecution of any subrogation rights) within the scope of the coverage of this policy, shall be handled in cooperation with the insured if the latter so chooses. E - 10 SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (Continued) , The cost of all necessary personnel provided by the railway for the protection of railway facilities and trains during the period of use of the temporary grade crossing and during theperiod of reconstructing the separation as deemed necessary for the protection of railway facilities and trains, will be borne by the County. The rates of pay of railway employees customarily called upon to act for the protection of the railway are the railway rates in effect at the time of the work for the various classes of labor. Compensation insurance, retirement, vacation and social security taxes shall be added to the above rates. (e) WorkbxRailway_Company. Southern Pacific will rearrange telephone, telegraph an signal l names, and appurtenances, and will make all track changes and will perform any other work in connection therewith. The work by Southern Pacific will be done by its own forces and is not a part of the work under this contract. In addition to any other form of insurance or bonds required under the terms of the contract and specifications, the Contractor shall furnish Public Liability Insurance and Property Damage Liability Insurance in favor of the Southern Pacific Transportation Company, it Market Street, San Francisco, California, 94607, and which policy or policies of insurance shall contain an endorsement in the form as hereinafter specified. Such insurance shall be approved as satisfactory by said Southern Pacific Transportation Company before any work is performed on railway property and shall be carried until such work, under the terms of the contract, is satisfactorily completed as determined by the Engineer, and thereafter until all tools, equipment and materials have been removed from the Southern Pacific Railroad Company's property and the premises are left in a clean and presentable condition. The insurance herein required shall be obtained by the successful bidder and one certified copy of each policy shall be mailed to the Contra Costa County Public Works Director, Administration Building, Martinez, California. E 9 00838 SECTION E - CCNSTRUCTION DETAILS 1. RELATIOL4S WITH PAIL'WAY COMPANY (Cont.) 30'-0" vertically above top of rail for electric wires carrying 15,000 volts to 20,000 volts W-O" vertically above top of rail for electric wires carrying more than 20,000 volts The details of construction affecting the railway tracks and property not included in the contract plans and any infringement on the above clearances due to the Contractor's operations, shall be submitted to the railway for approval before such work is undertaken. If the Contractor desires to move his equipment or materials across the railway tracks he shall obtain permission from the railway and should it be required, the Contractor shall obtain a private crossing agreement. The crossing installation for the use of the Contractor, if required, shall be at the expense of the Contractor, In advance of any blasting, the Contractor shall notify the railways in order that proper flagging protection may be provided, The Contractor or any subcontractor, employer or agent of the Contractor or subcontractor may not store any tools, implements or materials on the right of way of the Southern Pacific Transportation Company unless a proper agreement is entered into with the Southern Pacific Transportation Company. In the case of impaired vertical clearance above too of rail, Railway shall have the option of installing protective devices Railway deems necessary for protection of Railway trainmen or rail traffic. Contractor will not be granted a haul road crossing over the tracks. All material to be moved from one side track to tie other side, will be moved via an existing Public crossing. The Contractor shall, upon completion of the work covered by this contract to be performed by Contractor upon the premises or over or beneath the tracks of the railway, promptly remove from the premises of the railway all of Contractor's tools, implements and other materials, whether brought upon said premises by said Contractor or any subcontractor, employee or agent of Contractor or of any subcontractor, and cause said premises to be left in a clean and presentable condition. (d) RailwwaayFFla�eme_n_. In connection with work performed at the railway crossings�alIway representatives, ccnductors, flagmen, :i;^-lmen or watchmen, will be provided by the railway to protect its facilities, property, and movements of trains, or engines, when in the opinion of railway representative, same is necessary due to the Contractor's operations while working on cr adjacent to the railway property or tracks. E - 8 OW1 1 SECTION E - CONSTRUCTION DETAILS 7. RELATIONS WITH RAILWAY COMPANY (a) General. The Contractor, as a prerequisite for the award of the contract, shall satisfy the Engineer as to his responsibility and ability to perform the work under and across the property and over or under the tracks of the Southern Pacific Transportation Company (Southern Pacific) as set forth herein. It is expected that Southern Pacific will cooperate with the Contractor to the end that the work may be handled in an efficient manner, but the Contractor shall have no claim for damages or extra compensation in the event his work is held up by the work of the railway forces. (b) Aoreement. Before doing any work on railway right of way, or property, the Contractor will be required to execute and deliver to Southern Pacific their usual form of Contractor's Agreement, in the form attached hereto, obligating the Contractor to provide and keep in full force and effect the insurance called for under "Railroad Protective Insurance" of these Special Provisions. (c) Railwa Requirements. The Contractor shalt cooperate with Southern Facitic where work Is over or under the tracks, or within the limits of railway property in order to expedite the work and to avoid interference with the operation of railway equipment. The Contractor shall comply with the rules and regulations of the railways or the instructions of their representatives in relation to the proper manner of protecting the tracks and property of the railways and the traffic moving on such tracks, as well as the wires, signals and other property of the railways, their tenants or licensees. at and in the vicinity of the work during the period of construction. The Contractor shall perform his work in such manner and at such times as snail not endanger or interfere with the safe operation of the tracks and property of the railways and the traffic moving on such tracks, as well as wires, signals and other property of the railways, their tenants or licensees, at or in the vicinity of the work. The Contractor shall not pile or store any materials, park or use his equipment closer to the center of the nearest railway track, or overhead lines, than permitted by the following clearances: 10'-0" horisontally from center line of track 22'-6" vertically above top of rail 27'-0" vertically above top of rail for electric wires carry- ing less than 750 volts 15'-0" horizontally from centerline of track for face of boring pit with approved shoring Q 28'-0" vertically above top of rail for electric wires carry- Vit; ';, i ng 750 volts to 15,000 volts ( [_ 0 0836 E - 7 SECTION E - CONSTRUCTION DETAILS 6. OBSTRUCTIONS (Cont.) The Contractor shall notify the Southern Pacific Pipe Line Company's District Superintendent, J. W. Futral Jr. (916-624-2431, Roseville) and the Area Superintendent, Don Lewis (233-2021, Richmond) at least one week before commencement of any work in the vicinity of the high pressure oil lines (Sites 3 and 4). The Contractor shall expose the high pressure oil lines by hand in the presence of a pipeline company representative where the said pipe crosses the storm drain trench. The Ccntractor shall also provide the railroad with a five working day advance notice of any work to be done within the railroad right of way. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies my be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. The Contractor shall notify P.G. 6 E. to relocate the guy wire at Station 1400 (Site 2 ) on Pamona Street prior to installing the 42M storm drain. The work specified shall be so conducted as to permit the utility companies, the water districts and the sewer districts to maintain their ser- vices without interruption. Abandoned pipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the ,lob site, in accordance with the provisions in Section I-1.13, "Disposal of Materials Outside the Highway Right of way," of the Standard Specifications. Full compensation for conforming to the requirements of this Special Provision, not otherwise provided for, shall be considered as in- cluded in the prices paid for the various contract items of work, and no separate payment will be made therefor. The Contractor's attention is directed to the existence of utility and sanitary sewer laterals that serve the buildings fronting along the project sites. Where sewer laterals conflict with the proposed storm drains, relocation will be ordered by the Engineer and paid for under force account. Any removal or cutting of utility or sanitary lines which do not conflict with the proposed storm drains shall be considered as being made for the benefit of the Contractor and no payment for repairs will be allowed. Re- pairs shall be made to the satisfaction of the owner agency. E - 6 00035 SECTION E - CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont.} and posts, shall be considered as included in the contract lump sum price paid for Signing and Traffic Control, and no separate payment will be made therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract. - Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: An increment payment of 12.5 percent shall be paid for instal- ling signs at each site. An equal amount shall be paid upon satisfactory completion of removal and dismantling at each site of signs, barricades, posts, framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. S. COOPERATION The following work by other forces may be under way within and adjacent to the limits of the work specified, as follows: Lateral Adjustments - Contra Costa County Water District, East Bay Municipal Utility District, Pacific Gas and Electric, Pacific Telephone, Crockett-Valona Sanitary District, San Pablo Sanitary District and Central Contra Costa Sanitary District. The Contractor shall coordinate his efforts with these utility companies. In lieu of the compensation provisions in Section 7, "Legal Re- lations and Responsibility," and Section 8,"Prosecution and Progress," of the Standard Specifications, full compensation for conforming to the re- quirements of this Sprcial Provision shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contractor's operations by reason of his conformance with this special provision. 6. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and gas pipe lines and overhead utilities in the construction area. 5 E - 5 00834 SECTION E - CONSTRUCTION DETAIL5 _ .. 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (CtAtj Signs to be installed within sidewalk areas may be "portable", they need not be sawcut into the sidewalk. Upon completion of the project or at a time directed ')y the Engineer, the signs, barricades and lights shall be taken down and dis- mantled; and the County-furnished signs and posts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue during the County yard working hours of 7:30 a.m. to 4:00 p.m. _ Where signs were installed by cutting existing sidewalks, the following repairs shall be made. The sidewalk shall be removed by sawcutting at the nearest scoremarks. In those cases where use of the score mark requires removal of more than 16 square feet of sidewalk, the Contractor may, with the approval of the Engineer, sawcut a smatter rectangle from the existing sidewalk. The concrete for the replacement sidewalk shall conform to Minor Concrete as specified elsewhere in these Special Provisions. Full compensation for repairing the sidewalk shall be con- sidered as included in the contract lump sum price paid for Signing and Traffic Control, and no separate payment will be made therefor. Lane closure shall conform to the provisions in Section 7-1.092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Contractor and ap- proved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. All work necessary for the safe and convenient passage of traf- fic through the project, including any temporary centerline striping, and obliterating existing and temporary centerlines, shall be considered as included in the contract price paid for signing and traffic control and no separate payment will be made therefor. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these Special Provisions, including full compensation for furnishing all labor, (except for flagmen, which compensa- tion shall be made in accordance with Section 7-1.095 of the Standard Speci- fications), materials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, including special EDA signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs E - 4 SECTIONE - CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE PUBLIC SAFETY AND StGNIN'O (toht.) work of sufficient width to provide for two 12-foot wide paved traffic lanes or full pavement width, whichever is narrower, for public traffic. The Contractor shall barricade the excavation along Pomona Street (Site 2) and Oanville Boulevard (Site 4) with flasher barricades at 50 foot intervals. Except where removal is necessary to provide work- ing room, the barricades shall remain in place until removal is directed by the Engineer. Trenches which are permitted to remain open overnight in ac- cordance with these Special Provisions, shall be protected with flasher lighted barricades acceptable to the Engineer. In lieu of the conflicting provisions in Section 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," of the Standard Speci- fications, the Contractor shall bear the entire cost of furnishing all signs, (except those signs shown on the plans to be County-furnished signs), lights, flares, barricades and other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4"x 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected before commencing work at each site, but in no case shall the signs be installed more than three days prior to the actual start of construction at each site. Signs shall be covered with burlap. The covering shall be removed immediately preceding the start of work or when directed by the Engineer. The Contractor shall notify the Engineer in writing when he proposes to install signs at the various sites. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. E - 3 00,432 SECTION E - CONSTRUCTION DETAILS 2. LINES AND GRADES (Cont.) V, ;,�,._•.. (b) Stakes ordered by the Contractor that are not used 4or . a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. 3. MATERIALS Certificates of compliance will be required for reinforced concrete pipe and corrugated steel pipe. The Contractor shall design the mix for the following listed items of work, subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days, for each mix design, from an "Approved" commercial plant and five continuous working days from a "Non-approved " commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples: 1. Portland Cement Concrete (Pavement) 2. Portland Cement Concrete (Minor Structures) 3. Portland Cement Concrete (Castin Place Pipe) 4. Asphalt Concrete (Paving) The relative compaction of soils and aggregates will be de- termined by comparison with the maximum density as determined by Test Method No. California 216. The field density may be determined by Test Method No, California 216 or by nuclear density gage determination (Test Method No. California 231). 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Section 7-1.09 "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of lelork Upon County Highways," issued by the Public 'Works Department, Contra Costa County, California. Construction operations shall be performed in such a manner that there will be at least one 10-foot wide traffic lane open to public traf- fic at all times. At the end of the day's work and when construction opera- tions are not in progress, a passageway shall be maintained through the SECTION E - CONSTRUCTION DETAILS 1. ORDER OF WORK As mentioned in Section A - subsection 4, "Beginning of Work... the Contractor MUST begin work no later than November 23, 1977. Work shall be limited to two sites at a time. Before starting work at a third site, the Contractor shall complete all items of work at one of the original sites. Work at Site 4, Hemme Avenue, shall not start until work at Sites 1, 2, and 3 is finished. Site 1 - Canyon Road - The existing gas and water lines at Station 2+70+ s a e exposed to determine if there is a conflict with the storm drain. ` If a conflict exists, the Contractor shall notify the utility companies involved so that the lines may be relocated. The cost for making these excavations and temporary backfills shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. WSite - Loring Avenue - The existing V.C.P. storm drain at Station 0+00, — isting sanitary sewer at Station 0+50, and the existing oil line at Station 0+66 shall be exposed as directed by the engineer, to allow the engineer to determine the flow line of the 36 inch RCP. The cost of making these excavations and temporary backfills shall be considered as included In the prices paid fur the various contract items of work and no separate payment will be made therefor, 2. LINES AND GRADES One complete set of stakes for the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07: Headwalls, inlets, manholes, storm drain pipes, ditches, and curbs. The Engineer shall be the sole judge of the adequacy and suf- ficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be de- ducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. E - 1 OOS30 r -- IUDIiIWIWS�.I f1A11lGltIDriS P.} co • S; 0..1a i/f1a Lf..1n•ht.a.la OI;CIS11s rf,tal1+•A1T-M I[ l.I.a.O.rl.a•►•..•..w Il.dl lLaw� ([}f0 Mil-wl.II 1l. ISIs) rMa O.w Mt• ►w.1.w Lrw.. ..4r ♦t...a.,wyt�, f,n.a a., `A—sI Nt■ ►..•1•.• iw.w.. l..L:. 1 w6i7_I NO-NM 7 Son fi. 44wlua Ofbu.C— t.tta.rl N.Ia.,7E II7 v-1 452-11n 11 7, Ii111 Ma41 a+.1 G.ulli. Y4L.wf Ia.•r.,a:1aw.r.M I4f.fty. �a1 w.slw».r.4.a1w.ra..4, LI.ctl lc lau+.LIuuY 10.05 �~ 14f.10 .01 ......�.w.h•••'la• �I.c.r,71.rf,s.4rra4a. 1.•►f.1aa,La 7a a.l IYI+,f.a PlSI)!.^._l.�I:�I_.1011.=rM�(1._ 3Ma MN.iaaN.•ilwaa. IIF Iw-Ia15f-Juaa 7. Illll L11i 1}r.Lal.lr.1rw++.11 Jelfal f..l. Wlnl C111[. w44.1.SNaaT.i.W. Oluwt. � N.IUT.Tall Wry.wrW Na1Ya• If Way 1a14raf)a01,.. Gwna141.w11ww.. hlr.wl TaM Cawtlrf. 1.uL1w Fall Iwwa11t 1[n wlyllutml ]75 4WIs[f1y_..ia ai !.Int.[.,be." 4.10 fr U.—c1vint, U].E) 1.16 ri t 1.411 .01 z 0 is 1'h 71II5--, u. II)?) �1 - n Sa.4r34a,w7.Y 4n Yu4f4lY1 ' Ms.( IIS.W 1.40 - Nau It a1J Ill 73.10 1.40 ).]0 .OS 3 ' I ' y FEDERAL REGIME.VOL 41,NO. 141—/1RID[i, MAY 14 1977 ICDIt ICAt1GtS F.a + 11alISRa110YS LJ / rnal(tUttMS►_10 - .1 IALI[IrM p0-fA])-YI[D-ra.d.J) Nt 1-nol)-ryrll 77, 1•)71 r.ry.a.ra••Iy.ar• Mr A-.1.17/6-71)1-N.I.Ii Lwa•�'-an r.,.w.• AI•.ed•,Alyr.e, WJrr, W.-A Tj/n kM-ha,J.a 7!•1{. 1 R•I< C.f.•.ra a,te.11r a..[lI,Ikl 1/r"'Ir Lw•••r w.fttrrJ.tNRdlrae.,dr r.«. U•d1 ['\"•'^' Y✓r rr,tl I.,.rdr,(aeaee• 0•r•• it.of I.-- V.- waw 1• .a.J T.11•.•+ Rr« '44" !«ar•+ ra'•- IIe.IwIJt.F,r/n,14rlyeaa Irl.G. fr�rl•a.T.,..atla.t Lryr.i,. Nrr«J,M.•. r./,Y.yr,Mer.d. I __ ►i.[n,s.[...r,.lr,snn R<.[[. rwwa ' s.n rr.«Lte,s..Ja.vna, S•u N.r,e,'. a Cf.r•,1w[a .I.a10111\R, Lru 5.1•, a,1San ,S.I Ia(, Mdal..+.fw.rrr Tenrur leulu ,Iel•rd N.Na\a M.ta.•< ,Cir. IYLa 4uri11<.y4111u1 PIa cw.l r,Ik..r[«a•rM[W.• v,.L_•r YrrR+r. 1•.rfr+.,FI+II• brraa,d near 4rsrn r... Ne.A 1.}0 a 1.w s...uyn,raul s•N nlm.7 IF•r w•.r.L.Y.1Tr 51./uSlnq St.•1 fufl.ld d.uraq n.J«4.tfaM Ire.rer[.nJ/or}reel Sapr 4,\1.4111.[1,wJs1•.. t nr:4.ttera 75.60 1.77 1./1 .Yf .0\ w.r/d•..wav M«wr Nl llar ll'lara 17.17 I.J7 I./1 ,ai .0\ w. nw.l.IJ.w.Waew• Li a[rl lcl.,..r Va.N A.Yr..Re.a.,r1► arlt.ln..d Wtl lr�l.1J 10.M 1.70 iia.+w ctcclr/a 4n. 17.)5 I.II ]tr.)0 .07 441.5,11.... tl,il 1.11 171.t0 .07 ro 4N4r c-l" 1 Terata l..r.rY .14/.7•+a.a WlarbN to.Sf 1.74 M.w ' Q tlac rr la l.na Il.7t l.il Jta,70 .OG ' f.l.le.ylla<•. Is 1, 1.17 121.P0 .. 5 I. N •n Octl[[tad Seita past' 4uu 11 r• 17.01 All 1.71 llucl+sai 54..f liter rl ArJur(Yurlarrw n.1/.Ir ' cre,•1}),sar..rtro,roto. ,. .. LI Jn1 rJe,Yrrnd•r.d .... .. at•aer 4wtlu Is.[INaI f 1.\a rales.Irr4 u.0 -t.fJ tsl .Ia SLrer Nrrrl Wrla,rr � .. /ltta<,5«,r.ralo,aY1[1r i rrla...•rol..Nd ma. o•NNu.. u•w .fl t.af .0 (jC }}nnu afctft[a.vol.u.no lu-7wroRT.Jur}}, laa A "WIFIUUIOOS P.0. • nnu.ours r,� m 1.1•.LKI bn.E.7)-'.131.1-Ib•d.It YICISif4110.Ui7-SOM(rwwl__dl -l�.t IN��•+I -�plll !l. 1.111) L�Hr1i rte,„ L,Iq.s.•.M,r«.wla AIWda,Alrl .A•,adn,,.wl le• .•v. � I,I..rrl a•,1..1 rsa,C lla st-A, EJ.,.<1� •......, edw•n.• f.,•1•,1.1 M e.[I Ib,.4o, 0•,,, Its. r.•a.•• Yr.•f.e JL 11- Its• rr.•... A�.• 11„Ir•.t+,,4v.bn i,n,.01„a.d, l+Ilnr11 14«131[,I4w lrlry,rl.r.,,i4•,•4a, fre 0a+1 t.•ed Seel.tl•r. rlJlrr,rl.l a,sa..,n..[n, rrlle< s a.w 7.w 3 i.» • �xrene, .«...Y[�11n,s«, nY..<.a z..arnrrol J�yYln,S,nt.•1.0.• �l• Aw,4•t I..t14.•b.1L.1 1.1.1 n,f,,,In fl,•I, Sb••1 a, <rr1,3•tl+�r.1...ell, ,lel,.,9••41 v1•n.Swl„«•, EI M1r+•►.11•..4•,ri«.r. and,i•Y•.1Y11•r, 3101 SI.1t• hb.r t<fal-A..e• t.6r,911311,1, Inl•,., e1.11.t We r. 1.77 i,nal..n., r.1Y.xd ra.. S►•r1 Itw wa<t.1 Cxunllef,GI11•Inl• ♦ Aw,d+,.sellr.41ef•, , Ll 0wo CI-.L-, 3131.,4_ 14t<W.rt«cr,L1�1.., - �E•Irrn,•,•1 3«r.w•reN,f1Y,•1.,Slesn. N.14.•w•4 n+Y,G7ny re.Rr rr.c...u<t 11.01 .7f Lt7 LIl- s•v nrru nrt. 3•v 1Nru) Sbin4l rraJ Slerl S<•l fold AAAI fr.ct-•n//e[S1<!1 SM'- II-4..It«I1wt ly.4rf lou 11.10 f.7i 1.71 .07 .Ob Lb.,fltrt., Mllturirhl. 1f.IS t.lf 1.71 Jf .a - 5-91-tse. p E It[If1+1.3111 Cr.rwi�. 1.11 31+,00 ,02 1•Ft,11n1Ie,tl.a,decln.<.I 4r t0.lp<.t Opr.t«. 11.12 1.11 31+.eo .02 n Sonne,E•enll•• LI 17.15 1.11 31+.00 .02 in f"Ic Jan• 11.73 LII 31+ .70 .ol 4b3e seal- 13.61 1.12 31+.00 .02 N GLIB spl<r[. u.tt l.0 31. ,fo .o: Mlt•,CI.IYI,G••en,nodec, rllfe,r,Sh,.G.'.1 aM 17ee, ieh•.a.n.l 3[Iw117 r.Yellc. tl.rtr lcl•e. 17.24 1.11 31+.70 .04 _ f xl!Srllcrn 17.4E 1,17 n+.10 .N tler.11t<bul C.M.SLllcer n.q•rr. 12.03 Gbl<Sytl«r. 14.14 1.12 31+.70 ,ol w _t _t 0 LF0f0At 111CI71f0•VOL 42,NO. 141--L0r0AT•Alli 77, 1977 t`7 IIAIFILAIIWS F. II MUNIEATIOES P. 12 JI :!1 ' � T / 0•..41 yJ. Fwy.EwL.a►.7.•ah ft- EA.a•aw• Owa. Ea...w.. 41•.•, Ol• ►w•�,• I.•...w wa•w 0•w. M L• ►wNr. Y•,•aN •L'• a[I•-i•. soft 0t-,tayr.a. I►.-1a.ur 1 w.f7-IKS-Iwd_ ) a.ea to 11pIM,3wadii.Glaeersa, til M-Si17)r p.�77.!1/771 w..a.l/a-•.a..t ane s 41f••N41 a Was-M.P.mi-O Anwq.rin 01r•q.Ln Jwryln. 0.•.r4 11a..It.,-Gwte.am Six,••enl u,/alta..TvMaY. FN.n•N. Mn M•e an11 a. 7..Iwn., .0 lu a..a r..l.• .rtl.l.wy.ria4a[rAa.Slt•1, Q-k-,•m 0w.N 31....a/a wr.a..w.w .w Il.•..u..•u.• r•.. A.aay-. clwlay l.l.f..•rr Meal 110.71 .01 11.30 {I.N ,10 •..1. • 1 .w Jr•I. MI ftb... 41 r,n.rww.r..lat,•ful Ia. .1141.41 '.M PJ 7, r•pa, S n r.•a/uo,tan - (7f I.Nita.-::,!; er 7197 a.aeu,Salam•m soca ^atal•wIJ.,Gnx411w cuwllat 11.41 1.N -1.11 .1.90 I TII••F 1l[.ar , ..rcN ai..,ol lt• 10.15 1.00 .54 ItrS1MA1 A I/l7!I.-m. ebnl•[ry...a 3awla Grt C-1.. _ 13.41 1.M '1.10 ■Itf+•p c-tmti-(2aer Owl Iwlu.rr wr Iw.1.Ja al 4a•4•1 0,771 /.2S 1.70 1.is .71 twra t7.ra.wa7s.a.a Z F:uup t/wl 1.N I.2S 1.70 1.71 .11 NI�len7 lwarel�ie•l aftta irwy 1101 f.12S 1.25 1.70 1.141 .10 WA lwelwL.M11Lwa wins- n G.•y.Ilcl 0.07 I.JS 7.70 1.i0 .10 MnR Iw7InW cwrUwlluy 111 G•y 71a1 0.72 1.2s 1.70 7.10 .10 .4 r-lod iww•clai d Yllw N Goap 11.1 f.17S 1.25 1.70 1.141 ,141 I.lulfr awrl•.cll- Ga.r►1111 0.373 1.23 1.70 I.10 .141 Gaup l 0.62S 1.21 1.70 1.10 .IE Gay 1 0.S1S LK 1.70 1.141 .39 Iat.e•.a I[..wl.al• RfKI[a!/1072.1045-IW,r4 Gawp t •, f.J1S 1.21 1.70 1.1E .l0 '-(Q fs 31122-w.7 S], 1317) - ita.rp 7 41.{41 1.23 1.141 1.141 .341 S-to.14ti Gary] 0. 3.23 3.741 1.10 .141 � lrawren.u. Oerbty C41wKln ad t1rN Owrale N Aar,la, . l.Ilq,Or•Nw0w C.,wwt. Iwtata0 s•api N.4 Oe1a•. QW-fou u.. {Is.N .413 il.t1 .O2 r FEDERAL 1EGISIN.VOL 47,NO. 171-711DA7•MY E. 3977 1 _ r nmis ICA]Ion T.To nau tr#arcr.r.1 ' rrr...r...w.r•.-••.« wi r•tr+r e.«./.rr n,-..« e.« 1,:<t^•i.m tri.fR)7Sei9-h.i,t) et...y Ei...ew Ed...s.. 1,71.11--Ma it 77, 19111 M...• N t r t..+4+r Y«wtrr .r/,.r err. M f e ►..J�• r«ir+« '.0 t' #it•1nr. Cai.^^I•L.1 •f..•.I., r..1 b'41 e,r'Ia Pn,4•,, rfrm, [1rM.lrrw Net«f..l• bwe..7d1,'tt,t t#,H+•iprrr., r [/ectr teia.a 3 it.H .1T Ia+.les .N w.r•.1.H•atu•T,Har+, Cal,sellers 161• .41 11+.10s t .64 1:•.+.1.."llar•I. Rw^,✓e.l•+, C.1aa.r.a•,1 S ia.1.l.M s.#p•#SIu,sst...+.^,rm.., fte.arfetaM MIS At 34.4.1s `.E► s.n J..wl,rin, r+r.Hrr n., rale fpl leers II../ .03 J%-Las .bt wnt,C1..w. Rout.['rat, rwte•t.waa tMnraT 1 L..iwrv.,uw.t..att.,, [/rear lrf.we 11.}9 .111 )t•T.N trs.... ir.lr,r.u•,V•+1..nrl rw.•M fpt Ma• If,Te .TO )t•I.N 1+7.,C-ti-"Sit-M. pri eMxe>•.•srrH4e tl... 91-1 lclas. II.aS .N Is•I.ri ,N - r1H7.: Cah Spife.rf 12.19 .•6 It t.Es tN 'ur faa lal•r.,Rtaa«..ar,wr.r 1w is.M sn.:+rrr..aik trl H.,le,Hu.•.r14.,rNr l#, gretrlelw IT.{S .11 ]s•.16 .ft Hy,•,stn frwnclr.,ta. CM)t splir:.t} n+t;*•,v.t.•r,.M f+,wo w•.ta« t T G.m7 bs s ILe3 r)ss f i.le 1 I.N .41111 13-Atka- lcl.s. 11.5E 1.11 3%2.10 .N t,•uv,narfl.n.11+4 tat•tpltrrrs 11.41 1.1e 3sa1." .N rYreM C. [les II.S5 ,ri I,N ■.•+.r+e S.U-orale. 6,1,."Mar., sleets lelw MOT .N 34..bs t'r r.na t'++ ly 38.ls .6 1.0 C.M.tri ieefs S3.SE .tf Tr.Es .f1 rl•ct.lc l.a., • It•1r,rlt..%. cl...}se ^/ #1,.e4.C-tr ats SGro tbwtse. rle ict.ns ia.1i 1.ri „•l.tS .E) nectr/cl.pe 13.6 .Tt 31•I.SE .Os rrymr7 C.M.9y1lce.. 11.51 Les 11.1.1] .q C.rfe Srlfa rs MU .37 3t•3.sf ,e! .a,d«.rscr.*-nto,saran, isb las.r.-:-tbwtt tu14r Tul..aM 1nw fnrlln r n-1.1cas.sas 10 3%.Is .N , of A1rine, Cl PmaM.rr•r.d , tate Ilptleete 1T.S3 1.N 3a..N .K , ,;w lf 1.M..,*0-t.l. C.1..er•s W fr ip wt. ' wte.WM - tb.M tH 11.36 .6 .3s .61 Unlr JO... 14.11 ,1f ft•.bs .on piptmrst t'.1•Ir:Mll,e ISM .15 3t..SS ,NS 0.1 11.1..tr,paNlt,fOri.. r lake 1.-.r.. e.".2e1..p•7or.,•awi f:bnrHcba+ U.N .tl N..1I .N Too-C."sn Moro .fE .56, 1.3s .El Cs61r srl lre.s 23.76 .f7 afb73 .N n.Mf lrl... IrRllt - .e M-ot,)[«lard is - 3 ef.«1o1 s.le 1.1236-Al '.sr t. y r.0 - i • .. .. W <.r i ilDERAt eEelstEL W)L n.WO.133-MCIAT.A4T f.19" yr a I f Itr1[1ICATIMS P. i 1061!IW[OtIS P.a .J yt ca i "utpn wn.iii-Sa» tco..t•a ��. .clsw o n-sr» tn.,r•n aa. M.r.4.a...i«r'r'•.' 0+.r• Tr...a«eM.T-.�..r. 11•.•17 {Lr•w.a Mit ►« 0.. ►«•i... ♦«.r.. {+.a«••• 0.w. .r... r«.«.. � saw A.7a 1a raTc►erur r.rnar Smoo.•.10-4W• 4lplru,Wa,+r,4„t t.. GY 1 a 11.215 S 1.71 /1.10 S I.Ke .10 G l.r•r•.,Cui+..,U 6•r•►1 i.N 7.75 1.70 1.10 ,!! ltr•Ju,a:/•nn, ta.•.n r•Y 1 a. 1.71 1.10 /••.7ua1«J awn.t u.• 4 Arwi W 4Mh rNir b••i,r4ar•4 lu.i oI {.fa{`i 16.11 Lri 4H Lii .it a.4 ao.yula 41v.r1.►lrra, 6►4ry N.0/ 1.YS 1.70 i,la ,U S.n Ie.i.en,tout., C. t f.f1 1.71 1.7f 1:10 .14 - ircr.aardu,Sr•nbLr., r+M{ fJ t.7S 470♦ 1.10 .I0 Wtlrr,T•n...:TC/nJty, 1.44106 a04iY Twlw,.,Yol4.aa"A" Gd+!1 4. 1.75 I.70 1.30 .la CG l..and 0-1.tt.o. r••wa/'1 a. 1_iS A.if l.t6 .Ia 4t 91 fk.a 'IMr.e•, �•4•y 7 a. 411 7.» 1.10 .I0 VIA—.na aierr.G.a„uti.. pa.laelny Gt.T.Iwa 4r..) 4 14.73 .04 4 1.30 IF 1.06 .0 Trru.m wrt.ui , .4r1•,4.Wolat,V\s. M.rtn,14rd.Cl.o,Nap., ' •-Ta.u.l.c.+,San rr•i.., z 0failyuu,Wi.a.,a„nar. 440 Winery arwt3.. 11.41 1.50 1.10 1.M O t11.S.lterar m wrifri..wrre•0.n4 ' an Tul.r.Cant 1.1 Ii.1f 1.00 .34 1l 1.r.T W Sart.Gars _ Crntlea 17.41 1.04 1.14 37► Gay ilei f.i0 1.iS 1.40 7.14 .0 � Ga4y Iryi f.J7 1.J5 1.74 LU .0 Grp 11.1 0.01 1.55 1.74 /.I4 .0 Gay!(4! 0.77' 1.15 1.74 1.1111 .14 Gry 11.1 LI 1.75 1.10 1.0 .0 Grp 1411 1.fJ l.ri l.M l.l! .St G.q,I 4.f7 Lit 1.70 t.tf .ir Gw•p I - 4.S l.iS tA! 1.16 .10 3.4�r ME9ISii WEGISTES,VOL 47.!Y. 131-{fIWT•7Ytt a.10" tlry11111•111'!.P.i IfOrli li at ilal:P.S } Ya:.Fa C[._+'4}}ilei pr•d'+tj _ • .w T+Mrr A.••R•i iar+aw+r. 7+fX'7RiM j_�,,.,rATi-!AM (l'arYldj A.vv faW.ae.•tn`f'rr�`•• ti.ra•. Mw rp,...ar !� N!� f.wr+w yw••1.. Ite�lr M.wlr .ur O.r.• N 4 r P...+-• v«Yw �.f.. --- - M1.•v.r1•-Y+.nNrr rT M.tr.•+`r•••M* .y i..kar K..In.rMuaw:iwn rni a.�.rr•a1•r.[N••rl"'M -„ li.,�\ .p1 Llrel•/cltn• :tL•s .A: i1•,/r dJ [-moi~t►'t r-•r. ii.J•' .TS »••• .Os h/.te:yri l.«Ia /t./1 .rl 11•.\r .Il .04 w+[i/.-•.+,/i^•a.rt,Lt rntciruY nG..rn M•a ..i7 !.1• U•J.N '� .� rm/S+uN+wr.f..•n.t ka I.i.rwwt T.•M•^i t•s 1}.•a i.ir )i•x.Ii .M l:lrn.ler ra- r.rl .a} tt /t r.i,1�•..yt.^wr'r I i.M i.ir Tae2.Y Crtrin r.Pt i.'+•n ip.rl .a} w 11 ly,.y!.^..ft••.r..wlW /T,w.t«y`rr»YCY ....++ )x.rJ .aa i1•I.tr .ea /'Iw[t•le/rn^. 1},W t.J4 ta.},N .K I..i.i..St•t ia+•I• li_ta .ti its{;ti .Pi C+1•It 51•/lcyro 1\.01 I.N tt.J.M .K pi+•^h t"./Nf ` n.lu rml'.•i+m f.w.nl 1.•s r G...wS.r a,a• I.S 11.1.11 .e) [.t,vttirt+n+ 1 .54 I.M IIr1.IS C+I.1w'ya+•.tls 111.50 .N )N.r4 .0t lir•1I-Ir•^•i r\^1.i•+rR )t.ax ),r•. Sirt. '♦n A!nlln.Y.nta C1.1r AM •rN wirll[:-a••p S+rrlr Crue 1'.vnt/nn G••rwtW1 a.M .IM )i`1-.% .04 Cteeif is/say I).i4 .TT it•1.5p .r5 Li+r++ il.:•. .Ar II•:-a5 •01 U41wpPl/crit 75.41 .tJ it•1.4r AN i.J.Y_9i M.+y t..l• .N it•i.AS •0t 2 +n tlrne ln[vr n.mtY w hrritr•a•+.+i7 Jl:ta•^el trim: IS,504 1.01 /1•.1p .pp �y,,,,,a.ri Il.:•• I.N 10`!0 •� "'• co,l•!,Pl k, )t.5i 1.44 ,/t+.10 •ea tl•r.'•t t«wrtaw- tl.:• i.N .oa Ins:an nalw t'nwnY r v.i-crl•.+•s 71,t. S.N Ii`.+e in I:n•clr to I-% lt.it .px n..Sp ^ .ri rAw-at•+•.z.•.i n•••. I.+Ihit nr u.t^.•Y.r.�<r+..r••ri r+i+•a.ry P,A S.n J..rlutA 4•+0^* J1.at .01 k,-k-%" -OS C..+ntiea tt.M .ap .K .ri 41w+'+w•iS Lh+'tilyilw"»• I.IN[Yr+.tr•rciinAl .S..Pr\Mw i\.1a .ii t•rl..+p .OS Caallr CM.tt GTYIIy t•,•Liw 51•IIMr Mot .pt st tp .e5 t'x1YaWn 11.10 .10 JI.1.00 nx\.:.•r.t t/ne.Y.P+i/rwa2[S•I[riurA i Lo-- .tp 7t ry.M t+t Aiwr t/rla-4b,aw<•.. .t0 JHt.N p+t•I++w+iriA�illl.nw r�T W.le iPlln[r 1[./p .10 as.I.- VIN Al.!40 13I-Iarol1Y,Ritr!, {r JJ 4 t » 1 lIODUICAtitatf!.2 :.aa Ir �..__ _•rxae}•...+,r7-y.ny 1.^••^M t.+r.u.+.l.,r.:...n tlr.ctai tn.cars-son-n,l. : •ter (rt ra]0f 53 -lyirll x), I9771 Il..lr •• o.... aL: r»•••a• r..aa..• ..d.. alar!,,Lti+ir,a..d,.lotht• G lawn•,fntrN, !••.a at! rr,.w. Yra.� .Ir' C—t.. £ua4•Ivl"1.,CI P+a reu• ar.•a.,aLsr.... rt<.nY.Civ«r•It•a•.,tdt•R/Na 5.•a.r. I.M. r+•.,.i .+. Nae. Maar..rt•d•n. a.a la. •4w Mr...,,...l alra•r. i•«f•G.n.rin vY. «.W.Wraaa. ..M>I....•.....I„•a.a ll,c.t. rlr..., r«::.rr.io, ..a w Lw...a,+.... a.a a.w.tl ].•r:,«ci•Go,sa« v araaa..r Jvayrl.. 5•«Rutr«. N«n [rw[a W1..• ;so." .sf 1.+..f .015 Clan.l,.0 cmt•.a..aa, C.M.trt•a•u. 1..►L Narrs,iiaa lr«r.ful•no, T.w7.a •� MrY.ltrnl,lr.•.lrtarr, Ct.Yt.IG1.+c Ia.fi .K 1i•.\• .Yl/ t<t1�•e!rl«I•r.rYl<t r, Z-3r frite.aa Misr ..f n+.N .vt3 'MIrYu, GllrC....w.tar • Lear T.a.«Y io.. £v.atba, la 0--o— 11.5! .ai ]1•.77 .Yd AA..r� iJ,iv rpl— Ii.it .it 10.11 .0a ss •. Klcolar•tsl LtGust•sw«sr -r7..sa,aadoaa•s..,iiv. most,iaxtr,WN.r10a,t.Rs. T•k%s-—A Mi[r k: .. wt l.,lk.1.l«o,lapr,Ian cU-.,lz )l.so .r) 1[..76i rn«clsco.lin MLRe. '• tdFk a'r16— 13.14, .al It.Jin .al al"Is—,svlaw, — or , 5 — :y +r..e los/nl •a, 11.42 1." 9.69 .N v F.—.tG.,K.M. 0: z -0l wtll•+n•,A lrrc<f Gwi.tlr 11.55 •.;S l.N C.Ul.304m". ll.al .1S Hr.)Yf •ar n M iGI t..O,I tt fatwaaa...•£f—-..V-a ;rs[ro.!tN•,otWtr..di ) ,arw,i*e *-,w 11.15 N tvAu Gwrl.o pA5 .N 1.10 :y7.lrl/err0 17..7 .vf N.1.7f .Ol al<Gtr IC)a.<i 6ir.as.at<a1.,Mt I—s.Cowags uwsrield.. IS.;a .7J LH.N urctrlclw 17.SJ 7.05 ][r1.is .p 1.01r 1}.tWr. ti.70 .H la•l.tlo Cob).irliut! 1t.52 1.K ][.1.14 .al 0411 A."dnr C— U.itary,ap 11.29 Ji Jari J} .0r CM.Jet— 72.if .M lart.of .Yi • Irr.•aa.[t•,pa.rlyd w1 lvlai. L&M u;roso. 12.tx .as C».M Sol tw[0 t1..0 .711 /a•:» .OS r • ftOJtot atGisita.vot- 0.t[tl. 121--foW4T,rity S.Nrf r res,+.hwda'7av/.'.�i.'•ha...3vic•a+.}:�. t iR101fICA(Ifpi t.7 NMIFItRIRRS F./ r"fj 3 , •v ttanslen ro.nn•w11 Iatc•aL. Imsx.v.aiT-3N0 e•q ' bda Tdyt Rweb.h•.«w M.N Tf••tlt 0w0M T.•ww tl-4 tdwt.w xedr [Ye.r« • 0.... M a• Tr.e... T«..r wJ!« R.f« ■l• T...ttt. +f...7.. L•..1. S•tf, w 6-2-.5-..Cl.at rl..•e.et.7-n.4..• .ni L..M GN au..•/.• .n r.t�•cluu..,d Sr w.w gect.lclr U-R .77 1\.1,30 .OS LCun,f l.t f..N .R it.TO f1.JS Cil.14•1la.at 13.17 .17 l\.1,30 ,at Sr hawal.aw a:...,ar rltaata Ut.. ls.i¢ 1-N 1\.,1D .nL r�taP.l M..fe/i Sof0-Kdl a1 fiM solla.t• 17,71 I.N 1...w .tlL �.!YL hull-N•f 11 Jl, 11711 er.I.aw l'.wwlr Ll t.r.ft, LI PIn.,.uduf. LN«Na.tt« 17.iI 1.11 1\.1.[17 -1 .tla Gl...f u,l.n•ltt Cu.l t,Oat TIM...•S1-a-.N a a- MI...a.t.. n... I1..1 .11 1.11 ,e5 M.tlt,rl wf.du,n.M..• tq.[1MNr Ttutl.. Yw�l)t.•u.ln,.Ittll-••t. tlr.1yM a>n�aN\ 13.111 as .1s .0. IM4:d,wntt.q.Ytpt, Yat.d.,Fl.a.t,S.c[t.rtlu, W. s.n eanun,sa nM.dew, 7 �N.an.r.T.Yd.o. stn),...Loin,Sto Kat.ro, y.7s.el.o-A sp 14f Y. Lt.t.Clt..,S •Cr.a,rwlew. QiU. 0•p .p 1.20 3.1% 4n,at,S „teet.a, T-1-uTulo end TWt il.cc•lct.nr. fl ►1 tteL taw•tr - M Rlecl ticl Mu 3/7.77 F1.0s H./.15 .01 [dJt LPI1wu ilsl 1.05 Il.l.ts .0l 1-3 rule,rJ+•tad Uw•a. . . - • w.•Iw..t LIP[.., , n wa..L.,wew.ra Lleaft lcf te. IL.73 .!S 1••.R .NS - - [t1.lt LPllua. IS.01 .35 IH,R .OtS elettULl.t. 1S.7a .to IL•t.R • ` C.nN a•/lava• IL.l0 .b Kal«.rC•.•wl7 - 91 .1 '.6 q•ll0an 17.01 t.10 l� FEDERAL REGISTER.VOL 17,NO. 111-RMAT,AIME IQ 1377 , 1••!rll 11 TI ILLI'.I'. 1 ,.o•......•..•.�� -_'-_ -...r..w..r+..�..u...•........rr......>��r.�...yr-.n+'r.n+.r••.w..w.•r PWIFICAIIO98S F. 1 IWIl7LA)IOMS 7.l cClt lr.r 11's71•SS It-Moos /1 111 i�7nyYl -N'ill lt. lY77) Sisrr d.,sl/'1911.WA.u..r.1. 4111 Na fN.•.{w.errfysr.. I[CtsN.t 7019.5035 b.a•q 0.1.{wwMf 4e.r.r ss,fol sl•,Cwt..Cost Je.rM bt Y.,r r.,CI I..r.dn,Il..w, 11...,1 N►/ fwN... rwNr. N{9 �«r M•+le Wwww. Llrw..urwlea,/In4.,Ws. Fs.r.j• Tlww 11./1µv..h,wr.al.w,Wsa,•d, . Y....,persA., M Jeole..9..e.Cl.r. •• Il ra..,rl.ssr,{.cr rwtu, Jer bd s.Fr 1rrc1•ao, .-I Jesse.C.-0. 1.. [b-t./.1- IL410 .71 14.1.30 .as' Or..S-1,it h.1..,sr.l• Cobb/pllru I>.S) .T7 lt.1.Se AS CI.r..fw...Cr urs Ksr.o, •• >•h. o Crre/ Jels.lrlcl I.Jsr. y.feS I.W h..110 .0{ f Mw+s,Ftr.l.is..s.Full... Cobb Soil— 17.32 1.04 (6..90 .0{ 1•M•r,111w1.Y.Tuls.r, . Jer Fol*.tort! . fgrll..,4111urnl. [1enfl Ll r. ll.T) 1.16 „.).W .e1 Lt- C3."! 6Ntr.cllawr - P.Mr.cost.C.-t► �'rl flare.., IT.q .A 14.7.W Ll.ctr lclr.r yy!'alms$Q.nlar'. ec.re.tsar Ll..sw u.» 1111 u.l.W . ' Jebcul.lr. /17.91 S1.05 16.1.13 .41 g01r Spilao 111.70 .» 14.LW Cobb Ffllc..s lf.sl 1.os /6.613, .47 IV.brq lbrtr e..eor,tolwo,F.crss..e., r G.wws.r '11.42 1.10 14.7.)0 04 Or l.r,rola,11w._d . U'.'3,•prtlu.e at sll'Iw., W_,r.a0.idr AM& 1.10 1..7.70 .Oi 01 S. j..-4...,l941st 40M$t'/lar. /1.M 1.10 14.7.10 .06 r4 Jelnrrs cr..a ...a 0.1..W Je.l•r 4,wte.. Z Ll- 17.07 .W 14.1.10 .04 0 .t tlr ilerls --.is CWT.Sri 111 13130 .M 16.1110 .06 /'1 N•1•..>.J I.r,A.tortT n..lrldr. ll.)9 .93, 14i.113 .Jets Am 41.1.Fpllm. 13.23 .93, WAS .049 u.•..e.r f.61 Eos Tons LI•rw p.91 Los A.l.ls .23 [l.culclr. N.3T .9f 10x.115 sots 6.r t9.lp...a ty.ulop 11.417 Las 3..616 .03 Cobl.3pllur. IS.f7 .23 14..03 .013 Jess IrsKl w3,aau.lr / C-t Co+1.soar L"•^�"� 33 is l.W 1411!01411!0. to.drlNr+r ISAO .70 li.J.W y..rwr 7.c#wlclr. Is.SM 1.11 1..90 Csl.lr Sllll6.r. 16.70 .70 10.I.W 0461.$pilon 17.5) 1.06 16..,o .011 1 Nal.ur ion. Ir IM.ito.a•.to Cls". 23.ctrfclr. 11.50 /./o Urt.lO .os •we sru ta.F Aswllo 441.Jplia.. 11.111 Lea 1013.J0 .06 r....A_ 11.63 .07 110.541 .03 It-,Lr Ill.ljr.t ofrr.l.rr 13.70 .97 Jose." .93 cY{M f�llolF 15.61 A7 14.1.50 As OIrs6.o1 Jeard[e.n1 � 1 bl t>.rte r N ",dt M. 11.03 .71 I.J7 .03 yrl.el.r rltgt/. br+t4.9 cimsou- 45.07 .GS .9S .00 ! CZ .- .. ' O HOLJeAI MIGISHIL VOL 47,IN). Ilf-fOroA/.JOIr 10. H77 6 1 0D i--' u t . , fiaT[t W000voca vart,Walter.Ccer Mat 1. �•J b[Ct511N rN4[ax IM77-79aa MIt.o.t• 1r►Ite.t/en . ul.nm44ta s.r... wuar r.wn-my,ad w.aa ubu n 1l7C , 77 1. MCI YCfIdiT10Y)IMtt)alttt...a.a..r w[L• a..I a lmsa r C"• Laaa. 1 fwu LQYIfI.Nt.ffLTO.S(twa��) • t ' tl....•Y.•ury•lest Ur Ibrta.tl7 ll.• a tw.Al[IM.I.ti tt. , � f•clllc 4..s, r , r.ls f.l...[.«►..hr..... . a..e I.Iw Iwcl.d.•Chat port["or docalam Cellf•ross!.dames[Yltl. ld...a.. 1.ll.t (•11uul..t 11... .•w. Na• ►r.,.. t....l.. —41 C-11.&.t ab.4.IW.It w....esr of tae f.....f Callf.r.t.' M.-t- •t tl....d,c...•. of t•uw.a/[3M, toy N,Yl,N.M.Mot- • ' .24 As T.swc•S•ulW.lt M ta.S.Y,ce rc.f 9—kir aa..f"Oo lY. n..c.t..as.lf 1e ta•!.[.onus of ae.,aealr wl•aenp Ta, . Tw.c.s.eu..lr to ta.S.Y.t.."a.t t....►q ass,.—A.w, n.e•[•....Ir 1.Ia.I.F.-1 or ♦M.•..te W. LyA n..,.Ye.IWa17 to U•0.9.u."a.[terratr eM,awye 79, "ta•1.•nw.lr a.e.d•ay at%k2"90 of eauf...l.; a.ra.ta aetrla.a.r-7rn•rer ).» .» •1) • TI..c•W.NIIt.1"6 Lia.M.4Mi1i I,..M..y•[aM iMN.9 r.ra.la n— Cali ba.l•t.W pl.t.f M[Irl..�•., N.11..•.r ).N .76 .IS 1 a n.tw Owr N eil.tee" )JR » u Y• '•1 ;.3 IF .,,y2 15s+ E: i ir.[-W.'somt 7•.Ih[ 7.7. .26 .IS f � 7-a.ta T.0 .►� .a IIN7[A/9IP1SIte,NOI_47.t/0.79—%W^V.AMH n. Irl[ Utt1Y1W Y•U.AIY _ ler.:a 1=13wo O. QT1.3446 1 roll.35 GetlrovNlt ARU Or11M.r1Yls I., IWIS 1r1P111..f url[Jruits(--41 IO U NoInKm o[[Yso[S (._-4) nua 1(t.«I•J11 .� y.••I (r.a•q . 14eww Ye.1•r I.t«.F.Y.Y. L•IM(H towaalp W,I.,.IK. ttY.a.W....l►T.ta.L[.rotor of Ie hlp IWr -1.L•lf. 14.urr Il..rt►rr lT.e•U."A. .1.1 t.a Mr V,1.%0 ITL, TMc.loot Mall 1.IL.A.L.t•rh.r.1-Ai,IW,-Co IN. l".,Yr.1 r.11.e lU,M... < r.(tows►Ip 3P.on.1K. TD.hlo M•tt•rlp N.Ut M.V.co...of..-1,1, lat. ..•t.AM, l..........U.']T I.lUr P.C.arl e!.1 lor.lalp 100.9.4.M 5&-.No.ta..lp I.tar..[.<. r.r-.u,IW.<•.[.1]11, 1Wu w Ir•I.IIT Ie U.S.4. telNr of Iwralp IN.root.IK. TM+.t.r..a..11 a•1N I.Y. .1-J61,IoM, IW. 1a«c• N•rt L..IT 1.11,M.1..<...rr LI..-.a.r IN..-S.1491 tarn..aa.aU.rla a.t4 5.r, < <.f t•w.41.IoM.•poi.I_. 71a«..Yr•.•rlT. IF.M.F. a o/t+••••Lip/lh,ro..r I.L. Taawo[..•.rl}1.tU.3.1.< .(t.w.alp IW..uU.IW. •YI..•...Yu.t Lr.1/I A. .1 I +.UIp 1'/, r.y.I.L. taws.Sr.a.or11 to[U.S.V.< r.1-U.,loo .• .I %.111. llrxc.I...a•r IT 1.a4••S.L. . r.I-&I,IW •• r...sit. Th.-W4-1,t aU.P... c w.aJY or 1 1p I . r..{•IW. t k•.•[t•r1U.rIT a .4,M.[.a.. •f IN•..Ulp IN.—tlt, Tlr.••S.,.a..1p t.tar S.W. r•1. 411 1W, •..e IW) 1N«a1 I.II.11l 1 •14},C. au r.f a.w.alp{IN. t«..•1K Tlr.rh Guo.Ir. •U•S.t. ......•I I. Ma,Ia. r.w.•IW. TLe•rr i uI Y•rlr•.ILr S.Y.I .1[ w.alr Iw.--W AM. l.. a -•a-a..l1 a.IM S.Yr .1 .t.c+.`•\Ip to. .....IN. P.rw•fa.a rr if 1.lM s.[. a. r.(t •.Ip 141,r . 9X• At—I...M,a.t4.}.[. .......t 1.•+r\Ir it.. ...a.AN. iF• •t•+rr a.ril r IU•L.Y, w• r!r Jx•41►1:. Mo..IH.r larrr 1..11.,IT• ta.S.Y. < .t[....alp 11:., •.[.30. 7/..«. .rI 1.. 5... w •f t«uw.F•.ilM.•.w[o IK• tae.r.le<1..i1 a.IM i.C. . r•f a r.alp I1M1 ton..IDI. 11..«•+: +.L.,11 r .U,i.o.ao .f Ir.w141.I1N....h•I/Lr 71r•y,r 3rrt1+11f Ilu..."Coal..11...1 ra..•1.1 t.a►• l U...a•l..a rr 11.1••.t .t-u.Y•.rllu.1 a.w•Ule 17P t.lir ►Ini/C O<ru.•a 1.Jlq 1►.t p.rtl...1 bot U•,.C•llf•t.le I.r Il lt.r•.Lu....J1.1 ul r •(Lrll/.rol•• '{. .It►i•S•.<.Gl.ra Cwaf for l.r'N r1tUl.14/ol le+/y r. 1Lax r ./.L• .of f,<11r1 u..1•rar tLr M.L, wr..•.(Gl.w.Ulp IF Crl...a lb. of.•w Nap LS. ..... ..)1. 4hvb11[. ta.oc.1..Sow\.111 Jt.•..too to a►•3.V. .•rrr.[....•alp Ila •Y•I•rir t a4.Y •I a r.L1p 1•r,r.y.11[, Ia. r.r][. 14•x•.W.•14..1 f t •. .1..w.alp 71Y1.••.p 10.. TL..ao{.•[.It..it.i r.talu i.a►•1.[. ..t.oi of A,Is. I3. . lw....h.1.•r Ir 1 r.l a•w.ar♦7.r, .u.r 101, ....r K. 1F-«..rr..l1 L•r l}a •.n./.<c. .l.rw.41.JI/, .rot•K. TM.ar 1..W.tarrl/411.118..t.Lb.t.N.A. -.-1.r l.•+ralp af. IF•wr.Y.•.•I IT a.1..M.Y.. ref tew•Ulr 11., tufo 01, .•Y.K. Ila x•a M..1 Urr IT a 11..N.[. t . •[Iww.Ulf I�1, .•...N. ll..l•1.•Yr rr 1.11 it r.calr[. Il•r.Y•a.•.1.Ior14.N.4, +..cef....•L : .IO[V P.M. .. lwSA I. 111.....•LI. po. . U<tr.6.hl.% lett.L 1 0. Ir..+c+w...L•r Ir al.r 1.Y,rc.1•rr.f tw^••Flr 110......K. TL.wr 1...•I I[I '.I.•S.t. [ .I t..«•LIp]:N...w L•/L. Sru I •Iro Iwci W..IMa Pra le..L brtbaN C•llf.s./•Mtal. M 14• .M.abrlt I .hot. t •I{..+�.YIp 140. ...[•St. t\o/.11•.1.1 IIn1•r - _ M 7F•,•..Yr.t..11 le 1.•.F.Y, t •rel.rn.•1/p).P. ...(o It, L•rr,.<I..1,t\.rr<ifit a....• •rtes/o.of aa•1.•a L..11 Tl.,w•F••rt Orr IJ. .L•M.1, r .1 1 nlUly)M, r •K. 11,•�.t tsw lalp.lU,..ra.IJ[w•I llwo•M.r•1[1..1 , Tkw•L'.rt rr 11 1.•II•r novo a rol t,...:Flp JOY. tM.c.[<rarrlT.toy tM S..t L.rIT 1t,,of toun.alr b to t►. lkxr.M.IIa.rlt.lur.IL•Mt•IUI,LI.wr/Jl..to I"root. S.11, c ....I t. .",p 1[. ...G.IN. rurwr. ..Iu.•..LI.. .•a, r.x..IV, TL. Sold U.,IT Ia t\.S.Y, ......•f t•.w.\Ip IN.rt..e 14, 1 1M«<.v«•I.r11.0 tL•Y.Y•< of t..naa.r)41, ..r.r W, Tborr 1••1•rll oi•..tU.Nrt.l.,►...It..to ta.S.Y..•I-[ ILrwa•:..1 Lor 11 1 .F•.0 .1.. t ./Ina.•Ltp 11/. .woe 1. .r l.«.•alp IN, r...•1C. IL.«:•Y+aa.rly Irut Fr II.Y, aur erl r.(tuw•alp 110......Nr � Tarte a.«ta•.IJ to tar S.V,c .(re hip 13.t..[.lie - TLcu.•S ur4u1T t .hr S.V.cur nor et 1 wlUlp]MI,trw.r SI. 74e.to Gra..I,. tV S.[a r.f tew•►Ip IS....g.JCI 74n.c.ra.a.t 11[rtl.r S.C. cu« •f<rw Wrp Ilal, I..(r 7V, IU..ce S.ra►.rlJ t <M S.Y.c .I c w.Llp tS,a.Np k. 7L.u. uut krlT a U.S.V, t .1 I.-."p IW.ro+..tM. TMn..Goar.lT 1.aU.S.[,u ret[ew.Flp air ....)L, Iuul l.r S•f.. r �.[t.w.Ulp/W.r.y.W, i Va.-.Wctf•.r ly[ .k M.[. c.�wir•f[.w.Ulp IS, .0j.1[. A=L..t 4.ty t.IM S.u,c wet.(t.r blp 141.r...•W. t ilrNt•Yrar olio l•.F.P.W. urwrr of[ewr►1►23.rut.X. Iku.V.•tl r.ly 1.tL+5.r.. L .I r wsUlp IW.rut.No f iMue rat lrr ly cyst•IwU ti.[.1111 a..oll-t. ILo.,.r Yra.krly In la•M.f.. tornsl.f tew.Llp 141, ..%.No cera.[1—",IN. ru.e)[, � 71rer.Y.at.rly to tU.P,Y, cot.rr•I t.yalp IIP,_a.y.1Y. ii tarot•GwralT.le..t►.Nra.IJat ao•rllr to aao S.Z. Tar.L.[I.•aMlIS to tar M.(,nrwr o/..-Jlp IN...Na.W 3 •.t.errrUlp lP,.utr 1[, to 1 p W.a�., Ta•.tu Y.rtMrlp 4 00-t- tpwaal t•rrr.( i Tar/ro rna.rly,t.ta.M.Y.asrr e1 tor.Np ft.aoy.U. iI&-.M.tMrlp ao rM M.ti a,.rNor or twJlp low.12. l CrV L' QC rco1u1 111cts(Lt, Vol.+a.no.n_[amn.Mna lT. 1977 , t I 1►.�/0.477-Sqt I t. "Claim M. Ca77-Htt r.t.2. J t.7 'CA 119101. C.Y. f...1.i«.N.•t•r..r. 1VYlh[QpYll O Clic ANTOh3 Cw.. NCV yr.J... •«•Fr u.W]t.11.n••Nt IKI.4.4.lahlw..N l.. LW.I pl!IYOJI co 'd) S'' N.[/..N b.1- OW ctMOIT xrwr.Nu../... ..W la All. a IKI.•.J Iw t4 4nt91,a10w ..•rr. -.1 ••tJ.. wo0 •a[iNJ Mlu.hla►If\...J rti.w t+r..hl► IwC I.•IVt.f YJ. + awJ..wt.ifN.of..aa.1•r./7. +m lw<I.JIn.t]TJ,.rwl.. O.r.aly iw aM taal[I<Oa....+t4 a.a+r.t+w.t t4 S-k-ty 1,J..+n•/1n<twlM f5 yJ.. T..ra.t........I...,a4 Swal+.Iri..w.h1y 193,tr.ul.[ ..a.a {a.al,w.Y.a.. I.++r l4 1■.w•►L N"4-a .4 s.Y. . .e.....hip 19t, ' [•yJ...w.Iwcl.dtW•f 1,m. r..Va ac.an,a1Ylr\...u....J..,gym.., .rl.r I.r.l{.S.IJ•/JaN.I♦ ' iMrao 3•..4.11 1.t4 S.V.a rl t.ra►ty HIS,r+.p at. .a w.,w. N[•..rM lNl.•Iw9 14 .t..lsrly a t..S.M.ur.+er.I 14w 1..\. hn...r..t)[, /l[J+.t..l at I.r.11l Tura. T.Ks f..a4.ly 1.t4 S.Y,urw.r.1...+ably 112, r q4+1)C. ILy I..•4ac4 cuwct sl.wla. T+Ka[+.1..y a+ah.1.Y.. at t..o,Ny 713. r.wha I1[. t•yJr.ar•1NIWtM Tr.w.7.w 4.1f 1.a..S.W. rr.. a .1 I ,\Ir 1:1.".6.12[. tS<).......1r.s11 i 11.24 f T.N.l.l•S .7• Vt." 4aa.rly c+a4 S.L.a .l t. .at ]:S, r+w.tilt. T4N.5...4ry a aM S.Y.• +1 a-"r 712.e•w(. t[, Tb-:a..a..IN a.a4%.t 1141-t.l-16.1715. r•w4e tet, • T-.Sr.a\t.Il I..a\.S.Y.< .1 l.uwM.y 1.5..-C+M. 1 9.111.a. t4 s..w►..y t1N.[[I.C.C-11.a...c.L.aa.aly a4 50.1...It la.wu..T rt T.I.te C.rty,w l4 S.C. ` T+wca N..t►.r[7 a t..r.[.c Mt.t a.rwahlr 715.t+w[.29[• 0 t+.wa.lt:15. .aye 7tt. H Tb-.►...►.r 11,a a4 h.[.--_:f t .4tv tli...w(.YJt. n ` i►.na+Ve.a.r 17 t aa4 N.Y.c .ttra...1y 115,..M<7.1. . ° i..K<N+..►.rli aw.4 N.t.c <.l...w..tl IIS.a•w(a M. an lb-.V.ala.ly t.t4 N.V.c+rwr.1 urahly IIS,.aw(.]It, .. �. .� 7►.N.Fra4.1t a.a4 N.C... .t t.u.Mly IJS,1•wt. 7\t. - TrK.Y..c.e12<.04 A.W.a• ra[a+.-.\ly IOi,.a-H[. T.a.s F.aM.ly ar 0.N.C.c. rf ta....ly YS. raut.:X, • Vt=I....11T t.t\<N.V.. r rof t. &Ij.SS.t"(.alt. ' 11+K.F.t 4rlr a a4 r.[.s .1.+....h1•cS,r.wy.2a[, 74K.Y.rt•.IT t.tN I.Y.t•.w bra[t.r.h.y h3,1.%.2". T+KMc ta..1y IN ON 11.[.I—. -.tip 43. 1•.C•J[. 11w:V..t.J1 a.l.a S.C. owe It t.a..6111 15,t Ca Of, TLa.ca r..a4rlr t..4 t\.ar.Mr.f 1....""1S,...t<IYC, T,-:V.uaaT a.a4 S.N.r +t\wwwl u,..wtt IX, • it..ca F.a4.lr a+.4 N.C.<+...r.rt--r It..+wp 1([, • 71.K.Y..a.rlT sr etr Y.Y.u o1...w.\ly tt..-t.IN. a T.K..a....ly t.16.N.V. 4.1,....1.4 04 s.at,hl.4atltN t.W N.C. .. ..rNa d ar.raul 9.r.ft.1K. . ' ib. Ns..wlt t.04 W.U.o...r al t.Yw.►1!14..x.4.lt[. l.ac.Yl..t1,1..Y N.t t.rr.r wIAi,L'r t••!•12[, • s ; Trac.V.a ly..ta.r tl,o.err wt tww..1N q•[a.[a..IS[. • . ... =s - s, ti.wra Ow..-Ir[a.a4 N.C.t+aw.t at t ..y t%rale It[• . fi teAt recur[■,va. 93,f/o. rN-a.w+r,nnw 31. lay M''1'1 p.CAl7]Ite TM. 31 "claim N0. GII.30#0 eq. SI I+q.N+...I•I.r..w e.4. feiM M•M.f N+w 01 1 tanr N.. I If- Slow T.,+Nr. V.a ..en. W, N l• T..d.,, 7.,MIw w.14. e.rw 7w t afwa pr/et>fr �nwr•d}. +SIMa/Y TaR7r t1R}I17[ 1�1�t_,i� r\Iii"W"T al}—^it/ws SRR.CN'N+7 aT.RatN.rM ' arnl•I,r I )r i•M. .n'1 In .r}rr, $sf -4 N FeR. RrI r.Yr cIM1,H I4 F•H.• r /rr.11l Ra.wt.t #•.Y tw,ef It Fd ylvi A.- t.'.Rt K Fea.aM 4.,1rt as CIrv11 x. It in,.• r hrrlll T.\..a\M LwlSS Fft R.gcS1 MR•{'+•1• o..•. )�,IA,, .«A /.rRe 1•Fea.awe—0"R•r 1a. IM'i•di.N it(.i.,w,{w1 0• 111 —17 1.-1).O.p.R.t I.+.r S♦ - an.1'rinl Iv.rf 7/In...,,rl + Fe..a.eA., RS Ser.r.t.t I.•1•wlln} /4 T,fi,w.,r, i.r.11t 1,w It,Milfvr• IM{e'.r 7Y•.. 71'..wA.iWf \raRRPw\tM r..r r.r l.t.l1 01.1141 r.1 Irr,rn,l 6bw. ai+r IM4tN b,..R..t N FAY. Iri••Mr+P.i{R,r.«r n,t+.[r•r: rrM RM.t a3 fM.rN.t 1..x11, ' WIIA a,.a.,RII,r ,yl.•"trip T.-k. Wr F.b-tCa_'.te rrl M•n 1••111rH R{r,iFN n .1..—1 N re..—8 tmar t3 Rat., Ia,d re.1M[.arH t«+•!I fM.w.t.R 1...11 1 ta.ft t t.1a3 .7► }r•N , MMhN}I..+.tY,Y 11,11•.. M o11••r.IM:. Ira/t•,a1 Y4IAi Mi tYl.rlrf YRtfaartl Irjq ' • }egrlt bn,mrr N F•t..a ISa.Frr,ft f sl(da.w Irt.Alay I4(A•...". 1...111 IacIR.l Mrae FA..r.l.r ' TtrY tel({•Ir-1-at11.,.rn.'i.Iw 3-.rl)1 a+•T It]7d.—4 1• rrr 1 I/'. 3$ a .re icetuet,q IarIR41M N 77•• I.I 7M111 , I �'. 3]Fe..� .• �i�ly fiR«S.stir t.R.3/1 N}R crlNuf Yr.rMNa IR/,n P..F.t-, 113 F•4.a.e IK1IAI.T f1M Ru}.1,+• , It FA.. 1 10 FeR.—t-9-11 8. t AteR ter i,rlrr/M Sa Td.•—11, {.r.il1 - 141.UC.,ieas Fie..rRr frn}•1.•r.r Ir FAa, .n.l Ine lu.11M IKIReI.}N f ...1.R 3-111 !R fM.r.l.t 1n..il1 P+r'rr++ hReUa my Tr.-l.te4 a .t. p.Rr SS FA, a,../I.ui rA l,H to .la,TS fie.r/1-41"1" Fa...,I•r L..u1 a.{•,Lr p.r N fi..R.tet STwq 11.M l.1T3 .IT 1.041 1:F11.,.M i.tlMrnt aR fM. rM rr 1...111 salA.14.11.IMI, I I]lb.awi/.C1+/I.V sT fe\.Rat.t I,..r11 ira•1e Ierf p1.-ba1C11 tvnr'r.4R IS feR.Ma 1K/.elq - fAY,r.pr IrrR11 26.79 1•Ifs .78 1.00 t r.y► + M VR i/lOftAl tlGlfllt.VOr. Al.NO.7/--tt10AT,AFM tZ,1977 • acts..✓w. u77-5840 .ry. If DMIs10N M. I1.1.-saaa • Jn+..a«r..M1r...a. W—A, n L rw.«a Y«.•.• —J... a.... ug. I-- T '._ aN 1.. Ta.•.a trlwT.s h' •Jl « 1.. nui whirs Ic....� MAI U [ wxr .W. srawr7l t../w 91IT.15.Y IT.1U. lu... I.Kl.J1aM 1a TI..wt.t I.rJ.. .•..M 12 V-4 416.11S 11.191 .16 It.W \a..\I.0—/r... a]r.s. ra a•c1N..y 1.a'•a•- 0ala ITM.NT LI•aIJMY 1+/W 1•...111 o..",.... 1.1.a la ..y...•T....•J.rtJtW r.Y.—a IK1r1a..I 11 TJ.. . 11 rd...• . 1.+.111 1••.1• w... 1...11....t..... I..— la rJ.. .nJ la.lw l.y li 11 TA• •uJ 11.cIN.M to 7.a.. sa N. 14.I.,1. a rJ.. .n• 1...1.J lny Ix VA....a.r l...lU L.H. wN.II.J.1...1 ..s.`.t N.T w•-WacM aa...:..1..a•. .1 a1..1f-u.nt.INJ. lu.. .•a tt rJ....1 1.cINly 41.1 Sl la. IJ.1<I.W,. • 10 wa•. 1.+.11 9 11.90 i 1.153 .]a SI.W rJ.. .nJ bat Jl..y Il ya,.rR•r 1 1.•.111 L.r.+9•'••J/w .wr F.W.IN$1.81,111 TIM Llu+t Ttwl Utr p.-wau 3raT-1da010:71.1aY a0sa l.t» .7d i.ou 'J....A Lc1Nln)17►d,.our TMX mmiM•.. !as» a.l» .70 1.00 11 rd.. ..J I.c1.J..y 17 rd..r a.r asa[ - 1...11 10.44 t.I75 .7a a.W ..9.a..wa 1•Ta._ I.:►rlaay]I rJ..wt.t auvl IarrT Truc:loR l...11.t}.4wa1+..r/a rirl lyl....•u. 1.•d.dl 20.95 1.10s .70 I.M dw.a..I Ma.M'•!I...et to rb.•.J/an1.t..y Ja ra.. 71 $T■I1 nG\T.7a0 .«a•a 1...Ila M..r•tels I...a Iw.r 17 IJ../41ua/5 r to T4....a I..cIN1M N r.r. 14 ra..l IGASS 1.195 .70 1.4111 --2aw11.p.yea.. Imo.., \a r.t..a+lT�- •.a.a I.w111> tJ.1..�.a.... ..+• 10'J.rJ 1.alatay 7/wa..w.. I..n119 T..a•at M•Nlt.t•. 4— lJ 7.5.. aM.r.•M la 746.1.1.•.1.for a.• r ►..al•or'..I......a 17 rd..•.1 I.c1.Jdny 21 10.344 l.l» .M 1.4141 - t F . P F ! V fee""05cnit0.VOl. 47.MD. 7s—111D/1r. AMR?7. 1177 - !'1 fiC111N Iri. n7i-l.a. ' Tali li 7 I.l.«....Y.I..�..1. F.N I.1.l+i+fw►..r.n i.d. II.d1 [i«.Mw II..+iT fL+Wr. Wa Nl• I.«Ma lw.s.. A- 1 7aaS Iw11Y1Y5�.If' .J.1 �Ya�-lam NLa czwIf S/al[ai.a Nh LIIT J/TIISIar I--"ft 1 I/.0 {1-If .TI f 1.N .s7wr•a VW..4-1-i 7a1nrIT NIl,aLf7aMM 71a.awi rw+w.!7'r•wt.r (rural.7.1..1 SOASI t.lf .» 1.N local/o fr.l'rt..a.N 7ua. aM w.1.a! 21" lwt.l wl:falW«1 salt. lo.ff s.ff ,Vo 1.N 0-0- 1ala.a llt ass"l+tiMli w ►a4wn slaps wwar tl.Sif Moa.i T+i.a.1..car..f 7b. 0.11.na1 1l.N 1•I9 .f! 1.N rwao. IYa.11Y nrcaa IMr R." Mal:.-.is.1.`a Na, le/S&-T -.at"1.wit w cater f 11.1 r... 11..1....Itll ' fw+.11f.!flet 11-4 ` M-ltWat.1fhLtI 1MK1Ml {ws.Nwll.i Y.111+1a/1 iw/puftlal.Iirriifa• , J.oit lW-, A..a t. f.u.4M s..w. fur Ii.stlwlt/ )waw NaJ ritaiw u.Nt..s• aw/[sw!awl wsr.cf )"I l.rl !!.i! l.lfl .f1 t.1.00I/14.01,11i+Mla-1i.•r"wa \ 37Tl1M:7FY]t a carr:sake JI.aG. I{.I31 1.173 .» I.N 11.]N Yplw,rew.. l,.lr f.lo.l )9.1Lf $.Its .» LN . 33377 illfT TMaY.1/0111T lurtt-Tlw.la■TwUt'f- /MlfM iw+l ii.JJ 1.113 Ml»NIIfT.[fault. Z Nla Mnawr 1s Ia.aw ■asf isz7 a..1 iwta. O .wMa t 7lw.y 1f.il1 1.791 .» 1.N f7iwfat.i[asit/7 i1.N t.lq .» I.M y /!CIli17W.7!.!N fd.. laaWl IITf aG1Ta7t7! - M a.1 aW.a 53"W.411,.14! L1H .» I.N to 7i..ahnwfM Is 7M.$ N.Yl7 1.171 .h 1.1141, � Mld•T7sru loft Csi irwt lacer S7Ki Ls.Sli Nls. t MIf�1lMMII 11.171 I•Nf .» i.N awf YrMs t.!!.fala.l 111.71 t•»S .» 1.80 Jim=TW=a Ira71a IMM 17..N lel..-A.ofwa taw bass./ 111.11 1»m Cr - W R t ' r1ot111u aarsla,vol.u.fq.sa-aro�r.�1 fl.Im --- v i IeV:Illul O. U17-SOa! l.9.1) Ot[tit0.A. U71-59t9 rw.la IJ O "M I;Ialtrr.ltTAICr-01 IS IMUS 1..d/1] G rN•Ir-., d•s.Lr Ibraw•Iltl OW t.W t.tl•a/M 7 p.T.....t.O.TI �� r,LM awN•r•T••.1, Yt1Lr (c.Ll.l Irp 1++w lu+•lr,• l uW IKI. ry.t11p. . C-1. 1+II/u1 TJ4d• 7 lYs•w Crag...•.Ttl}.t/.Y.c. ra- saw r••.w• T«.r+ ..1•.. a.9a 1•p w.rWb,a n.ury f c..TJ•./ Ic.ra at-.A a.•..t-ww '•••f• 71 tw,•,Yee...I.eW a.W Wtrt.pl.G,•d••.1I• 1•p to.M IKIWIary t p TIS}WIVIRS �•ll r••y. Llwr•1•.CIr W..l1..WMllr., I.p a•.V 1Kl.tay 1 4.td•• ....c.lt N•n,. YI•Y I.Iryle•.y1w 11 Srlt-P Nxr11N►.�-aTM Li I" SIYl1'.tYti NrM1. 9..Ic. a..1.r r.wal lu•.. g.1.....11..0-w w+u..wall.ura/.1 .y.r..._.k. t pa•Is. n..t.. ...•lu a... 11 aw.l 1. 41.tb..«w•.Ir«7 alwa G,.••r Ilr .ul•�e.Ir l'.«..I.a s.1Y twY Y.rer..w..•a le tall,wd faa Ltr<.•w I.+r a w• 1•r.r. I..ly.t tenet II«)+, Weln b•..ttll„1 C n.l T,Irr,.C•.•1 T.I.+r,a IIN awa\t.r. Is urd •/JIIsM I«y.Ia•sl«nl..a.er.• lu••. IS s a.p l .w Iw.l«Jl.y ttf .q•yIM•lt•a rr\r.a a•wyl c•'^•1•«.w•TI IY4a TI••......✓I.t w, 1 wu Tt. IIw/..I...a u•../1 .3.11.q.lpa.yT 1u,n1•r•. D.ull T..rel lfa IS4:••1 u. .•ll., lt)am o w•tll YIYLI I.w a'•LIwN Td.,wa.t I.wl/t o•r•.�t N• lutr•1 S aw�.l1 I...Yt Iw.t a TJ...tW w.•J I.cl•.IIM 17 w.TJ..11 a- a1w+ /r.1.. •1d••w w 01•J• /rla l-•rylrll w'••t •wr.l r,[lr.wll•.W.yllw.,t•caAw•. 1ewlit Ow7•l.t 1..1.1 a TM. 4•J.-.11• lurra t TJ..rW u rW Iwl..lw9 7 c.. tda.• .clt 0.t•r•t- wtea 1•w 111[.cwt a rllr tlt.J se,1b rrr l.y w,41«e. Ir�lt.l•1•ptoWl•lu.1..n1 w11•a.J 1w p(dllwfa 11/Tvf((•c!ftdr t•1�.•1 lop au aW IKlu.tr] 11 w.T... •aa rota'..r.c.11 rl[• [l.a<r.f(<•e 1.w•1 •HN•./Ibslu.l..ca of IYlab.u1t1Y1•p.sT..la lrw I.rsa.nit.lt SIMI•aM/r . 13 /.t•11•t a.ct•.t• aulJct-lltsJ lel at•uvlr.]Y.sl.l..a•a 1+114 t.ttJe•est al••..11 11 1p/•t• aJ,•11 NTt7)1 Tleaq,•.5.10 Yr.t Icw....•lv u .sWelll l teWr•Garl Tuv1 Cl. NAdl.1 .b Ts IJ•4t!•4.•,•.J.a l TJa•wau Ipulllny.11.swJ.LIa1Jlt U.J.1.•l LI•Mal .M T ..Ca.«•• 1-4.I.tltt I...IIt hw dtlwltl Tt•Cat anyIt rla•1 K.s•r....t Inv to rW I.cl.tlwy)So o.T..Mt 1•ou 11 MItlq tdtl lt•-waa a.e..t••1•, Ca- 1urr1 71 lu•sl ` -a 1 7L.wa•. le••tll rlr•g.l r.(.rur..+.w 7 l.M 7 1.191 .le $1." Z Glop 11-at to".Wyr r-•waw11 Gr. D•ti t]]a>!51tiO N/«- Q 14..1 IIS ..l ^.l » r".1/ -• Ml aWral..tr1 14.ylln•• lurca 1 w.7d...0.1.9.11 atdd.et Med Ndt1- .•T.t.a yda.•,,.1 vasara \ putpo!•Wta•Nwlny wu.lw(a U-it.owe 71 p.pM.•uroca'..l.al! P- ru.wttt I.n111 D••Y It A W191 L.c•vaw Imo a1 c..TJ..p/I.o•tl a+•••9'g�•t•I •r4....t.9 N 1•-111 9rlct•1•la 1....IA Coup Il-.. ga.t.t Irrl IN cr..rd..l rJs�a N•-wu• t•wtll Gtr 11-91 4s.. d[M11-0tl lYlr ar.a 111 MONS".Kkl1 MtrN N+•w(•<)•wll.la.Ja Id.lt 1. C..N.IIN Tattb-I.9"1i...t ( Y..t•Tb..vd+1at .pL. 1 { w W a.y/t(llylt-1.11.r } 1.•. tl rl.r.a11 1.6.1-1i aj g a'4a' f U1."_ I.t _I a.uyt•1 ry 1 sn� r i+a�. . t 1 a+� _ � ..a.t 1..•tl 11.11 I.I91 ,h 1.04 i-A&C 1.701 9.11.r.1 11.0U 1.111 .70 1.10 �•� a ax: 3.>: 'i� ]`0r 7[0701 7[G11110,vot. 47,MCI. re-vino+T.dnn 22. 1977 /[[11141 oo. G/;-3014 r.--ll J l 1+,•Iw II+r1IYY„1 twY.Attrrs �� .a.I>,tpllrvort Aeal vw, 1-..J) `J aYl:•3 1 I•J 111 IMW I+N ,-.I.1• .•In IIty••rty IN].•n7r 1'Ir•ty+wr rw.y w•+►w•}vltwr Gey h Car4r•te Cm•.-yvr ar CnKret.r+p.T[wc\«15}iMrwl.w,ntN 1.11•'r:A .•rll f n•,Iw•r vlr•Ir•nl Trr I+•1 rJr.r�11►-tool► Ilaa.leytr to.i1•lylr[a•cr rte r.wreTrr.Vlldly Iirrl eget Iryl.rer rt lu..,,.r 1,•I,'•Iel'•I•aJ.y r.+.,r••rl 0ral Mr w..•rr i+llrr 1•.►o-ny•N•1.1II1 IIF+•►wnt[►■171 1«•b11711/r.A+•f�rr («•1.11..1►rYt.r 111 blet 17«ere drrrlr G,rvp 71 L'rr1Y 141«rq.Y rel.wltyef I.p la•wd lwrlNiM t fK�1 wrewW ul►1.141•►.«sw..drr-.I- ,ssJ.-+rrer r:r err►aN Guavy,r NIa Aer+am 11ww111 1/Tr an MI►1.141 f►Ora.11rl IA1/4otl IW 1711 wlr«ta.te bl.tr wl.et•rrlfe)r....r......irt ult►« w-4•m1a+1'oven•► lsablty Ity.l Idly I+arr 1.1.41 Wl •t or-- rllsaw CI•.I+IIf•t C.rel.It laws r+•.tint/.......tr«t n..ty•lN 1•'swtr-a1 pirllr r•yM-'rwr•yr:rr••Ylwr.r,•r Ir6t1.Kr pN111 TM rllr h+4ye4ant r•r..lurls. IIp.N•..ItN wrc Yltye IPI;-Ij_.aw1311 r••l rir•.•+..II..,-r•ylt•1 NI Mry rlr.wly rwcrin. ir•«<7 Pnp.I1rJ i-`IviTW 11411 11\Yr.Vply lYrAlwa p•71«pgrllyd rwd••laort e.Ur Lfrl+ruela.rl.ner blly clry lr A+OI�r+IrY 1-111.•Ilr.ayrr-1-(.6-1 1.1MK- 14+rat« If lal•r n!+•Il)r S.l t-paprl l.d er.r otic llttly JrY1C• Irenllt �y1.•r nll.rl wrF C.rtlrt 1•s•natrrel for I•d•x11.11 rew.r4.4 r wr.tyll 11•to-• II"'w...C-11 Sell-p oprl led Llea+l IInC'.J r17r1 7.4 Cl,. lq+•r•1 n1I kl.eJFJn 1^r•ry•1 WNII It m«'rrN Mlylr hlr-CisC•w11M. 11). t:«,sell h+tta+ 1•Itr D.r..l 3.11 re.r•rr h..•eTpr 1..•d•t Irlr�+a•-+Ilr•ITllwl•.rvt.wly 1Jr r�r etrrrt..up..rry. olr/•+rn I•.I r+n+l•t1 Tr^r Yly IMdllr Iw•I Ir..�Iggly e.Parl[►1 G.�/, 7rwr�«a.r Ia•t.l IIr 11 AIIr•It•1•wl D.ylnrr.l C.rt•Iw-e/«. it.Mq•1 Al/Twp".KAU...,I.IS—TrwA dti_oil., Mr LTIy/t•cr171 C.r1•I+.t 1•w sl.•Mr W w•a or q..••..w,.ti••cntl YIrA•Lova Iw.1111•,.w,l.tlr P•. .d1y sr l.Id ry+r.....fr-Yr wtT on.y rr r J.r.T•M+'rl Y.II..t MTriatnrl 4111.4 tr.lty•r w.lal- Str.rty.to I Yrlder,•er le.l It.rAl nr f«II41I er 11 r.l..w g..d.r. l•rr 1.•+r rwlF.n•n 1••It•+11 p1.r41.IJr..1«4+r•I« 11wty1ilr Mt rl ra I+Mft I.P to ]dill roc►.wlt•1 h1K.31.1.10•Ia,rawl..h."t w.•e asl•r :.•..\., r n P.r.t.lt x17-:i2."'I Itldo MA 191.411x'.••'117 el..t..Wr t.ar rw.err i1r4rt4vo.ly[gnll,ynt (IIP 41.1. )n r1•.r.r IwJ.l1••arrrllyr•..r►14111 K.l•r 111 II drr11as«•/t1ct...y 11 cw,re..'.tIK\'....c.l rrllJ.,T•w•11...V-1/.]0. 44••1llr•+.1 tlr:�u4•r[1�n•.arw.l1. 11.rN 41.111.1/••Id+r Tlrrd Lunr1 frl/-P•orrl lid Cc.greror 11ir DnNtl /AIIrr0.rl 11-1 3.16 1- IIIN«.1.1I.r Nn111ent1c T1•rtK u.+y s• 1'-..1..o•rn Iyram 4,ba 111(-1. I«.r t 11••41► dtww 11CI•rftl hlct7 T'... y Iucrinrl hl-[+tc.rmr -1 wl. 1'•rx r.l•r•,Nv nl M1rl:r+1.•:• +r e•7 r.lm• 11K.... f a wrr/. •$44 IYtA .-f 1MI-1&,.Wo.b-.1•<r (W ae Ari Ilwl l.i wq.lal e"[Pt) r•+•Uu.b.•rlrr h.n.r 1.1 LIr-gcnl4J11 r.9. 12 for 711-1.1.0 .,MIn^. q•+-ud o1 A•1 lr.n Iry.I.4ttldt 1 Il Ir r/ 1 GaP qr cal rla":Nil.OITT.rI chic-b•wr caweln.tlow wl.a wM O 1 fkya...« lly..lrrl ►..►laden l,I tT wt.rr -a/at Cl......MlghllM n•-•y.ar 7 t.h.a•d P•n nr w•1111.4 r^•.h«a«P+.1 hr'_ C.rlrr.T i3 t.ty•aN rnYrl. 1••11 fl-LI It Pt•Irl1•r 170 it.«eNf)I ~ r IIr•tlw.i C•mrl•1.q•t•A rla+tl l-•1 w •r llr rwtycrrt.f.•.I.e1r. 11.41117 IberiM It+rtet Ilre,r.d« tr7t ery111 Tree« Hllr IY•'1+1/••1 v/11... r••r..41•Jw•r•,.Ir fnr 1.•rl rrM 1.1 pllllq A.f O.0«Supt.tyd•Iw ln. i-r Ir•T r-,•.41 w•,r..••11..1••N Icy 11'nJ tl Irl le wl1•I►Iw r7el llrllr ..1-4.111.nt I••tl•+••^r.tr rr.d..•t1•r.U.+•.ra•rarr Ir.Mw/r.1« C401g1 Iq1 soo.-Ir"O.tetlllty wur lover-'N.Gwrr wry-1114 t« r.l F•r.1••11/I Y411.✓r.r.l••+r'lin.l.,nr I•+-rNl...(IIIc m TM N •1+117)[-lrwl Grtly w.Ml••r1 Ca.r ln+llm r.tl Mr Wd W.&I t•wn)r u•YI m•1•Inl•r rrl Incl SI14 VIM►•tnr Im rlr p.r l.,rlylra►.,w/• 4+r l+.N 1KINIy 1.3 r1, rd-0.4.4.11 Orrr lct 11 o1"rew.rwpltN •n4 r+.•r.••rrll uv l.u.l•vl Ilnl•Jrr•K•we••a•1 Irl.rr•darty•'.+.IIIw11 � tier 4rIM e71w.r e fry 11_.1..1►tarrd<•-•rr. le.crpt• ..clow ..Id.•wr•w •1.11•• rf1 •11 w•.r7trw frr1,e«Ir-Al-a«f Ao/ 1«tlr trs-.wr rn••4ri��.•+I[Ir rr.J•r. [Ir•.Ily Gr a0erl Imr."wtT uJ-.MIM.t•nnlf/n ry wn)i.rlll r•M1W11 Cletrrrr r•rtl 61wI rw+rf trill 113 IIKINIM fool Naty(owf+t i..n.ort u..l M�elnc ttt� If'I]a0 M.1 41..11+111 I..d d.Nu(A,eran. t•relly•IIP[7a.ettl. dr11 T-11 rerU 17 1x40+r Im •Ityll•a 1,Yt:fIN rYe4lner lyytturq and 1.rrre1+11 w.Ilrrr L.r.n.maty le+rl.er•ire.r.e I..11I.11111 lagiAltlC a1.117 tTT++lI b•d.r 1T N•.q to.N IKIWIry 4 yJ-.II lut,�,tlr- rxrrnlr rrrl Nll i)f-IY•y.11•J Ca1•Itl« I.ly l+.y/Yr11 YIC•t++- I-IN%o I t.lrgl.«wrlllpl.wit.).-1tirlr GqI_."-I" r.11•YI rlp•li,w v,av""Nwr11••.h.rN.bC.a rrNl7 a}Iwal1.f11r It-61-1/x.1141,Donn,etc-1 IW tw.4r.rprr)r i...... r•.I t...wtr- 1•w.s r1.r•s 11dry.1-.1n.1«cawcrrLe C«r1/11•x11 Mffts,f11Y,.. wtroty w 1-1 11..•..x1►-0rrr 1.rq I•.It�Paup 11.4(tutlpt)q.Wr- hwcar..Duran fact er - tFN f I r s.KII-11.1117 IP.Ml.tyA•.l a.•te.11 sawet t.e7 frerlot. ftNNgl 111.31.411 scr,ar.a+.e If pd...bn 1t10llln. 1►t■K .0.•x4.1 1t.N•Ttrfrt /ti+r4.a K noon o.tOr•It is l)pe).Ttara«.ca1- Pr•'+fOr frill cpabloati"I T[aca I+rly t1 ...ah rm.17 Isrlr.(.lyh r v,{rt er••t+r r7/�Nri•moor Ier.rr.lr fl.ln 1..117 14.11"1 Tae.►fLoll.q PINt/' •^ 4atrly CII-for a•w0 11cINlrP 7S t41141 .. •w '� I s pnl.xr wr c•rwt7 ..� r.• r-.I'.ty' i s,s.[ SJnaYC:l.-1 ,*•T;* t.:Xfca T+i •fir}3•C �+y+yy ku.v'-Y x-4vs +Y•a It►•twat y � x O Gr peCltflar r:1. ['.]]-1010 I.I.17 SWUM W. C.11-7.41 w t.1.Il , 1� IAI.O/CYS IC<.l'Al , 41...p 1101. Yal+lr Tr.ttwru.1d[<•J 4J• lua W ta•r.t.01[ - 4.rw•f.Iter tM t.•1•+•'T wet Y••Mu p1•a[I M- a- Fw.M 4..N•fct...e Grp 11.1. t.l.w r[.ra Y.rr.l r....ar.etlr ra■r a N .. -, Y•'•'4lk- fl•�. lL..x« 4.11 bl.C-t IM••••J...A, adw Lill. C-11.fn.t/f,T 0.11'• /Ip.S.l.r.•Crll.[.. /f[O fouto m GPCY710af {Y6 1 tW 7 ' pYn1•ar. r11.c.t.M'+t..GN.Ia I+T•[.W►1...l<►11.1.1...0 1t...u.V.I.a.•1..,w 3•Iw1 VII..M.t1$Jr."N a•.. It f O.H 110.10 f I,1S• {i.N .10 .11 lxcl..11wy tcl.•Ir of wld., h•c••t w•w.t•Sett•[.•Gat N I Cl.rp 2. f.0) I.,t1 1.11• 7.00 .f0 .3a pl•c.,Y.1J..1r 1/.Y r.ta•1. Wr1r 1. f.]{ t0.ta 1.11• 7.41 .1Y .ta 011..p 11 [.I..ala N.u.ele[..C-1 a+l+[.W w4M11w1 41 t-. 141:62[• 1{ 11.0\ 11.7117 I.IS• 1.4• 2.41 .1Y .71 W Ofl,..r1 Hutt-•.Ilea .nJ/1Y1•. Ic 1.•11M w.alt Qt. eft C-4. OrtM1 Iw.y..1 •.d C.n.l...x. l'.n....•Ir lY1WIxY aM U.9"O.4I 4e.y.{f 1[.17 11.)7 1.11• 7.41 .1Y .l1 [..rt'l.1•/rW1.1• I..l u1 dlfll L111111'•YII+[1 CY.1.1 T.YJ.11 1"-)1 - 10.17 11.17 1.11• !.N .1Y ,l1 W.I.Yw,.JJu.1 u.•1 YIJ.a.11.N.�law lu..f IN Il.r Mur.lf WR 01 41.71 IJ.l1 1.71• J.N .N ,Jt LYJI YY.1W.r.lu•di1y. t IrYlny ud tud111.1 of.\I[w.`. ���11 to.,: U.N 1.11' I.Y► ,.0 ,11 Ytu l.1.tui u. Iw t./ololclM aa1. r.t.cow.l[YGl1u!f4tai.tM +f-P IM 11,71 17.51 1.11• I.N .1d ,Ja f;wr 7Y-[. 11.71 17.61 1.11• a,N .10 ,71 t'YIH+l..nJ/1/141 tfi+Y1uN.0x1 rJJ.r.1 IIGt+[I tIMI.ao-K. Y1••�U1 11.47 12.61 I.l]` 7.00 .10 ,lt Laved w14.1••••••l lc tut+11 SI1 1•'•,.•t 1<,•1[,p.. .wd 010"Cle C.W 11•114 17,41 111.97 1.11• 1." .10 ,N twl.l J•G.IM ul 4141 ud.r 17 Ir.�l+. rr.�U•Yt 11.)) 11.71 1.11• 7.41 ,10 ,31 W ). Sll e4sYup rwrt of dr4t 1..0r txwd0/110 WII.iw1.lr1.//Op CIY.p ll{. 17.07 11.11 1.71• 7.41 .f0 .7a L.1t wt l4llra lu. rat el.•wIr[[Ir.wIM W YMIM rlwhYr// C1r.ftret lln 1•L.1.[.lite 1..11W Ll lay.W p.r[.l l.lW 41/1 •1rJY{t/1.21 ptr I+.r t/ W.t« luw gou••1 fly Y. uua cl..wrn0 4rdYrt0, [IY[sleri 4.117,W t411a.11/0. Yurtlo-lwr.l...a 4N.cr}v t.l..I-.r[.1.NatIM1 LI.b.[.f aYO L.J.r•!Pit-,.•4lsx.r.:.I.--p. Ia4.[.t.r rr o.Ytt Yetl.Y1 () IlalwtrY•s.,F.P•l1 ?1."-..W"J-6.1 ftretac.t W 4110.41 � ' cu.atr.tt love T1.c\l.tur•I r[ta.l.u..1.It Md wl.f Ilr/.p\tt..{N" " n a .IYll.r/Twl[ t..d•xal f.rw Z9 "".1 Orrdr.11[eNta0/ -+ t N 11-C IY!►r1. Iwltaw ff{let.l Warp 11 Yua.l.w IlflclrJlflp Glw.w,wxw11 Y•iIq Cto�1[0.., .�#, Gc-p Jt C.-Wal lea./ m'14 4 tom. - � t '' '� �1E Yad.vl�kM'YS✓1 C .ey 11YYY.]..t+ip Jt Ptt1 iT •aX:J . t d r ;. •fr »,. �..# art Y'a W..e - I2OQA YOGT Q.VOL 41.NO" IO--fOtD[Y.APID 17. It" • W.'m:t'• aaJ. Gals-5.48 hfa ll DECISION R!- CAII-5448 ►-ye It . 1.a00.7it Awk.1t 144-"d aatetai aa.%..vent[-a a.Nt A.e. M�•'t• 4m tao"...ft-ntra bt7.1 cW.era.,fait... 1gl.aJar awl r • . • ,-A, 31.".Y..+ brat.[.C.r(..c #44 all irloai rn cvta awl..r.talt..I... a.a.. baa road«r t•..ar _W in 78.4 aW.wi..m Gwlcf.t.p"lest, C_' I.uv.tivwret. d..1.7" mead«[ct10h"t ww.t/" .A Ioq.cat q.+wl t•<«►-.flat[ eta tai a...t 511p lural Gt.n wile-..ee WeeRafdaw.■•ba•tteta. t-6tlF/N atlare.em J.ca6rrr aap+t+t«.r Jactloe.I pip..".[ 31 I-".I Jet*--A ala/la. t7p.coop-1-mi,tiet2"an,bt aa",Ya 4a.vp/ s :.it$ / 3.N t l.N ,N .la - "II7lM+`Wa:'t"#iNai�[oi'M•tiM.t•r••ltw4. b.ct l•soa.wc't-u ( :. 4t..ap lot i.S7 l.N 1.H Gay 1101 a.7t} I.N 1.70 ata .la faniM•M.Jtoi J.J 3Y*q iw•ma..+.ra a•*walt..•y.•Tr•Ytw. Geawp tl.) 8.785 1.N t.7. ata Ja na.oat.u. ...t«...is.w. 4. L•a« 4.711 r•."a.wt At.+►... ''f•' Gm."p It41 l.I.t 1.N baba .» .N "•4 aprMr.. le.I+liy twl•4.IwJ[rt ►8-11 8r....ea..t.....b«Wr.. Glaw.p sl.l7,N 3.H .a8 .la pl7wnn Ypp.r M.tu+d..it {+Tete.-lathe VIM Iar.'a'lust WI. It Garw.p 1171 a.tii I.N 3.ia438[[88-.t.. a•a..,t•Sect.Sem w..*c M4.�a.e.twrat tom•... , 4t O.yi 1 i.l•} i,N i.7a .N .0 t,-:*at .11 171— t......ae.A4r"tw bra.ap 211 aM wt t.1a Gaavrp t 6.145 l.N 1./! .N .!a •"•I"t"•* , .1pt.►-.tw"fv.[f -4 rocs-at iw.*.. 1_11 swa pla./aS • , K_:"ac _ « a.- 1-t.t dr131 Mt..r Ka.I t1... 1 . awlts►I-Mad c 4•t•GAm 'a.-I.tta"chac-IGS.4 O.Ita.' .' lead all."It tr•wcMrall Into-4 bit%.14[61 Pete- �• Iaa.t"Aa' fall."BawJb1+•trta, IUIw...G.araw.1M-alaaaam SIt"alllr -4 , IGMwlt•) ■ttalraet Ta•t Cte-".4 sr Tit•<tierte..i Yt.a a-etr.ed-fail tioet . 1"Cv".ati tar vltA 2YSoi"4.•.ett1 tlMat«•1 G.i-p4t-It aac61", Gt.v.p 4. a.itt I.N 1.70 .N ata a/th peawr..610..pip SIS'M...[. 1N to..rra.a..of".tli a..".f. 5.147 l.N 1.78 .N .la "41.S•edeI eol aiat sale .rt•em /JNr bar to e.arcti-We% a....r/. 4.06% t." t.78 .N .la laa.r""•r«t a.."31-11 2.7 bull aw.l 1 2A1 4a.d""•r-bera"M bntal 011143 - d"d al./ia. ttye drill"Tract ahillotat J.ct l-}denier[-. z bta"owd 4.!71..•1 r.'_drttinerl vmv%_I..I 4r I11•.er-.11 L'3 env.tetardt+ea at ITP'of wtmd rI pacers 1M3etp1."it -4 ' M111.1 at.-...•M rw.7erac"a-11 a.t■at Iewls4q•►tach[ n. -4 Naerti"p at•l1*po-.t.r"A..p16"l+.d of ve t oet tn.se- ,. N p-/-tea.N oath"wW 1" o•ch Ie•d1aS tern platlq/tttb .tale[.II.Clodlog hllll"at Hrtl TtN I left VtbieC. Greav 14". Severe c1.aa•e. Greyi 314. Ma1.S a"[Malty 4 i 7 e:µ 1 flea.. • • � j} 81'x"1*•{ xv #"•# .� .. ,.1' g< !• isla.sc»'t t-+`.. lea» #?.Yt les 2 •g � 1 7 t , .. r., `". � 1.•.r,c i ' aaT'�°"'°^^•['} �. '� s » 0 PROEM UGINta,VOL 41,NO. lel-R70AT.JAMA 27, It" _ -T i 1t�IL...l 10.utl-fau 4•r• s � .eclarDl lot. uti-sat• nF is es a..l. fd...1r....r.I..r. . 6�t1 [L...r 6w. r....•w.Lt.!•Twp. ■..... 0 a 1 r� T•a.O- -W. isn.na rlrlmt 6Y.. Ila• rralr. OOIVoat IC dl ALIT..".Wer•Nae..D.t4.. 64.0+1..."-w an0 V.I. 111....Sam ft-,-.S..rtw. 4>..rat 1•• Spot.cl..,S.1-aW 2on0..s 5...1•r. Iu.11 if.64 f 1.10 1 1.1111 .O2 orlN• 511.61 .N .f0 .Of o..w i..•l.d IIacL 11.11- S.N 3.10 1.M .0/ Malrtwf C aNl 14.412 .N :so .441 atc~RTT..l. ....1•.•1•to l.... 11 Ira 411.1 l..fa .45 1.1. s1-.a..a Wt.•Ort.OY. 12.M 1.2s 2.34 .ILS NILT MIIAI Y.1..IM�. r1 nxt•ra rwrolJa tL•. 19.4. .61 1.12 .67 •W a..l....Cwna 1.1• ll.if .41 1.95 1 .M .try,C.ra..Cwt•.41 ' ►Illwt,C.I.r ud S.+ rat•,--• ta.,wt.,r.f+. .66 1.46 .01 saw ia. r1..c1.:.,s•. J..l.tl wr.Je,r..a.. I.11a+..J f....r C-I.. 11.413 1.40 .11 1.00 ►N..•1.i..l u.ate.lout• Lt Yrr•Is.41•.d•,ri.cwl. t.l..•.. S.A.•../rwr W.. I1." .N 1.44 .N M.111`r.,r....J.W Tw.l w.r »7..J T..•C.I.s I►.h .N .90 .12 C ll.l 11.14 .N 2.16 ,N Till Lt'rMS. l.Y1a1/•b•w a•wlt./,L.+N al•rd•.C_ta•Cwu.0.l clef. 11.17 34..46 1.045 1.11% tat.t•.at_u .a•.l.ldt. Nw rtw en....ly 12.62 .66 1.02 .12 -1..tl.p..ws.,rt.cas. 41 un a.,...+..Ida,rain, Sect llawt..Sw awl W,S•. iM I/aKIKw 41414 S..-Cw. 12.34 .66 1,74 .11 IT s+cf Ko,t+w..t•o,spot 6eK.n Cw.b 0.75 .64 1.22 .64 CI•r•.Sol•...S.+er•.SrluT, /io4T►IL1Dp U[tx5. T•6....-1..V T.r..G.. U." .94 1.26 1.40 As% ?' plllw,y..Jal, C.1....... Alps-.&a Jw C.I.r.r.•,s•. O rac•I l[••a ct aW W Js.y+l..tl Twlaw C.rtua 10.27 .33 .10 1.40 J..r101w►Irr.1.L.•JuW+/., ►.el..,ta..flw teL rac•J � Merrlt.I l.aaea,t•Lw, OrwaN. 9.48 1.111, .S4 len T..I.rr,[Ol0 ld T.L. r•t•T•y.r.1 s..t•pro C. 104 fl." 1.01 .f1 C-1 Sj a J tows W&LIa ad Ill 1u.l4.,r•d.nW ft.... ►p16 lmws. CwnlN• 1..<IYlley 1...T.- rr.T.ar•.1.11 6-l.l Oq,c-iMq.da.c.D.1 D.W.,Myt ial•1 10.21 .34 1.3s 31.0 .11 L-Tw.fNt.f Oryt 1-ut1aW /. isu Ltw we, 10.03 .32 .H sJ i L.Wt..Cwt..rrlw. [me..[as Rt uJ,IWtaraf.Ily.•.W ..b brat me[IOre.40 d.wt a fa.rtly a.t•1os u a S(.ta• t 1�. Mettu,Le Is r.c1•c..W r 29 4141e 6.411.•...ly....C. 4 r.l. 10 3 yr t.•.YK llow!.1 rteu.E.r1.Cl.u,0•Ms Ctra - Crdlt. Sts raN rlld.yla a tU.-s^ i.lwr aa.J la....• C-tspr ll.]S .60 1.M • .0 1.0*60ps a41.4.I.seea i•to Ft !.Y b tl4.t 2lTe real .t s.pl ty..ntl YS.ae Hw y.ot.il.os S.• to vaa-a A- Ald.N.brtla.. / . TagnAL 0fGf1110.VOL 41.NO.70-4aW1T.!doll 32. 1977 In.-r•.�..�en.•J.o r../r 1 .J 1rC2s(r.r10. u»-sill . • Alt 1 �./; .. A.wi( [bewlw bllr f.1.7.♦•.tale hr»ro 1. Y . alt.•tr ll 1. ■a w a1.w iw nwsvwlfs vluulsl n•wrm � •• Awl_.ww,•Y.r, CI nn.•\., ■ttrl.l, rl•.xr,sea•rtrlo a{tt� .wJ r••1,,r.•.n l.. /7.Ia .us s LN .r !.t•rAe w o.u•Os•tr[ar. 'a ler.......1 Y.w Joa.(.l.co•. .../ .N ■.0 ,r raf•rr f11.N tl.t7 {1.11 .N ,N � w.r.,rp c....ar 7.is f.r f.11 .r altar lw•aae 4tUrw n It.1/ 1.17 1.11 .N .N n M:.l l••,►rl•[/..••,d aHl7ta rh p.�.l R•r1.C..,r t-aw.tl rt Il.a1 .71 1.N Nlnrllcr d•.tltr■t Iter 1l ravel Ns. .tlperel fA•i ter 1-1 It 11.24 1.11 1.11 M.w:JJ u.•nllt l7 U.11 JI IJf . alpt .calrtelr.veer llsea. 1 1'.nlr.I'•.d.ro.mlr 11.71 .7t 1.11 .» a..J..trl.W MI unit aM IYw1..IJ1 Cr.nillr• II.N . T."_./l 1.11 ,M 9.1.... 1..f.ta(•I ..aIle W I/arMlrS, •err/lel•.t, Y..Y•1 Ilu.Iwr,w eula or C-0-4%l-W lrlll ql Il.b .51 ,17 _ fit Iltrl/r ly..r.tet 1►.N .N .17 u•I y), tl W...\,,s ar•w q IOabr 11•sxt,lrtt.r W I.- ra...l.,rl.mr Ir.c l..11,q tear fat..t let ' Iw\•7+r..YI..I Il.1/ 1./41.11 .N IJ.\r Tn+..Mea la.ff .r .aa 1.5f .1/ • 7oo[eC .t1 Mal Ctof<r. In,I...1'1«.cl•ln•.J 11-- ♦/reef. �. C..w,1 lILIS LN1 1.71 Ll7 .H1- I.r Ivulln a,d:rt.[I•l...n• It.10 .r l.aS ./t Iltr lr•Ct1er blrr W fens• nom•w r.„..Ir u.la l.n toms t.» .xi araute 1eMera I/.0 ./S 1.» •11.1x.,rs.hn I.r••+.IMrw lalllw u(C•+«Irl.C,l.v.rns,llrw•o, IY•lle ata.lee•r fettlener Il .Z M•r II•++•wlc•J.IY,wl tree, Nltl.�h P.-F.0 11.71 ./S 1.» l.a] .11 '•;O alrtr..et lir l!r 1er•1 rept- 1 y rw r.rpin,svrt•utl, 'welt. aarre 1 comet tlr pita 11.0 .{3 1.» .1.13 .N ,n tAt••,7,..Irro«d rrW Cel*.I.•wa IAraolla t7wNiN n111 r..rwl lr• I1.N 1.77 t.r .)/. ..tett. 11.)1 .» .17 • ,N Calve•M L•I.rl.cwwl lee 17.)1 1.11 2.H .t1 laaltt/fr W feta.Qte WrtIM refs■ 11.73 .1/ 1.1S 4•.l • far rlaKf-W fr__b•. ` W49.6 11.5) .N l.Ml 1.11 .N oma+ale Iraetr W.[tier. ' 17%.all--A••-C•1 11.11 .W Lis 1.11 .N /111..7t1e:1 6rler■/riv" -"V t//Orl W 11J) .N l.lf 1.11 .// jt r rr '$ 8 TY r...^r EEOE[Al[[f:IM VOL 12,NO.7h-imAT.AFM 3%IV" / eucl/11.w. C.17•!0.• f•.. ! .a:1S1a.10. U77.1«. raYa . - IJ a.Ja ►.1•f.twbN h7ru Mztfr.a.Owan fr.�rn 1Yllrn.a. Am.1.. tS/l.n,•.•J.J.C.1.....•ud ■a► P-a.x. v.•wM. Lilr /0.17 .70 1 1.14 S 1.11 laul M3. lv"t•q >Y'.•►..'Jn[a.uc.T•Wr•I bxix• 1 ar-.Mna.0.V hlrr[ al•![I k.I Iu1J.1.1xa.I..". GNOt 1•. {l...aa u.•1 St•.1 9.11 .M 1.N 1.15 W-M, f 1.N .10 ./s .71 .{1 ru.xx.:«x.r ax.N...9..r....ar.1.•5. • a.x.bl 1.1+.x 11.1) .11 .H ...•,�11.la,btx�CI.•r.r/ ' 31't.Y1 b...a.u..l 51.[1 11.17 .tl .JO -A Mot.[ .t1 WI 4"'. .uJ Yu[.•.Idl t'wn11•• y.•H.a..d►..a.r5 10.50 .H' ./! Mr.b 7.S! .!! .26 .N 1{as7ta113. )Yx q.so.J41..1.t•1)law Wu ALJ.r1 dau awa•G••. 10.10 .HS LH .01 N.ul1 Lulx•1 SI.Y•l T•H a.. a.taw..a r+..a1.ra..• 1.H .la l.N fpu.l....1... 1.00 .H ,N .N R•..n t>...•a/ !.2• .N i.if 'Loc S.x•.u11 u,)•x N.1.0 M.NA�aT la.{0 Nxl•CI...•.•J l.ut.U.... ►IMI-.Abwar,ul.•.•... l:xw.1[. I..cludl xyµ..a l..r•n t:la..•0.,1b...J..fl.a.[. ab• V1•T•bw N..1 a•[..r0.a.L lrxpaa0. .tu.n 11.1T .1f 1.)0 .N .0I fwlet.Trlo.aJ id.. 11q•Y 11.17 .f! 1.)0 .N .01 R+aMs II.S! .7l I.10 .Ol 1•..u.• 11.71 .91 I.N ,N .N a-11-1-Q-trII.10 .!t I.It .01 Grat..,T•b.x..xd Tiny('.well[ s-a.a.s C a! 7.1) .N is 1.10 .011 tYrWl ru.T.wh.1 Wlle.• 0.11 .N ./0 0.1 MJ't•.9rbulJa.Ia..1a. {►1.I1 S.uJW I.•l•f..la.rcl u.• 11.5.., a.S..Y.S.ww••0 .Z ta..l.tul.y Sa.y.l 1.1Y 9.21 .N ./0 7.1.r 0-42" !.M All .10 1.00 .01 Q IN.TA_4 u oY.ISaOu.1r...J.4 t-l- N O.-1. 10.11 .H .73 G.-tar. *As .N 1.15 1.10 f1 'flxryl 5t,. -at bta.l.T.1- 11.10 JO .7! ,tatTRt1K 500.0.71• Mui.,Sr AS-"..1.{C-t.Rbtu SM•. 0.01 N a7axa tr• RNa.O•+4 1.N .N Lt0 Iku•► 10.17 .f! 1.10 .N .f] .1.•M Osrai* 0.17 .N 1.46 .90 IIx•Y 11.01 .!! 1.10 .N .N Ty<.• 11.71 .!f 1.10 .N .03 Cu.tu at _. Ort+Ju,141..,W_6.tl_.. a.e .roto, Lul.w u.l ru/o ... .,.... . C-.t ls• 1.•clnl 1.,Wt_1...u ., Cn.xt lr.1•aW V.•T.b.. .., 4uN 15.17 ,N 1.30 .N All Tyx.• 11.11 .99 7.N '.N .03 - /LpaaAL a1GiSTO,VOI.47,MO. 1`41-)[10111•/1Mft 71, 1977 Y n..tr law. a..l. 7.r...a...w,,r.,.... a.•., a a. r«� W__ ..aw +•-4 Ta...m.. •l.w t.' t IlCrl.rC1aG. Ir t'et a..'r•la 93..p3..a.....Cwt+, ts.. itwt.r.r.IP.P..w AN-Its, rt.-Gw.r,T faa r,-I-,w area, al..Srlcl•..Irrllr r"tldnKr. fast.cl...a..t.par. ' arra t.<.rx.J 7. Te+i f 7.75 .K }t•.f5 .N f./w t4r c.w c K aiKt.ici..q il-e ata ir.Ir eMra1./91.f.wr.A,art le. {11.71 ..a a A." .0 C1..9r1<L.. .N alpu..�.aa.C.l.ett... Cable ZI1-1. 11.14 .75 !s•ref .al at Fw..o.a.ril.t.t.a..M. M.iw.wi.......C-.tIt. Acta w City K[!.Leser.[. rt.al i<I... !11.103 .112 1...)* .92 k.." risco,ftcr..ewr. C.hi relic... list! ..a "'. .aa t++re.e.i.. 1W IN., war cad.ret rwrlwr+ f.l.W Mrs tbr.A 1.. Ia.1077 .aa 1.31 Caw[/e+ tt.•w W Mriwt.e r.a tars.1 a/rct.lct.w 7.ii .N it H r•M A'.a.a1 f.H .111 }.N .Nf .af - 1 � CLI.frl Icor !10.11 .{a. It /t Ima..waYfr e."t tA..rr rr.tr rr.ctws U.M t.ai 1.1111 1.711 .N ,it lci.wt II.Se .N tt,.lf .N ..I.ruclty lI.N Isla lal 1.111 .N /'.al.!1'I Icer• 11.10[ .N !10•.75 .1111 IM...•wt+7r ilr.cl...l It.IS I.li 7.N 1.M .N - rya W F+t.wa C.w.tte. fa11r... rircu lctu.r - 42.01 Aa IH.H .1110 4w1-..,3..t{ rLrif. . C-t.C.. Illi 1..; I.S .NS Il.fe .c.dt.►Ia. w w/lw.Nctar.ud 11L.40 .159 al P-1.r... i f+<rt.t.t. alecla lelus 17.H .17 1L•1.Se .K C.*I, +.a V.I.Tat.Cartes i.f9 ..f .ff 1.H rrtirtea !Arai .77 14.3.1{ .115 Cti.".tu W iw.fey.1. 0 10r NM br.C.rlr C-41.. 111.53 .1178 AS '.a► 11u•rlct.w. !).1013 A.N it,H .96r mar 1.td!malar+C1wti.. f.q .i7 .K 1.99 ane Inn C.+N gNrN+ IS.S{ i.N IU.H .N tlewurp..e atm a..C.wtle. !1.111 .{1 .1f .Q to w t1.1.w rwwwrr aw rl..cl.e»W aS el w ll-,is/W }1.77 .11{ ii..fi .al tatty Cer.q 13.97 .K J.aa .117 n1:•e9.r cnneactarf I/.Ir .lAf is Nr. .113 au-it.rd wt.are. r,4v*v.'r 0";Olrlwt• ca..tt- Baal .ta .n 9ttrr. .l NU .SAS .N 31.. .93 rC-tr 11..1 of .as "I-P.Cratlflt7t,at1• aw111.•.e1rtM W Tw1wW on""im".1 SO..M tta.At.e K.7fi al 9-""r.loll.1 air rt.. i + i u e •� i � $ � o + I M014LL sY61fM 47011.t1,00.74-IMAT.IIMq 3%*10" W � + _ 4 WI'{cSp,IAf Iwauxm ..f MCl9ta�w. Cw)7-s!N 4•yv 1 IJ Haff, G11/w•1. i7aur'fl[), AI.r4.,alplM. w•J-t. {� C.l...aaa.C__a...ta,1+1 O.U. It lw-a1,. It.,lR.,,-4.k. i.Ja 1101.-,6...a.•f•,.w..• e.1,lw,wRt 11•••-.r•rGaa,w,.te..p, . ' Cepa,CrrN•.fta[.r.S+vl[accts, 8•.R.. ML1, p...t». v,..w.+ .+J'•. •. i•w 8•wlrl,l.w 1,a••CI•[-r,[•P .,w.Ir Swap--,501 w.as.,s.saa Cl.r•, 10147048. . 6W.C. 9011,•01-,60101-.7ratp• C,.,,a,/1••.iw. too." }1.19 f 1.43 1." ,al Tww..T_I_.W.-A t•aa CYMIaI i{.1w•itq cll ..•8/1 URW W.IA 1, 4AII-5ais east, 9,t.wf P.6,19-t/w C••t+Rrtt l.w w•rw 18.7] 1.#f 1.11 4,1111 .al ••wfll u4••e•rYPlus MR.CAU-5411;a•+!J m"em.a It. 1914. 1•it to 32111 t••..,••isary t•.-R wMl.}1,a '„M41iCCIMIaa ta'YwW w<.a4<wa 1.1 C•wttwta/w-t.aiwT..1.."1. }..t Mw iN/Yi.h WAS 1.19 1.41 1,111 ..l fwttl b!!.•W 1..a:•-Vt-•µ.r1.01011•M•to W lwct.stry i.I.w l..« PMTWUL!!611314017 1142 1.2; 1.11 ,)S .q) 11-.01•8.•.Yaa f.1,•+ m wwl.". Mas at-.+A•cwwtp 4t.a, 414...«. 41war1./•+. 11.11 ,M 11•,te .al i...• 0191, P r•,aa•• ..1/+. Cart.1pli..a• li.a{ .M it•.5. .a1 Iblw•fasa W tow•1•nttawf a:.•t>iva Ya.tw1 }{l.it .t4 {I.it }Y.Si .ii ..t at4.irw CI Mw a.w.rl.wa4• n.Ps ICN .1e .fl a hoar..C_I:.w.t 04 aw. L+lu4wt ]).[711 .175 3%.lw St.N Ifarulw'#""Ml1 alA4W51 Y4t•.<wl.Jw.R iki•w+.t+,c.w.+f 4..w.,tw, Ctr[ar tits 14.86 •}9 Ia•..1 .1,.l wp.,sR•L.u.t.cu+)..w, C.N.Tplr...a lt.N .9S 11.81 .n+s 9.+1„...."J Cuuua i,.tw fi.e) f.iC .fI f.M .H LM.146-4[0 a L.,J.,...1 1,w .c,..•.[r•. 11_115 Lei 1.015 .7i uerauel•r 8.14 .a7 L•.17 .OY •1.4weur4 CU. 1s.19 .fS l.N Cwt.6pllw.rs 1616 .61 4•.17 .46 Li W...IJ,ea[,J,,fl..rr. T`""Y C] .vr ` i,.R••,uiu,suit..,Td,r•,. &Ictal.,Act-irr.11...La.- iwiw-..a T[la C-t1.. 11.1111 .66 1.01 ,IS Itwllca Ia 7=&.61 7.117 .73 lt•.t9 .04 a,nl.t<i aid 5u.e•Gwt Cuant lr #1.110 1.13 1.26 91-11ki as to ata Lnir [•w a«nitu.W fi.wt•Co.-C.... 11.13 l.H 1•H .h alta.l.r-P. 11.18 .67 11•.7H .4a O alp#-,La,&»,CA......,saa I ifiiA Sa I).i6 .117 tia,703 .q1 Ju-,tul••W Ywl.wr Gaw-a,a+ 18.85 1.M 1.M 1.M C.larrr-•ta}it J•.yrtc CM. n.cY<Icl•w. tris .71 4=Tonus, C-rt.$t}trce 17.61 .11 4•!JS .61 S.w f1,• s.....4 5+u 1,•t[•Cr r. 19.90 .61 .90 wlpt.r,at,RI I..tNu, C4wMa LLsaa 4w[f srvaa,rt,cc[, fi•[t.r.aaw!•.i C .wt.•! 11.4% .'M 11.1.001JIu 4.Jut I[! 1.711 1.N 1.711 C.M.wl11ltlans 41.1111 ,76 It11,Ya rt.tau c...,mr }.111 .6f 1.As M-1'"t•etaws C•.Ir.IA Oww,lt.a C1.Actawa 11.7! .SS 11•!.71 .Ai CaaftMTtYS, C:1c1.t• 11.TS 1.21 /J/ .111 .N Cbl.11µ441-f 11.01 .M 1[.1.1] .04 e•a...a<Iw 1+701+ae c.+.,+c 64611v4.1 51.+!•0.:-(1414 ! urawa.wJ/w.fitrt01t btu lry Grclw. 11.60 1.T1 1.11 .11 .116 01114011llwt• 11.75 7.22 1.11 .7S .N • ►140141 lrPt•+s,kldy.,114.4 -,. .td Mca wllas/Y /11.TS ,U 1.26 .73 «N - t c _ + t '. � 701 s• ! { i �� 1EMAt 111CI5110,VOL 47,UO. r0 BICAf.Arm 21. 1077 r.rlsaN�aan- , sur ; 1 M•!1 �`�f=j , rJt.ii tY:Aq /M !t4 IY l luttim's t• • ' •ir.•it([rNt.il t4tNr•Nr•tt,IM rlur4 tU•N•r rMer 1'•cltlt Ottw • . iw E Ir 11r•r•tr•Nylr up.lrl. IN EM lrttaal,q wj 7n.�6t1 prtlw.f E4rIEN'r � - �•+wrcENEW. I•tt rrN tt+o,L`.t •411 t•r.ts!NY!•frs„y�, 'i•r Ny•.„rIAI+Nrr ! ,�•h o,amr•f L.irrt••t Glily.l• i"Ntt S.rr•.,! r+N4t iY,N[.hofs.M••. r .; $ " > ,•! r t*� th-4 i•t[Ir iTTr+•ti..,S,M,ar,yr••!ewtiail 1 _• rFt E• E µ. j IM s/rr Lr111 is fL•S;v,•rrr~Pr 7l tr••+rtft r '••Nt,r h+ fr r [•rs, y t4/aar 1'Nrlf. C.t•wr rt P..�r y E!c!•ryH • _ r�Mrf•Mor lfrr/� tGw iN it N'[•e•r N.r.!la••ad.X 41N r r +r rl[f•ft•tr w!GlMJs��r1•wr .oke: y [•i i►y NI•for/!y MEat~[w441r N�wx[•rX of Ey !11-11.1 1. :i t {' M tit'4,K 1-A .K } .•w.q A t• -'XP .fi'.rr•'+t tb t 7pc,� c.+ t:t.�w.;y5,y ,,..xn "ir+�r• r a8,: r e�, ess a :Y.i".'"•.t, <5r,er A2 rtt ti-:'sK'n'•.atT..s...nz`f#.s!{{}v P.it's. �' � aa^nn.'rPf. 3a't (...bP!T ,.iSY P!ct.0 }}FaC PN-T.$f Ib"aP+L7y4 jkA Y Yw}r $,I C'.!F 'r .r ,:di^^r.q.,et,T AF1.tn 8rt:�rt x'us•s{tY•T+9gYXn SAL ex4c - 1"ax. T r-`E a"s tt"„T'Y at'{t?'•j 75.•Hkr<c>•'-Etr+,+ev a •',�, .,.r +r+"!.axi'Ea.. .,••tY#1"' t t�'Z�{' 'ES YC rtn �t i 49'e E"`R tNYtfiJ;- !3'aiarNXTe't:.,T4 T.1 kt'Y;{}[Y ',q,xa 'r R# ;ro h",Ith+tEf t 'ren f t T •s i" "*r+Mto Sts zt+tp�x F� t rt` - xrt tPi; ',,{ 4 Ti^"irTm L;T'LSc.'CF hA 1+rr.E+ gtlN' lYw4a ix. Teaa'E• ig. tr+t'S' P*<:•.'=a ca. ,..�' 6.4 � 9K..+rj 94ta"'ra t YY;:Yc'i'CmY wK£t£t •.ity7r t3'�i� iY`-"`Q# <g^"93.'�}Li M'i Rb PS 4�'*i F6`;�tsnGi ;sf : .. 44., aN..✓4+ib(tE� _ E.`k#+; F w y LA 9?fi g r t x .T! A n;rc*rz*ts ['. !Si t><te m t Yrf +ta a s t x w !'.g fi ai S r•rV ',fe w i 7[ s-tP aEn ay+t Tx!r.'.x>xw t;�x 3w tet tie > o ' dtr •:T t•re 1Y+'_ wasAt yTvrax.r" t,7x` ...Te :xrr [ r,_.ra. ir-�Y•t'CiYaf 3+r?jnr s fn ,.> � v f .ma J MttlS ft E.1`r,F h xrr 3t t"a"'$•'I Eh !3k 1Yyi 76loL'r IY'R+ t i y"G, a Y ab t R r re r E fr.ra]y [ra rbs rN�rag�sk ffk `''ags±•er i r•.r'i * t 'Y w s w r� i S ... ;J• A rm,[pi- T, >rn)m*� Al fi•'ra{xGr46aN' � 1 ti! • '•+u x aR cX t rt SNT..p ya ar !< ;^r«+i -rn�xrrrra•,r+,}...wq,t YT d 'L+�^+fi' x "i- PE, a`c' r v<ps t-+•!ry b'r. r tY r t f MnCTPx../ t '•.'ftr 3Wrt+'c ""i 14 3^ T"It YM 6 d 'i'P4 i w+. t .. F r r`+R E x r 1"L F'rNctYi-' 'a tr. }Ts'' r.,,-•a`e k,.:' .'t ;k;mr o r [... �' ;g n,.. =T P Tis *e. i i rn.,rrr rk.3rn t a P j t • t :. , - i} to W'++t � 2 •'1 • X[DERAt iEfifff[R,yOt_ �_.Ntl X�—•EfID/1Y 4XRX». [M N, 1 E Ka:l3iW NO. Cal)•)S la ray. IS 1� N.CiituM Mt.aa7)^1Ryt rAa!R ' t7M.I nMrMia � to L1tlMMta iMt+l rMttrtitllK 1•t aRtrI..IaMls,rroincLor otMlt MS tnwt•a) SXYM tgvinam li "Tu"1 64) •L.••/ (u,t•!ii oars•I t-'41 7Mw•4•.1•a II •a►•M.Y, .•rxr rt sr Lip W,r•.Ma Iat. 7►+a•rau.rlt w ab•S.l.s rat.t t.-Mo IMM,-o IV. Sbrrt/Wrt lttit t.tit N.t. a sat at t•..Wp 7M,csay,{lt. Ttr•flai M.aa4rty w L.144.< .t t-Alp Ion...ft.IV. 74rwa•W. •t ly 1.IL•M.Y, a xf•(tr. U SM.1•rtr ilt, Tlrwae R.•l•r 11 aw aA.M.Y.axp. r•1 t..raa►Ir I.M. ..ft.IN.. TW .Wa[6.t1T a lba M.C. c N a•ra}ft IM„r.wts e. TO•.ar<s Mprlb•.Ii a•1W M.L.I+a+<t.1 t+ kll IMM.t.«t.IW. T1s...4p.a.,iT ca•a Ls 3.1. u x a•t tr«p•}i♦lte...•t•it4,. Tb+wa•Msa+uty t+a►p M.Y.cwt..rt a_p I ISM,aant<iW. IL..u•.,a L.11t t•aL•M.a. . •(4•rablp IN. •woos 144. Trrt•a.S•+1b..1T iw aM S.Y. dray•1/rr+Flt I.N.lift.IW. ILras•L..a•,iT t•tL•r.t. 4pl aia•i .=S,ItIl.gar's lot. Tb-.1• 1iF w l4 S.t.a+saar rI t..w.Air IMM.aar<r/W. Ti.n..Waairatl a lL.A.[. . •t lruw•►/► IW. .-I. tuts I%—tw.a M.ip ar.w S.V.[wre+t.1 aaralrip 160. .....IAl. TI...«+t.a1•r ly aral}.S.[. t ...a•1 t••s•Llp I.,.-.114. TWw<•W+a..IT a•lM M.Y.<+.r•.1 l++w•LIr ISN. r••t+IW. SL•«.s W.a4.rlt r tie N.i. t+ +t i L....•:,aur}.alta raA.S,v, . a ,s}ft ttC. ;TAM•ww.a.•S1r+w.•i.s.aIli p law«aaFt.ZS.,RY..♦.. a.rl t 1trwwrp.•AAltpt IWtwM..a•+r«.tr a Icm.91ao I/M, ••r•IW, IW.I— 1St• T4r+r•I.M fist%a•.M S.Y.a .r1 4+•a.a24r ItM.a.p4s IRI. TMsw•i.ai.,It t.♦L.S.t. a a+t -"p.W.I~ISI. Ibr+as[aK.stl a1'aM S.[.ax •/4••+,4241'ISM. Ib.«a•sous F.11r to ab S.v, an .t--We IIS, .1.9.IK. TNwa.irrtfilly w a4 S.Y.a for.t&-Aip IIM. 4+pt.IV, TL•«a.t.uuly t.tAa S.t,a p.ra.t.-Mr 17M,1~IK. T!+«<•G.asa it t•eLa 3.[.aawr w!.fix ka lid,coat,I.V. . TL.paa Lout L.i It to 11.•S.Y, an •f t w,IIM. t•y.opt. T&-.1paalwl iy♦irt 4►+E•tt•aa Ila+I 1•rp I:Y La 0. T►t wa•l..a prlY tlaft aL.S•ut Ls rnalla r!apwa►/p IA a•4W raaltlr Ocppa l•a1Wl.t[L•l p•ralw.l Fsl Ml.C.l/daa.4• - taNsan iwru4sat pi tLa ta/+rt C.iitaaat•. ,4424.$-a CI.s.C.s•ti ts.ir.si rt.u.t►•iwlt++twt%I-.7L.was M.,taLu•ta•at/. a4+•u.Wttbarly alpy tL•Rp at•1'w•.rtt.4•r7 [Mwwe.<trt K IM M.Y.aaat•T 4, L1,►T. a•aq.Jt. M. a!tis.tat♦rt Cali trrais to tic M.C. wtaa at dtaa24r/TM, 1t.►I•balelias rd Matids-, .qs li[, Tba.a•it•Srria•tp ib.<uw w a►.S.Y.uta,et 9erWp . Icons Y..9.111 tp IL•I.W.a «• .t 9-61hip Old.lay,lie, 1}<aar 01rtt6<t1y t. L.11,1,ta1'.t tLtp lull,i4r{s t(IL. Ur.ae I.s C•tl'f.ti ayt• ,-11'tM S.L.dmt et 4sa,..b4r 75. TL•,.c•Y•.a.r ty to t►•M.4. ......•l-6,Mo. d.t• tK, I-"K' i4uc•Mortis%ly ap L.NA. a • .t La+a+abip Tit, .•pie TC. TIrara.I-**..".ly at..it..to<ba M.t.taa.t aauaa24r IS. ."1• Tbrs•Yc.t 1'r 11 w 4M•M.Y. w e•ir•f tpwaLlp 3iM at+4 .4as aC. p 1Yra WraA•flt t a4 M.[. a •t tasra4tp IN.1'.+•t•K. 7Lswc.1•/W.a.r/p it rp<a yaw to 44 M.V.teRar 1'1 larWp as. M T--Y•ta:a/i sant L.N.v.. ® apt V.-M,iZ.,cast.K. , rap.K.ts,tL.!•;K.t bftlar7•t At,b p.rtlaM.I.t raR.t M IW-.M+aa►t11►1.ti.S.Y. Ira n•I•t lawaLip 1)M,r•ft•K, •faa t. 1Ltxa Epaa•i 1}tp fibs 3.i,a .s pt<rwtLiq 110.I=St. ►[w l•la yec lwit•'Lal oral•.rt F •d.ttbC.111-1.w4►Ib ' T►•atR Mpaa►<ity w tb.N.t, a of a.w,iip 7K,..ft•SE, - tiw t.ttwawt!taps: 1}4rat Yral rrly ap CL.01N. t.1 terf•L1p lSM. ..pt. It. tw•pcRa;I.t►a,x,114 0.•.w r r s•i t1'.N.Mt lba S.-J.111 TL.«[•luatisrit l•a►a M.C. a pt ca.pw.}IY XM,spry fit. tirM.t.-Lip_M.P-f tk ba•tila.•4 a.rait•x TirxR 4.as•t ly++II,•M,.. toaai Ep Llp SOM.r.rt.IE. + - Tb.a<•taaa•r1Y•1«pc r4 3rwa4srlY Iltr el awr24p 11'1'r ab• T4•te Wal}ar lT•lnpt tA.m. V[.i 1p«rtal•w to M.M.E. S.V.-Rat at.,sass}.,W.I-,IV. .at I-bio IW. I.«t.IY. TLa..+3...a►..Ti..M.S.Y._-rt%--kip 10.%apt.Mt. TO—Ya la•.lt tp aU.M,Y, c of a•w Wp 1W, r.rt.W, TLVII.K..Arlt•1+.4 Ib.N.A.Idt.ba..11a a.abr S.Y.drat Tlsuta Sputl.rt i7. tk•M.E.a at t•rwaLip)lM. raata M, et.-%I;IR,t+wt•:E. TL•wa.YRta•.ly tp 14.X,v, c raf ara.•►Ip 1tM. t/atl 311. Th..3-6-1f aw aA.S.n, wfar a1 k-Lu►is.r+Mt.:t, T►.•.•ip.+h.117 t«a►s S,Y.tr,«1'r el tawaLlp IOM, ,wt• ow. TLr•aa.•Ip w tFe S.!< wf erw.blp E aayt h., t}..ta t••a•aty ae IL•S.C.a wl at t•paLip Sat,cawpa N. 116-Sawar..tt t1'a4 S.M.+as w1'.t tw•}Ir�.f•wta X. TLe.a<Sppt L.ali tp IA.S. . ..a e[iprw.Llp I", 1-,.W. ,Tbw:e trra..lt l..1.S.E.<•.+,.r1 w Mp 4S.r.rta K. T►•1'c.Eatasr It t+air S.C_< a•t[•wa►tp Ice..apt•W. TL- IN,-6-ty d Iia M.L.<pt«r•t 4-Air 23.r+wtr ts. iF.rta Srpt4rit to)}•S.Y. a ap•r of twtrwtAlp IW,r/pta}I. TMN.Va•trrip d ab.M.V.<w.aa.r 9-.btr 15. rapt.1Ea 1►I,.as Yntelly to th.S.E.wlar.!t.•YNip ILM,uya W. T►rK.MnR.Jp.a+alrt lM MrL.l is►•calla a•a►.S,Y. TLrat4 M•itb•flY LM tb•M.[.trier.t cau..Ltp tau,.pats IV. aras.1 t-M,IN,4ar0 It. Ib...Yrtlu.lp to I"Y.M. ..1'••r.1 tar.ablr(tM.ntyi JY. Tb..te l+t/ra1T.loft ti.•rdwltic barilla tw tb.S.C.wmr TMuar Np•aa•rit t.M.M.[.a.saa at ts++l.fr I7M.4a,yS it. ..t 4.rw.24r is..-S.X. T7Y.<.iM.ai.r T7 w t4 M.[.drag.t tartar W.Taalte X. . Tisa.Ur....1,t.cbr Y.Y.-.-,at t1' btp on.t•ft.7E. �.<� • Tb..te unwrlT w tY U.C.CIrk-t at 4-Alp M.It. W -1'J • ' W • pFOERAI REGISTEt.VOL 47,NO. 78-tr1DAT.Aptq 77. IRr + d. J• I.J. eT V OLGJL[tr1 F.M77-HD r•„k , 1 tAaLrlwu � � .. Aru YLnYttiaa Gr 1•Ir'[Iwln:n^._i..wl'I!. \.Ia /H.•\.r4..r.,...•. Fil+tt livil"Im OrWim 1•YA YnY}•f!1'YIMgY r/N Y....r It a. Pr.b.. Y.r.I.. rrt.•r ••{0{A 7.All.t•K n.t 1-t.d•I./1M.A-I N . •.0 pl..•o-1 q.r.Vl A•.w it + HOrA Mlw. , tr..er Y 7J•.•rl wrMr LS � � 4061 11 All•-•IKiwrA Iw tIr H.rr I1r 1•w , ' rlt...l.r Ir+t111 h.er:.rl♦ Ha1rI.elver.►1ab 1•b-W.pw t.•w•b/P {..•..)L 1Jc.•,.1,wl.r as ra.. .w r•4w IIr.•f Arra 1 w 7. ' wt.. Itr•I/r Y.f.cl r. 1-1. SO told.-1-M,LS rI•.ralnl fiw�.t1.0 Iw tM►Klf/t b••w w aM..t•..Iw.I ab.Sw4N.11 4-111 Yel lttlP/er I'll., I— to-.r T.wNI.ITS. .erN-,a" tn..•Iwl/ To-. .1•e{'AI3--l'Ill•1 1-mg,IN,en..Ily 1 NII•Im4r 1.tu•,Iw r Stl r.l•. [M N.Nwl.rrll..w t.aM L.V.+ w •f t•wN/P IM. MI rI,•f•S rY•.vt. i.«III ••.{.N.N.b141•b.+.It.••..r.141 w. TrWw IJry yr.-4•.cbrc.w.cretw 7Mr•S.w MitT a•lM L.Y.a.. ♦[t rNIP 7\{.f•.{•{l. , YI...r.l 30 td•..rrl Yrbr i3 7Mr.tMt-1/1.lM 3.Y,......'•I a•+NII LOS.ro{•ISt, . YH.ester Inr.11 /1.... ♦/.NS .10 /1,N Tb•K•5-A. r .M 3v c • .1 a w•l11 Iltr r•y.1){r '� Tb•M.[.••r11.•tM L.V,r...r.l t wN11 715, r•.tw 1H. MA A}LLY[LfYfA..w I./w • iM.+•MK M.I1 1.rM f.Y....... .f 1.+..1/t1t,r•.t•1]l. . vert...w.1)yl.,w�N • L4.K.[..l.ril t lb.3.1. .......I r.r.N/!let. rent•IT[, • Iwc IY.II n{IA YJs.♦ LMK.Lrr Mr11 t aM S.V,a. •/t..Y.41 LIS.[M{.IU. Inr•111 IYy`113 Y•It'YwJ IN- 1•+t.r 71 a•[M S.t.a r.f a rN31 313,r....1[t, f,rlrlirl M yJ•.r r I.rr llr • i►.Kr S.rt Nell f 2tSr ewq.17I Irry r.r•In Ir•.nr 1/Iia+••w t•IIIy w.M s. Mrl1 llr.[Ri.{•GrtY,eMK.L•[wri/ IVIWIN I.YJ.,r •. Irrsllr •l..Y[An=MK Mill MrI•rY.f slot• Mlr.N 115 YI.• h,lali ft I.{ Gret•w.aM Sa.w brrl7 MA. 7".f tw 1•r•Grt1.l...M 3.1+ Fal to+,w.l.t 1•-111 NIA. cwrrr•f t.rakip It3, r•.{..... tl IH.•w TMK•bre Mel? <M r.[.< . •[tswa4r 213,[K{.IR. ' IriwNry At TM..Nra 1.-111 if.K.v...r I1 t.t4 A.v,I—,•t t•vw•A/1 713,rr{.M. t..•�.lar H••burll c•+vr•1• 1.•Ke br}Mrl1 l•.M Y.t.c .1•....1611 117,rrp.all. n •b.N Ya•.•6 Iwr1..IN To—Y.•[u Ir 1.tM R...c .r.1 b-JI1 It3. f.4.LK. N{H,r.r•a 1-.11 II.N Litt .h 1.N TN K.b..M./1 t•[M..[.a .f t•wNIP 113.t•q.Lit, N• 7►.wa•v.•t.r l]t•iM Y u•c res/t•w.►I1 IIS.[•a.17[. ver ISN Y]fill VMA.,•ro . LMK•br.Mr11 l•[M Y,L.c •f tanNlP 167.r.4.all. .•Yr.rr•r r•YH.rN TMKa Vnbrlf 1•U•A.V,c r•1 1•rnNl1 101. ..# 11t. . /.tlrrAlM M YN.wler TI.- Mol , t•tM P.t.c r •f$.-.bar bar-v{.133• 't ' 4.•IIT A.,1•rN N tH. 1►.K.Vr•t.rif[•IM .rn \.v. . ..f.f .ber AN frlwlwy is ria..ba•, i►.K.brl►.+lY t•ll.Y.[:'a rn.r d uw.11•IS n4•]4(. Md11 terwlv.ln Irr•r 10 i►..c.Y•a.r11[•O•r.Y,a •t b+dL U.uy.]Lt. 1H.W Ir/wlwY 73 YA.. r T►•wl♦Mfl Mrlt[s Ile M.L,c .l a...rrb11/S, r-{•71L, I.t-r1/1 fM•l.l.. Inrnr 1 Tlwee Y.a..rlT IN.N 3.[. a ref s +•.1611 33. r{•IH. N rad;'_j IKIw11M 33 Ya., T►r.aw Art"0,t.tl.r,E.t •i•....IIP 3s,1tr{•1K. _ .111 l.re111 St II.IAH.I. • TMK•r-t.r i7 t•14 Y.v,c r.7 c r•blr 33, •^t•ITt. ' Iw,o-r b YJ...wI Inclwlaq tb..c•Y.ra Mr1Y I.IN.Y.L,c . •f t•r.b11)t,rr•w{.Itl. rd-.i..ef Irr.111 T[wc4. iMr•b.t.r1T 1.t►•....r.f t.-.bit K.t•.0w ar PU[. M •.•b.aq Ltl iniad,H•, - tb.K.brl Mrh eve LL.Y.L.. f• l w11J1 li.\nelt t7[. .N r...NO 1-1.41" a .riK.v.•..rh t.n.Y...r .r•f a-.bat L7,r..l.17[. H1H.wl.r 16••1/ lt.!{ i.111 .h l.N tlrr.a.b.[Mf11 loll.•IN.N.09.61•A•rllw a ad.ILL. - wrrt A/-61,A,-6.1{tr Tb.-.r.Ft.,I,..t►.Y.Y.. AI 9ww.►I1 20,r.4a 1611 n-.PaintIlr N YM U.S.-1•i t...•NP 3111'.fes{+IN. - ?Mr•Y.u•r 11 a tb.O.O.a•Irt of It. uP!"rwy.Ifl. tb..c•Ilwnb.tll to,tY Ild,--r If Iw-•1/P 406 r.qw 1416 �. ,. .. "on"nolmk VOL.42,110•711-.1tlDAV.AP=734 1977 •V 4 W W. Gall-S/1/ f•Y• 71 `t 0615Id114. CA77-]/I1 fM1 7a Iny./w•4a.r..r«t• s..ta e.•.a./..r..r.y..w �l �_ I1.. - Nrll fJ...w.. /rr M!■ ►waM• i«ww• ...J.•• a11a'/arlrlw5_I'.-w!•_Jl )w•a NLV fa.al..• i•.•w• M+-y'. TMtR I�ITUS� 1�••JL - 1.y. i. W1■l'IH1x1:.1'/Illw]I it/w /YtA d1.Y/7:M.rY NM •,yt,,m• I]y.lr... •ry1r.rw• la yi,.V IwclWl.y It ryl•..•I ar IwclaMla/H t•t•-w 4 Inwl11 IMr IMa to yJ.. w l oellt l.rl•Iwra 1):d•. Iwvl.JlrT 1f yJa,wa•a bw11. •W L,.IW b.y 1•Y.b. 1•r.111 I+.y�l•t• Iw•t•1Ir ♦�•:• Inwa Ia iJ..w 1,17..nl Iralwl lay It yJ•. alatlrJly 71 yra.raalf 1•w111 . Ir r.l11 aw•.aa, law. larq••a•a ler.a fl yJ.:W 11'yJ.. «.1 Itw.IW l,rl It yJa. � IW IrJIq 1]TJ•. r 1••rll. • a lar•111 sa 1Ja iJ.w l• d 1/•.. 1/•..JI•a w dirt W,`w. 17 Y•la. aW Iw.:IW iq •IwHN wi ayl...Taaea a�d1•• I/yJ•.rr•tat lace 111 Tt ctrl ID.CII awa.fr111.Tr.t1sw a•I IJaY YI•'l..taY 4.ncaell wla, [Yelp••J•t1/1.1 tYM M'111' a It yJa. aW InclWl.y wt re.r Mllbr a.y..ira W 1/rwl.t 1•v1) f I/.W 1 I.1/] .H 1I.M mare 1•w u•IM.1 w,1 Ml •.f/M!r•aw tW tral bl/ t./.Ga•Iw1U1 TfYC w•M1111..Iw all•.•.LIJ• I scv-taYJtli•:fi,u'/ U.1/ l.1/f .7/ 1.M 1r11 w.. .74 y.!•.w 3- • Iwclr/Iq 1!M,wl•t I•w111 i11C•YfYllwwaN 1/.117/ 1.115 .H l.M Tutt/Ja1 M•-baai a�eca•t1 ` M.e.er It yJ•, w l•CleJlq /wa cxniJn srwrauu Ir/w IS 7b.wl•1 !•wll i IO.ff 1 1.U] .0 71.!! •.yra,ur t 1.yJa. •nJ. ItC lrlltyr 7l yJa,r•/•t /w=C»DaT AYf�00 tr/w � Ia•e1/1 Gra•Iw.alw Jrp aaJ •+Ie[.M[ l]yJa-arJ - aw'11•Il.tl la.q. Iwaa It _ l•ClrJla[70 y.L.w•a 1M17a 1 yJ1. •aJ Itn:l rJ lag l/yJ•, Otsp larec 1]yJ•. w IsldUp a a Icrc 111 Yi•a.:[•• Wea ]!7'v rurr 1•w 111 OrpetrN 1/ayJ1.•ad Im I,JI.ya7[ydw. lows H yJa.wa Iwla1•y!/ wl•t levvll/wat.u.a Iw•a ).1/.r/tet few 111 17wp/Nf tr•e It yJa. a.J lac ln.l4y 1/i4•. n yJ1. IW 1•Jly]!yJa. wart IMI/1 a1.t1 14•a•1.d. weer le••111 iald ldeW 11 W, r•er)S 1'M•w Inc lvJly U • 7aa 11 yJa. «cl Irc l,wllq yJ.. a Icrc 111 Ta•u1a y4.wu• 11•a11a Tar:t1 IAa) M•yll•WI Irre(12 yJa. Yae-/•et\PiwC••[•a•1•r wet 141 rry4 la y01.11 Ta r.:a• IJay 1S rb.Ari Iac1,Jlaal SN r.•-Lal•J.a.asa•l1.I a.w•t ),11..•tae ler•11 U.71 7.117 .0 1./! 17 yJ1.•nd l/clWly!1 , yJ..wur Iawll 19.5E1 /.07 .M 1.50 I"� 7 RD11/I gMSISI,VOL at,t10. 7E-/l1GAT.A.. )). 1977 Mi1GI. GYY•S/!f I.Oe 1l - / IIOGitiGM N. 4t71-'H7f P.S. 38 f.Na ►d.e.f.•.Fn l.....b i•N. T+w+f.«[h l•r•ww M«d. E.4er.N• ti...N•. , f.1.. us.f P_w t•..d.. ..t:. - f.�w. •a t I...1.+• Y•..N.. ..If« 7M1.'e_IW tvl}C� {Kx.N_eji Jya�T.. Town N1Yt.t5 340.•1411 ` Ive.•7A ` M.lL IrJ.ln`dYll(%W(]1{rfw - +..N+`a Yd.. rd.Mk1 1 TOPINI TI 141 MCMI f ~rat Yd.. 4.1 1.«t}1 IMp la ii Oda.11.-0 la 140.1 tif.ris Is 1.115 Y.M. .M askl i Va..v...r i l.Lei}1 ir.t.:Jxt.• 14 Yd.. . max COWW Tiaa/�11O1 4+M .wl u..lnr t Yds.r.1.s I.er 3lJ �,.�/Yd•, ..d I.sIJ1Y n..lnit.. Ii OJ.. rd w«l.1 / i1 Yd..we•x t•..tlx M y Ja.. 1 lwriil Fa id• id.l.r 1. 4a Oda.a..i 1.<IdiY ii Ma•,!y}A•. .wt aMut a rds• Y./..Mt•e 1.••111 er/...ta ..t•J 1...11.T.r.•\. IdtT W•' • 11 W Nr• -4 1•CIrdIM 71 1-01-..1..I., a Td•• 1J....a.. #e.+111 Nlty.a- ri va.i.r i Yd•. r.4r Lwii t If.H /1JH ,» /t.N p11M ab eat aw.0s+ItR ■-I.NlI.M11f.1 1M ASS aala•ea.R.l.ed I ..11►/.. t M•it•••,11.1 IlYd1 a-3111. NIN 11+re3a.a.. f Ida. fi.•dyw!cera type ihlt t.gll ..41 I.Ciaal.0 V. .SA r.ur . A.tt i.y .A rata t.w la..l7i t.a+4m . -*••b+ It.Ma y1...4 wArs ►Wt hats 3dJ!I.a-wd l.Ma n.l..l l Mddrf toted drCtata.J..f Oda.W i.Nn #f.ill 1.Ia .71 1.N 1-3.49.0 13 Id..wan 7-11,D-""►C to Ti.. MAY1 5.130 TrYll'dMr .0 l.af.11i.f 1}Tb-.stet •,�► I►301.b41 1637 1.105 .76 1.N 10004 70.N Lif .» LN 0dF1 di^Yrd..A finita Mort am 711M41dfT 1 n 07M1..0 CAM##A 31.141 1.305 .» •LN 01••a••l•'•r is.4M 10.11 Lt .H #.N tYltt N t . TrMnlr n141 dFItOTN711f0fR 14B Almllm1t - t tf oda, trrw,gr/0 7de.i 10.715 1.101 .H 11.011 17 701. WACU M YruCO 05.100 0.1.. w .d.r 7.1N O.le.3 /0.1411 1.105 .H LN ^ X"1#4 TICa a IMT"THIO , . 45.0011 On..a.0.0", 7.000 0.1•.1 16115 Will .70 I.N ex .;i -.. ftnn�t ti/r 9tn.VOL 41,fl4.79-.fMAT.JIM ss.MY ' is r '� - 11uCatar 6u. aH•s11« r.y. J1 1" aaG1_ N. CA77-SOH 1.0- )t • 1 p . - R•.1• I.I.a•4wL.•h.•••a• t 11./4 a..•.11w.1..afwr•. q�lt 1M..•.. 2« m- ■L Y F.a w..tlr LI..rt.. ••a .... J't - awa c...11R lntuu I.,w YL.. 1JR i1/a1115./wt Ytt I 1 l/.N5 i 1.111 .711 it.N 1...11.•+•u w.L..l a[Int. Tu�..a.I..ti•.u•4;w•. yMOR most.4[ItTIPa G.at.0 I...p l INN• 1••••••TJ..1 111.b1 I.is1 .N 1.04 al.l«•t«w:t «.•.J •p1.1•ry••I.t.f1.1 .•.a I 11.►7:aa1.111M111Ka 1111 10.1173 1.117 .11 I.N •4.11•n.1ti,Y.aY 1w.Jr.•a 111 WIti.ra• sal#16 TwR1...1•. 11.51111 1011.4041% 1.175 .111 Lw 1«•111 M••0-+IaI Iwdst•.Ya.. • • 1.r.11 14u.1..tllut IC«i0."W'S.11671.711 ..•M Ir•[.111p1.t t..�• IM.. a tl.l a.i. 11 ri...l«1 [I.a a +. 1•..rJ 11•.uat l.s fast hr'. NY1 Wtl.t.l fl.t[.ct(.« p.tl.rlc.t t.«y.a.)1 NYI/I- tic6.pa1 1.646 5..11 taao•t 411.4«.cant t0•Llg•L.a,w.J•[ t 7J....t•I I•at.aW.6w.I......• 1...111 T..a Jt l..t..T.w:.• )ytlMKalwl !/.t11 1.111 .111 1.N 1 -k t Ya•..au 1...11 a �TOKS,,,,�•w 1..1 46.lu 1.733 .711 LN t ..lMa•I.1.«tw••ra i f.N /1.12 .711 i1.M [7.14111*.1.. Z 111.4 C.vr sa.l.m(./.n Q?v6w.TtYt a U 4k. p ..1.[.1 7a..•.7 wJ.a L , ttav 01[1.7.Tto,V". -+ pw«[ 1.r•UI l+••0-It w yta.to. 11 aa••w n ..w w.),I 1 T4.....«I ...A.r•T•b•1 111.7 t.ns .711 1.40 N 6w1U w.tt«a. 11.it.W waa 11/L,v.t. 1•x•111 oval?mm p.1N 0-4. wyru[ 11 TJ.•..J.".1 a r1 wCat 5.5N 0-11.1 141.165 1.915 .711 1.46ya...... kw al•.alga. IJ.W I a-.: ala.....11;.a u.J.1 1 yJ.. 11 .176w IS.to a 6.[ wY1TO•M.a.q a" 111.173 I.Ias .711 1.06 .•u I7..l•molal. 1...I...a.«\ Lala Tt w:• IarcLwl•.l«Ily.«I h..t• la.p yts-Ht.11 cw.c«t. •d•,t Ta.. •a4 aW.r a Ta.. _ watt 1..•11 L.M 1.12 i11TTNc Twied..i,ltl79%twong _. t..a•.t.1N plttw.l p. LIS .711 1.N • mol � q 1 C. . . •, .-- IJfa - . ,1 *5 , r a {EG[/LL 11LGIS/1R.VOL 47.NO.7a-/11t0A7.APRIL 71. 1277 1 rrlclPlod+ GII-5P4 tote 21 IiGZW.b. con-SOH TaIT.7• ,• • /Grf}ITItI1rWM bG (Con L'dl i RA IOOT/[td[00Oq\TIm\t•O 1.\rnL i u4 all II - P"s 1 Hi in 1 Gwp 7, f rel.c..nr•yor or fivcrH•f•11p.iaucl p r9uIP•nl edrrtN• (I.rm I,,lh to•(•pl Tl I C, vt,Cm Wf.WIIdlq.11.1-re t.e•r•I IP+1f 111-at toeu.e IPfdIMlle1 Iw r eM leelr.Yf 1 a Y". r ort w•/RI•ert full......-I.rq••..r•I.11•r Irpr•,4warf 51der &.A%-IG•\I.1 fri V r twclNly S n.p.e.r.e.t/o/bl.•tte►tot\- ler•W 1.rlr}Ydr•-n•e.cr for•1.11•,11(11.1 bl•t II w b•dr call b•.•'�fe•P•1...r 1/1•..p.at.G.)r bwtl../e rt1T\t Tf•\.e. wccf•nlnl flu 11hr1•br LW e.d.r n•<bl••e f••/••+I 1,brtrr-cr•<..W ty.e M u•M 1•<iNIM 1 n.p..) /t{r<.tt•rMJla u.r•.+t•w e..e .. , PI.1I.rl 151rr w Lb•fa Ibi•t,51.rr�u1l•I L•rrr.wt Me..er McYtf trig r 1f tAr.e.�,1rN r Gr.t ri/o Gw-•L/•I.4+••W IweIWIM l N 1 r rll.arl LVtvc[wr canln.l lenl t.re.r•wt},t..•t.lam wunlN p•11 rM+r lew.l+.CI.+•M ll•.AMIIM•.1.1•to•W Inc ludlM I n.[M. , R r.G.lt/.r•t PIN.Ie1M!••wtlr/.!•II•p op.ItN aF.or-tTp..Iflle\ �� ' rl1. .•+r Crul•In.l lune r11T M..tiM w•chl.•Irlpiln..antrlr !1 't t IIP.cl•.ncl-iaM taco4. (r.xr..r r..r.•tara^a...ry..r,•alr 111+erof*1„f MM trrt•r a artl Iw.•1 1.+/•.Ir Nify.ap ltM bea-alq•tltttM Y+cblw. It•.c am M•v-II,A•..A.,q•I..r1•dl,}n lr llrf•1 IoM II MII bll•r \•.b fu.+et+•.+V !.•.<is toMl qtr•1•l If lnl.h.r1A..1111 Ir lr•I•rry+llyd ru rllr IIr11M M•Iu Ir•wtor lir 11.1 tot lr tLntr•t•[ItP N,.I.«r,Y,•r11t..1lr e..t Vt � +�t'r I'.t r �/n11 i1P aun.w 1••.n.-C.II fI .•If-prop+l%.I a C 7 ItMrr 0..Iw•K.f 111•rr c.••1 Tt lrtl c•MI TMI//r HMr qtr•.o.,L.11 Tr.cl nr Iultb 4rri bll T•tl•rl Tr+a1 Ir"teo4f I.wn• •�.•• rNItdIM•al•,tw.l.r[r.rrt (.••r t3 I..r.w t•u.J IncI+1In1 tl] G1 p P, .rw•v-G•.I•r Int .1.•11+,1/••t•+It It•nt Mln.•rr[•.+-Iw•PIM 1414•al lgwt TI<tic.•.g•r e.•r l n.yJ. IlhIl.c.l-.y v { •IW awYl•Y ll•<nlnnl<r��ln.t l,r 61.uA�rr Yd M,la gr.•lerr C•..tl•{• Aril Tt•..IIfL•+-.-I ry•Iwl l.r 111 ton M P+•.)I.19•IIH C•b1Wf 1 Lmrl.nl IMlt 11'1•un lt.11 lu,•rl ibMIM MI.14 q+r.t nit M•r[0.tT 1••r.]tW11 ID.J•r le.rr 1 p..r w to W LrcINIM 77 u.im.11/Y.+r ... }rpA lrw•n.M)DI M-Ia•rr r �•'•1 n•cFl,r(w..i1Klr.n l.•w LWrrl • �1.d[(Mlt l-tM l n.11 raver LM•<t..CI•s • Pr MPMbo+.a , owner IN•ro 7 Yd.l,,rcb•nlr.l h•.vF fFlrldl tow t161.[I1.6IM•N GW-•Ila (w.• 1 p....{4 to•r•d Irc IW L"IM I 'a.,N.p•.e.t.cll■rbl4t- .cr•<nIM PI•nt.l Yu:L C.tl M.IAn•r Sir•d ral Lb-a.r•IM Iyulprwl(•P ttlN for t\.••.Iwq r•Kn1+••IrnlllpH ptgvl•Ir Ixw.r rntt..rFt e•q to u,q In<leal.y IS cu.TJ++ 'nr roc• w.1.c.1[rclld..T-hllf.I/-to,PP, of oMf.crrfrr.l IK to rN IncIW IM)S n.fa..'•trst'..f.c.lr NIT - 7/...A•1w1/K,nwd,e,Tlr a•I I..ae.l,t•ifyrepellN CagK/r<rl if Cb eef W.0•11N Carp•<te, I-I t.•.•Ie tol.prgrirlw pert(rl alt flMlr•t1flM Wplc•.t,Tlw.rr cw{a,M. 11 utA.rr Il1•d o1•Wl...q.11.••ntla hKtol ebb•(-tltN Ort.,orlry IarcF ln•t f.l l\t.ed•.rrq�r./r f11P ter. 0 H1 S-b.11 I.•,Inr Tr e.F:.lr.r IW.l�I.✓,Tr/-Mrd P•••rI t'u�l Nrl. t•••r itaacf.t•M..M•Ial,T.lo*G11r lever V. C Cc—good .ak rwrlM•wrnlMl wlnrr,ra.oa.-.1••r I.nJ eN.r•let l.r r•q+Ill p+lf.etttl /pll{1 •t 1....te (I o.t••,o•1 1.W[•nd 1bt•t.,,q,b I .I.11of I L i Lurtfor IW to•nd Ineludirq 7!P a.7d.Pe b.elhM/(lel Z 4lwP 3, C•n•1 PIMn.D..ln D199wr,Q•tc•g0 P.1. onw., Itr..e 25 La.•1 Q ..A aror•••w an•.tlwlo b+b Ina Ion fmrrT wl••r•M/Pr[LWn Glf\llm I1-\r Pend w ew1•.•y II ton•onJ unlet/1 lull\I-lllt a.1.11.1 121 ft,w w•r/I 1\e\I+f aaP •fa+• 11.[obl•ectim rtU Mr•!/Se•.•t5r1/tr•re+I A 1Yr\Ilro Ir1W+r Ilr.,nll 01 wet tTlrlr Tr.taw I.S.bee/ 9"a IP•er 113 t )r-, laver 77./,7++-r w to/rP I-Ndi.f to rf,tdP+b m f-f fnw•f.+MIXaqH•11Ib of)w.Pd*.,.,Rr.e.ir PYbbte Tlt+d Ibttl- N AIV(•ne•LU.rI • p.rP.1.pcU Ia�IM SMfr.11 roc awe ri c..TH.•.u+e!'e.e.c:lr OtDry IP, \nP.-tor 1•H tll llnq wdlrr,.,logo cruel GfT-ll Lt lar Y.e.l t-t-1•.•r lu n.Td•.f+*lcr/ - •IPII•flr nr.ic.l cruor lnq taro lrrl C-1W iw\.clot•M 1a 411 It f9p In•rr•1 Inc.........cu.rd,a .c.l,w.rld fl Ppr•aor•rp•uN Grew tt�t teMof lent Is Mtn•rIM opine rro+e rrr►bnl.tl r 1••l.fc.o;Cl.(•.crpt Mir 1 ' ror.)a P•-•,ur/eM•rl Ibt�r+flrgl Nr.t[Irr.tlM Gr•dotl t4.rT plT 4er►t1t• OPeTPtR a[Pe11tTIptK IYW c/N[\KtlTlee+ae\re\.•eb•1 bl•rT G.II!519(InclnAlnq C.Irm�rurrd•t Ion.erd-s owlet tm Ccnt011d Otil.OoiM Zf.lp.•.t - • , drill.l l rwbllnq]hul+^f In..1..I1•Nr art$lob Mt hlmf #T•ft"/ltd •Iwl l•r lylr•)1 Luarr (7 yd'.up I...e IKIudIM d p•,Ir tnDaHt/•1 ' ` lover IPI la,tl 1•inl l<er wl[Ipl•unll.l,.ul+lpl.tngIH 4 th_lmq Mrrblrr(G.c/td.,4rrr..•ac,l 1•o a•ulee ocr.p.r)1Pro-•tHN vtle � ,: ..... -... ' .. •_.1,.,t,. _... ..• •r Moli•In)rl,cblm.l}r.nr rnlr-it•br l•i�q ile/f yrgr11N flmtlwf)o - /ltrd for • •. ywr•rlt-InrAlne 41-M.-I..•te./o overall t.e • . - o4t/or),SIMIo oq/M Lrr•Ir1 wet r]p•.•tell itJll Iter,{f.aN 1" •q.r111 Wbyr.dcl (w I'll,rc othe<Htautlt tTl•ei/il•ctm.d.e• - y • - I"...will Cbmbinati-I Tr•[t t+Y1M/YM Holln•AMI• i e.flM.lab t•Ne+KroWt.l1 Tr•l.lo"I.f ogot". ►IL•om owls"/15C Pi, M/rly C. 07 to rd t.cl di.f 25 t-Of i r ak..n ..+•^ x :-e,. cc C 1 . o aosul P3cnr[G,VOL+l./ro. ss-arlowr.APen tt.39rr � 1 p6/aia_rl.•U77-Sus - r.9a 77 O rss10a W. CM77-WJf P.J. 76 , N • o IPtla lQO1raL7R 17m"Ic10 C y Maus 1 Mai In �•• ' • c...y i. aaala..aaa u[.glow.. ta.ataa.a.Ft.. a.Ra.r Maf aepaltaa. •�.. s..lr a.". sir sra.ir.p^tea ltlpecl all-,mvkb.�tl slpalW&seatO"me Taf Wt r4l..aalt rata h•M b.tf bepalr rbep Geeta • a aw,. s.... .Mar ►...1.. rets.. .Jw _ G[wr 7. co-m ao.CAW-twt Lt.ac[.t.Ittet. tap W a.&Iau1W1as 1 faaall N 1'GIIO awl1w1741'gOATGnf A "U Gw.r«bell ga.aaw ltaa.al/.nava Not Naval np1..w11ct rW1tw& • 1 amt 7 .bsa+teal L-"- Ia+.N1/r0 MIWiryar ar\.tale It wr W Ope..lw lawc..te pl-.I.M .•IV .-t:y,.•rb..`w.-I.M."..Wall Ta. • M r1..-.I•.r.a4ltat.41 poop t. 7 0.70 !10.10 l 1.13' !7.04 .N .74 pa+p 1. !aa ow, .w laaaa..11 srllcut.t.1 aaa.ra.a It lyulaawil n.tw- G,.w 7. t.Of k4.01.13• 1.60 .N .74 .Iwo otl...ullHr b•.•a Cotte! Ituaalractlw I••a a1t.1&ba4wlal 7. 9.74 la.4a 1.))• 7.N .N .7a Op..uwl 3r...A.r.1e...µaap►.la le cawc..ar r+.1g11 a.il-pa WVIIN. ' poop 11 9.a1 11.71 1.13• 7.N .N .71 wlo•.Ueallf a..l•1{N +o..:.et.aw lM M.a.af tww at.-U.al•lawa(., Garp 3. IO.Q ILII 1.13• LM .N .7t a1ll�.0 w.a..IH.U.- a{Nw Ir I.t•-,-at":-).1-4.1 1 Gaup{I 1a.1) 71.57 I.I)• 1.N .N .71 e..a."bo.7Me••�.a.t,a1Mla III—T..aa C.-a.laa 6aawp 7. 10.17 11.7] 1.11• 1.N .N .74 _ Gaup a. 10.77 t7.1] 1.H• 7.N .1p .7/ po,.p a. Oallart 3uca Ta"..b.11ue 4yalato.t bel lent T+.trr will- . poop 1. 10.94 17.11 1.11• 7.N ,fl .74 pwpaaa/l..r laapbalt ptaaal/alawtw gwntw Ilaaldelt toll LITC Gawp I. 11.14 17.31 1.15• 7.N .N .N w Irabec staaaac 1 attr tloa job.1t.11 Lima now.tt t.W,a.ut.ua aM 4awp 10-►. It.]f 17.{S A.1- 7.N .N .N Sae.s-ngtwl la,a..l.a.a Waaa..acal..ttl.l.al wlaa Il e.w11 poop ll. 11..7 17.07 1.79• 7.N .9l .7{ fbwtalacarl Tla 1paca[1 71...t.abila pawy ll-a. 17.43 ]1.93 1.13• ].N .N .7e Gory li-0. 11.77 MIT 1.31 ].N .►0 .7t Glows. eo.prataor grantor 17 to 71r concrete when Iowe. i poral! po..p N-c. 11.07 14.5S lel!• 1.N .9! .71 tlawtr..pay»w ►rycret.G...t Grwnawa IIN a.Y,w ,eel l G.ra1a{nabs.rru. ld la lc-q..neW11 rWn.U to 711 M.WIM atacl.dsa►.11 fw&bwr to p.cAlwa Ipaw[W«bet abN of Ou t.t.1t71 I7 to 71 Z p.b.lo..d IYaltband Ip 11.1.r...a. Gel.[a W W .ct« WL a► ar./,.liar.tooa n.ay«13..1 Mere 0 A-n+.e Ttattl Ca It laltb ria.n tr.a w.pill C-64%,3.w. !telt- /1 p.alpellea wlq w&occas.hb-0-r.•at.pactm ad twat.&Ib.11l «.1 W,4.q n1 . • Iatllarq.wnlut a"bwtawtal Iaaa to amIr to warlJ %...1 pen N _ O&Ilia W Jan1bJ•rer.13 G.Wewata[.Gale O..caec IR•bantcTl w utbet- V� , r1a.11 atTbll...:..t.lerg$lyuta.a&t.a'.+.t tvea!osteo.u'owt To suet! • 7LIWl.Iaterul n.11 flab VIW tw Iw.Itpw p.blybra►a.cauls.nJ tIac u. .11 IL•b.lotc.1►l.labr..Itv..eleta! Iela,l.latwt.w,al.lwil 0&1x9.D-0,w ata.lu IT".)&w.�'bwlul lata.dab-I/w ti..b rd Oltec p.cblw.eo.c.ata as*%*&It# lWtabla Crwl.atl Ibat Iptar. v - I71•is"ad albllatla IoM..7.reta cptcatbt Isatily.tip two....•. to t.•nals74 11+11at&$.•..oa oa IWMI-G taw.al aloil.wl fayA.. eaaerate pwlMlt k1t-p.q cllad Qrp►•lw Well."toe17 x&lhpe-4.1" ►lptstaw ber /M lata!/-.9.a.Nt.cwC w.N►taa.lypt"&sl.p r..w .". ""r.Illtales.tn.w toe-.swe..ta lw..it s_U Mame Ttrad h-t-.$ . far Lc01Nta1. " , .. c•tax t,r. 7, .7• • ,Q . . '.: :� c.^'y tr•+l1 a3 'l Tx "t:7x'4 'tit} , 3 e y y 7 FMIAL*[GtM*,VOt.47.HO.76-i21OAY• APRIL 27. 1977 to 4444...r 4444 r ..-......+w..... ...........www...___ __.r.r.`aw.J..-.�.aJ DECISION,b. 01117-301! !ps IS DECISION 1a7. C3,77-34117 M. „ PMzo SWOM@I OeWlves Iptl-[114"1 Miw1t [0...p.a Grew 18 A-Iatst N Onvis-c Ins-m.Otl.r,01ckk.s� M••t. Orgy 1-A. Oayr.aar Mc.tac • - . Pa=gOl►W1rr MMT M D.1y 1-0. ftdr Ol l.1 - (pltadrlrl.p) krwp 21 7aa1•I rlal (MI•t lwp ra•s I.I rill , Goq.1 7.20 p Lis 2 day 1-A. 4L.pa...ar Mutat I2-lir 4+r-nor IlN R.W.at o-f1/ - .t Go.p Ila[ 7.11 �ls !.N .N •7t Gwp 1141 f.7f /.lf 7.N .N .71 'Ort I2-71.Mldlry s.cAlaa I2-71 ltpwr.d war tAw M.1044[4141 _ • hoop 7 fan t.lf LN .f0 .14 pA 1,Oecl.w•Iwe.r.ro.t Lilt.♦-haa•.MII-prap.11N Des Gap ll•1 40.10 1.If 2.N .N ,71 type 11 to 1.0 welt- c.wp 1 if.f0 1.11 7.N .OR .7f Gsap 11.1 10.70 1.13 2.N .pR .74 Goy 1-A.Meq W"upalrer•A/u�ie•r sap d 11.71 l.ls 2.00 .N .20 Woup 3 11.00 1.33 A." .N .24 cro.p a. Mratlrp["Sneer Is It•a of Assistant m o"Imse •IaclaMa 7.22 Oar hoar 4 P.-I,.4 Rats -a WI•11 Ord T-At,4 0o11e1 ar ccepler.o4.ttacred w Cu..1 plledla04cr Crests" of►ll•dltelnq■lq., Sa td a1 Ilutl.q.ad Orr lct yrgeal lgata.oc of Dleael ar(elle paaer.0 G.w pl l.d[Inc (a/a bila,)y W•ad l.cl.dlnq 1 w.Id..pact(rasa•y b a.d 4tl.a/17 13 tar bl•tl"rl.r 1.1 only 4aap,1. Opaeatsr at Dlenl r Gwllr imaged Gar pllahta.r Iola ao11.1 ant 1 c..,yd.t Operator of Otar h/.t.r. 21..► • bll.r,pay w tORrwaat attacaedl t apin[ar Was oto-Do•11N • t'r•al04 0 W .1.11041 type dn rlr 4lara d w.Ia I-t".11'Truck x Oar.war 2S taw baht("rtect.l at port-lop 191.0.1140 O • ark -• • - 1 1. i - .. S T1s+ ¢' a _- .e3pt•gm¢ i da •-ar E p+kv.f ��- ..sa 3•ot EE � 4 p{ lilt n •far 4 ) C^R 1 4 t. v: • - ({ F N FEDERAL REGISTER,VOL 02,@O.70--F11OA7•APRIL 22, It" 1 J Owl. t0. call-lflf asp I) =Lst41/No. can-lflf Mf.74.� 0 0 • ro tw.w/...w.r.....1. m.... ra. 0rbr r•7•••r N•ar EO...wr. 701 mals P!•blgl t a- r a r P.".. f...w. -M.' . 1'Wt#Wtllr Ot7711." (C-t•It It- Naw r...lr.. Y•.rr. ..Uw a 1's ssl[-pepellN wawL W.fa IYIfLGIrG .Ir••1s (strfs YIIf. sra- K71WYti I[ 6-4-t-I esyMN 1.for/M Ilrn..IItIC_.I.TI(.1 P.bCIrG Y.l • W rr1l.l.f of..ef•r.w.Nl. ►11[TIIY Clwn'.IIrIL YIP nI rrtf W r.lN Mtr.et.f.N 1r W tt.l..ra(t.tl..by Wa.a'A , frr.v.1.r NISL.rb+Ir.rrt �.tY.r.n.trc4M..1 nowt rIr•ssn,oll., b.s...r•a/Is•tWlrs 0.71 0 1.61.1 1.10 .N .t4 YM 1 [f.l1 .N • t.tl 11.10 � .lu J O.Il I.O7• 1.70 .N .l0 Ys.7 11.11 .61 1.41 1.11 Yt.1 f.l) 1.41I• 1.70 .N .N Yrr! 10.10 .N 1.11 1.104 • 4••/ 0.07 1.07• 1.70 .06 .14 4N t U.lS .N %.at 1.10 w.s•-JI rincta.n(.tet.rl.tll a LM ltw( iledlsl/P•C4Yt.1 4t} Ya 1 10.71 .7f 1.16 l.0 Gr/lusr .ls.] 11-23 .sa 1.16 1.11 Yes 1 0.76 1./1• 1.71 .N .14 Ykerss"7) - • U70 1. lb N U I ! 1 16 1.13 10:0 1.417• 1.70 YY1.0 :40 lK 1.71 1.11 YN a IA... 4/1• L.70 .N .10 bout"W 4R mstr.etla Gert.-7t I (vl v Nl[�trp.iiN 2 Wtcl.6gllr.rl IMIOt(1 •YSNIsI _ y I41M1 me'*-1. . bwl 10.73 ./6 1.34 1.11 Ates 1 f.Ol 1.m7• 1.70 00 .10 . YN t 10.70 l.fl• LA .N .is R7J1117TO1 'y, AtYrs .10.0/ 1./7• . . . oCity Rs1 1.7 1.70a ll.21 ass W saacw.ca/r4 1.o , Yr.1:•P m l•[0.0 rliw Y.s"Ia .s. GwpY-,� YN 7-Ibt.tis.M tort rile. W I+.11 0 r.sd.II. Isr• .l QruM1L 41r.7saN. M ata.l I 12.69 1.07 1.7/ .10 .la lrrr yN darts• 4414.1 N= It..lr.r N C. .. Ye.7 ll.l0 1.07 1.70 .10 .la YN 1 a.Y..e.N�tl YN l Il./f 1.41/ I.70 .N .1 M IS s NI.O 1 sbw. Mot Yu a 17.N ld7 1.70 .0C A4 IsN 7Yto.. ' •deL14s 1.70 on boss.e assso ft.4%1 W W.&I Taw. FWMM m3G137EII.VOL U.100.ls-inowt,AMR 72.nn 1 •GOCKt�. cora-fon I.p at wula1/D. 0.77-3671 T.O.as lA0M/7.f IN-I..d:haft w[tl Wwl.11 41a 4 Nlll.r[Ww..A..nr W-it.«sb Q.w once. �W T.ay.6...O..P_.. . rnt 1, It$1..It wet old W. 11.1-rt..l.r--US 0m 100rI OToIaQ.s. Mt71 I..d... Tw.f1.r •«~ 4rwn.1 1.•all 6O4CING Grrrp 1. Olt Lrindert 0lnterl Wlil.w,1bvd.t�.-rM/.6.o..q o.�rc.c.tolawT.e QnmGt1C TltMrrrn r 1• 1l.ted.Gnucr.0 Tlnlrr.rr w T•. 1.ta.t- IQtO Ortrt011.wi .scr.r.~n..r cr n.t rvry.an..W..tr...[C-I..-A 00ol-t. G.n.rp anA Ml- IN.Arrrrnt.1 pF►[..ww bl1.H.1 rl1Hf.- Twrl, Inc1W I.p lop•M 0.[T..N/I.C.O.rdf f c-a 011T'rr 0","+ -r11c. lln.r i.nmlwl.f-p.1...1•.rt H.tf.- 04tH � rH Int.r cb..gr.n 1.1 twtl rrr.Otlww.M Mtt•rtr TI.rtOr. 4N l 00.71 t 1.1)•t 1.70 .10 .11 Mtlr.rr.•n-wol p .awl a...F.tl wt.Hwr 4l.lr..w.r • 4N 7 1.17 1.11• 1.76 fi.Tl.r NN 7 0..7 1.07' 1.70 .00 .14 ' 4H• 0.01 1.07• 1.70 •.11 .11 Wlwp 1.C.b1.l.nMr.O..et lrM.rr MArrw-/t lrr 40.N1•lYt.bt� nt r.....nl.r•.1..• Q�1 Ots.6.11.....8 Wa.p t. 0.11 rw.p-rWc.....Tr...w.rr c000t.t.Ors-1-1.6. Arm 1 I.fl 1-67• 1_76. rMelnp W.prwdl-91 0u.p�rn Imf..W of GtNL 17.61 60- 6.M 1 10.76 1.07' 1_76 .00 .1t wune.ent S..ap.r 6e..7 tl.p 1.01• 1.70 .N .l1 AwM 4 11.71 1-4i` 1.70 lAlla1f I.,.-1"-.l M!"Sir Masao batt WHp 1[ 116111.4 W. Iurf+IN..0..t.N1M K...It.trAiwl . OYe.~i` 11.11 110)• L70 Jf tU 4N 9 U.to 1.07` 1.76 .00 .It Z 6tN 7 L.O 1167• 1.10 .00 .11 r0 MO.tp 71 Oniv111 d Qnc..l In1.Nl.0 Ot*to"6.1101.6-Sas"a Qt..4 t 11.71 1.17• 1.71 .110 .11 n rw Ot•••1)r 4Hr. f.frM.r IIr.tIwMO 011 Ql..wlr tort.10M1"r Orr 4r yp lull-r. 1"41110 rind h.NIM.r d.►fIU cl..r..11 GO...ta.l.t t. ad&fcl.Il.y 7.a.10.. 4N 1 71.11 1.11, 1.71 JO. .14 A7 1 11.06 l.q• 1.76 .80 .14 A.H 7 17.14 1167• 1.11 .10 .11 ATN 4 11.41 1101• 1.>t .10 .lt W~4-111 = . ClwMltl 0pt61rt f..s 7 • ,1 •. •" �,# rKa .A;.n 71 >ra 6.17 - . r to n.1 , c?r r l+rr -'- 17.N I.f7• 1.76 x.60 r.14 1 y., 1 ry,e a1.r yy,e r.t,. •*-BrfT�+" f'[}i Iy711'-^'f - 4N 0 lt_f7 3-07• 1.70 .10 .14 rp -riAx'7^-x^"'n s°"•mr'•,:.-A", T rYu#.:xF t i. at17.71 1.17• 1.70 .N .14 It"4 '-#.1. +^*ti 1x<<2-t^c a .P"M•+,€nri�N ic'a rev. 4 1 17.40 1.07• 1.76 .N .14 < rolt+ti'c7 s 4,-vt f! ''Kk +y?'t•'tt ,- t .s .+^r trs�v p.ks*:fir'f••7 1�`T++�;.f+6 t . 8888 r. NOnU I0fdf %YOI.47,NO.70-JMAY.AniL 77.1177 r 1 owns.-W. c.71-5031 P.p.is p•9e 2g 1 N �.J o 1Jeaomt.ra LAMORSR1 Ico•at'dl O G bast'11 A1141#11.Ilene r.a,d sa\etas MI b.VA"-ted.Imllu Goo 114). Wpal[tt--a--4 tomd belt t-td core[not% « tyla aamirtar wiyryyi.b 41•i tlraitasao.[tile[. t glo.Jet•" .1.."alter tit ac+!««tat7[over yrs bean pl•a•.de lta/c]\rut4 dCa+.w um•r4ftlCnc.ete td s19lKette.leaf wJ. caw -1 C-La - .., - cciap it.). [.lane..r 9emeta1 rnm.tiaetloa Vali r at la saNerr C[lt.ct•P67p1 abut lPs: i.t-I-.a[b•itt•.t foci RI{bale.f«mta•p.Ami""a ad/YI.1 Slip I .,C. Cut tel•,W+Oeriw.aaerm,s4liNttw., Atipnecf•Ja.ah••wa y+lett[ai Jan l.p of pip.Ire[13 lada.sl t tkotp dotty otty C9.I.C-7 Oe17. PIMei l+ls•catlNts. Jsetwn.M rime ta. typa G,.p•.tot•I Ott lrmmi,btaan tet real sees tb.t•Iperappe A.COd+lt wT a.-4 Mallow pte./aptof applet.,.•la�al[. Imr•told,ctrawtc, it-.cwlk•M.1.11- ft--pip T.NK,r}slat pip.../attltple9 of aw. Iyp-1.'I.! beawtes."Vedl- lralelm•9..pale et weds.hKNt tanonte ssttets.C•tt Ii taaftiol,w..Jy 44.a 1•ystnye.a•ea.1 Ioa,aralt..+lavy.IW ptmeo.n.eeil.[oar wait. tsMt9f•N,"•a.tic wtt•ea 1-w etrla t.-rent N+aa•tm 1r4.p•Jel a. InG IudIM 1w4 9.1. -tlp•lsrt[f.rwlw.s.taam4ts. drove 2. Ampb.ta AOmNNr.t fc+eat A."..and bandii.9 t11 c•rM.R plea+'•N'•.•«.caWult lar••«.Pl..t tc plp\.r..ai Ioat b.lr w on-,ar«P-a«tt•a anJ sp9aa IcGwtes-WI#coo".... /iggeta-•it,9aa aW cisco icy fvwa b.aim w•prret pwrt Sacker step•. ad 4XV. ea CamrirN Qltply W eaan/irft ' l•a9v.a ul•ll Iyty 1....e.t a alwun!n ck v 711 a-wt fr c.mamN.t+t.ar•rra t�«e w d•Tt.re ltletY a•tp•F tlmiem U-3.8..vel•IW y,ut •lY•I.1•'«t.n.p.«+t •e.J tint-+lisp.., Ia,rfWlM p/Niel Wat.sawr aalaartw 4l ma+M MIIr I.MIaw I-,". ba ptr.ewetI wt•..a.J a..r•t et••«Jf... «....J ir.•t n.l.y>i h.1 arT.Ve[[[il. t..sey ar anew.....c..rrina w eaaalenm+t•11 roJ.ad r,lilpl+WaJ aWW.N«r4lly'tJ-.4,1.- -IN w.IWaae • aaNtlal.tett see in t+/w/Wily aoKt+la retettactlaet rittabw9► type t•od all WII tlan--14 Is.to are shim[Vito,tots Oltpr.art.Imll•t eypr bean sk-smes.,ss,pt.slyletrat. tinct/S•nJbl.•ter•,W1saP,wa..aP,tlaamla+.•..tfgwti#t•s sM a."belt.s.er..rac..-par.ill pomratb.alt.San,art.loculi s19Y layl Tata Clc.ac.•1 Tle•e11Wet•1 91w s-cc[erl-WIl[last • [•rise Jail im9 K pips-A..11 iie4e Sa,uaec[/w:tar Sawtw s•..ul•1 flwarw.r bti-pd-t.+alma[ ' sigh p•Nwt.r bit.,pips 111'o:we, laa We. ptesan4e w-Of titer 3. all ct+..+0 time of tlabeia.rr.amaa ami batillipe faet.d/.9 Wild-see N[and•Imllm. type[ I..N[`Wr In coMweti-alto 1 bat bit lbll•t•as area.[elea•er.4 Cleaning abs rait."rI.& 3.t+u....•w<t dmppowelir l.bae-Ia%Ir11M kedge.4 femoral t•Iwat.t • sanpmr.Iad apart..,it..IytCAe[t--I Cltatms.t • Goup!1.10.'J4y kill 1W.1 Tw-]at Cal4emee-D.-Itas.l Yllq nKtk.ltn[al Yd lsmJaC.pe 1.Y1'aatsfti J."Llesi L."m rirele end Nr type dr!llar hast do 11 teat.J•q Sq Mae. [..Jetta!l/ecm.-a--tandat•p taborets s Uta.OmrttY.ttlasy: Z "d *1 drl lletml wgM Orllleesl weA.ileml drllleem-alt wsiMemrv.Popmlt haAaaa•+d rod yds[sttwto•t aaA Wltad. O ty(.e.re9srolcar of typo w arLAW of pa+t/makfpli-I tsrtraCtlam?race saAaac-1 Ttmp,tt..2 Air W"in 11mem,"Climall¢ [[Ills/tla\lere aM p:rwfe.rent All mo[t at laedlMa ptaetil. K iWlsrr smmT e.a�Ktadantr psmts sxeawi#GrrJtatl itKtmrit m .M Matting at.I1 t«.-I.a.nJ e.ploal9es of abtaett tips to- _ O pat1�K M4".tMttsal rttetmt yt 9r.d3eN a/eelb[d...4 tar a.*I-M.9 art pi"e"s lg1A scala[. (lwl•dty drilling of samrll T:•e topper#tlt 9ei4Me « .. � t3tOmtslis Geq ilbla pews C\ra11e[s Kanattel Gimp ltcf. sm.aSy a"1414/011 ifiap 1. amoral-IhelMlo9 ta•I•ab.pwo-it 11oltbs thOreANle r .r :i nA'at'wr•!. O.ap li Mmlr.ri� tio-ok famabeor's cl-r ;s°[- ..1 ..• 77 T i vol r..r' a•rf[-Ge'.wsc.et^r•a .k,+Yaapgt t - #'/7 - 7 m 7�f i � .... ♦ ] .t nPml xt a+cit 3-. k:. aTt.'«'P t. r. tan/. .. .. .. I tIDf/ltl tTGtltls-VOL 42,NO.7/--MMAir.APM 71. 19?7 n.. ;r r ltc11t40.u. un-3l7f 7.lr a �'', !lclsrr•.!. an-H» s.y.a I`'�� •.:• . t.m Ioi.tdtrs, - l�.r• taa.l.,...an►.r...r. A-.•v iT.ii'a Ay,OMc.er sai Orr 0-uaa o•r,c-twrwsyalry arl r--Mtuir.owl. ORs ��! O.y wt! r...t..• r.t.... +L�i•.t. rootuorts, C•rlor.r a Nrlwtw tt of tralc boort,rate rar owr f,vat.• t OA 1 f O.ltl 0 1.00 a t.» oexvfc:,.w0 it w 1.••/c Oasrlr rats t.t 0.n.t00 b s f+.r. GA 1G} 0.13 Los 1.10 .90 .10 w Y.c•it-tar 0-It. /t.raid bli0.r., ♦si,t-P►. 4re•0 3M O.»a 1.M 1.10 .w .10 0.Giler•,cost,Iwt..1.13 tvt ton twttli"y r." I_0.11 GA Ito l.311 3.00 !.» .H .li OtM 1101 0.la3 1.N 1.10 ,N ,.le rlr.war la V•catl.s V-v11...w W!teat feat v casts-.ser Oaef 1101 , 0.Oq UOM 1.10 .a0 .10 1 yr wt /•u tp•n S yt.fall tat Odor rs h0ott�0000+ .GM!t[! O.Iy 3.M t.» .20 .t! 3 festa but Stu 4h"t0 faro 1.03!'.r/wt 00 7Mpti..70th 3 A wo U +M Jr.-y.-0.a/Mr 0..t u V. %,-0L.0. O•A 7 O."s 1.M 1.» ,10 .10 0.ovkq•r cx vt#lb"as O.H a/6-tar it.Mao 1/i.r�ar0... '. e1•srlaf0.Ot1 A1l.r tlw avat�l3."/.t'.boor a- f as0 bllday l..tt{p. [. i� - * x Co."1. 6 .753 1.H 1.711 .H .l! 1 } �'� - 0.301 1 § l } "4 � barolel! r1^94� •,A, i..t'l • /'Ito003 r f00h tory r- 1 x y+ :S q,:•+s-�±0 - 1 OrA I 1.1163 1.N 1.» .H .11 Y9?$ 4`71 t.+, ` GA! VASS I." 1.70 .H �.10. t �1A4 *a �Sr 1. t 1 GA !.1 Ln 1.» .H .l! ^ 13 lf. •'aa t1`- NA f I.N \ 1.» ..f! .10 w f x t..n rrr>sfs r- 1i-kt `r K 1TM"i;.lat'.ati } 1000{000 , !.7! .fi .10 y a .+.ie.*1 ieut.'QY' 11'FD '•.&+ T"1+r Gt•gs 0.10 3.00 1.70 .10 .10 - T-•ta.:w,,•., !0'Aa: 4.441 1.101 1.70 .H .10 N s =�4&4 'i'rM P• 1 • �. 1 9Y ! N'E'W SMD 'Y'f". It 019 •' f K rz 'r^a a rr^taliw2. S c bt .tom (+tar t3DIM SWASIM VOL 43.100,18-RIDAT.AOR 7t. 1177 . i� M rr 9tt'fi' V. Ut1-3011 - 1sT•IS •t1'ISIPa Y1. Ult-101) P.I.16 1 O V• • F.-9.9.6., 4.M IIwIT �_ •P [y.sr. pr.. Yt• Mw.. Vsasaw ..J/.T• TEo"o M7//Y41 AM PIAY IATtIMI Al,eei..Cort'. Yplwe.....drr. erne. Yst N.Y.wt.•Ida.W.. Gl..ct..,Iblru, 61 l4t.J., l I{ai lf,taT.Mclw.,Y.pr. Cle.n. Ir..sw(s.clue l.y L[•Ps.se/.w•,1•Y+asr. t,meP 4Ls 4.91,tl•.eed flM liw.3.t..n.I...•Ys Icor of 3 w suq.la AMt7. ..[9 h1.RT ta,...a p• 7 11.12 7 LA J7 71.N •w N.C.-. tl Ygal•. L.c..rcw.u,Lt.wislsus.. - t:I••r.4sw.. ful[rt,T.hsY.t[la ltT. YrsW,PI.c,T. fl..... T.ulurr, tulo sW T..W �srtr..Hlr.i...l..flet N. lLunl l.s an0 t•o.s Iu.dons Mll•[.Ts►s.s, bN W ut/1 Wt•.1..,w.ad[,i1.ul T•►.f al•• ILN .N .f• .1] .M.....a Tuunalss 1.•<lo.I l.q TIL[sLTTW. V[s T.Iw•49.1 1 N.21 .tf f l.ri il.M .19 Urd•./•r[[.,dt.... 9wuT W.4s.,.a1 w. c tI,Qts N.Y1 Yat le. T.tu.4.. N.N .» .b Its Otr.b.CI-0r•r19t. A/.red..G,sl.. W..4,w.-I- ' Y..In, Ilrnduclro.1�[Gsd. YeYA.:lr•.ILs1Y.N."..sT, r.P•,i.n e•allo, , Ysr.4.rtscst.Plus.. _ S..a/..ncl.cr. 6.•vaso. s.st.reran.s"•e•IN. Lsnl•[la.s,L.at,C.rt, 5,rt.•el,o,,SM IYI,•. Eu l..0 ud Susu(u It.. 11.70 .N 1.r a .0 4wN ll-..31.•N,st.st,. Z srstmuI rllrrm t slMsrs.• 1a•r4 SOYrs. Q 11.ee.U,fawlr.C-U,4r1.. 9.1,11".T"-.Ttl•Ity. It -1 .p.,s.a r..wrl•cr,s, I.df and Ta.Cb-9•• 12.40 .M 1.20 1.10 .09] lutao,Sa•ta cl.r.�Sol.•• 1U0/r.Ir.0•t,61.--. ..N a Courtici 13.61 .N .M •Mm it 2..fr1.,fN.NIaY,V l^ esau X.,Cwnt1.. 10.92 .L1 .N •r V-8-a'br•ties _ 10.77 .SS .75 2.08 6IEWIr"s, Fs••lo.U•f..WdPt,, Al..eda.rd mock•m,N Wr/p ,PWlasd asd T\l,Pf /]...wa 1•, 72.311 1.23 2.21 .Is t-6- 9.80 1.r .]• 41 Iblt.W 0rd016t • loet•IPT W s/r•Qr C-t W. 11.6 .61 1.12 .H QI.et1•s 11.01 1.91 .92 • • 1 . < FRIFfAL UGISTLI,VOL. 93,NO.lf---FRIDAY• AM M It" M:CISIIM` fA)I-]iH IM•II �J VMS=So• eS17N1M IM li J �/ M.la I.•.S.9...r...I.rwa. F.ly 8-ft.►•I.•.w Il.d1 [iw1A« t Yw • 1448 t•M A[• ►w W.• t«+t+. i�Tr • At-J.W Oonla•Ca.t•Cnrlle 9..bf.t.er..•.te W Ab tmlrr• /19.14 t 1.17 t 1.1[ .N .N afirtl.. A<.11e-611.1.-A.- Rehr.I.l.te.tit.•n4 I7•a11.•rh 1'•T+1 ILII 1.17 1.10 .N .44 tegr.11 l..l t f t 1.19 t1.N .S7 Allw.tl.r /n.+•lea.1 Illr'• A.w1.r•r..I/a.. 11.11 1:0.4 ra.17+I.1 c-,..1 T.a I..rl la•M• 11.9/ 1.11 1.10 .N .N Sr Belt.W R.t.Clu. Allln.,C.I.......I1+.11-••., C-11- . RICrJ.l.0 Ju•.luln,Dt•nl.lw. e.er.1.1.."l•/1....1.0 18.18 .61 1.14 INd Tuulu...l:avunl lr. t�f'Alm1.9[SL17. Aofaa. If1•t., ttl. Al . tbelt.tb•t..A.M euy..rll lun.M hunt aq/ II.H .N .// .r bt.w.41wa1•e 11.H .N 1.95 IA .N hl/A.hl..•aly.1•lm 71.[1 .f8 .I1 AlFl_.G7.••I••lwi wal.,[a I•r.•, [I 1.u..b, - f..Jepel.fb�ral.. 11.17 .N 1.48 ] .N al+..n,I.n,.n,ne,.c,rl.a:•1, AW...Rat..dlw, • flw•.,N.•+l•,[Ira.., al for M.,GI....4.e.M. el•a lr�r, f.tlea,r A.•.8..Ila.nt.►lr•.. 7<In I1I.M iwr.l'ow.11•. • f.e<.ewte.SA.•t..Shrr.. ' Iwl.1. 11.89 .f/ .44 Sett.[.7•S.e..foie W II••wn,Strr7•,-4.,.-4 TSO.ob tl.e 11.4 .li 1.44 .69 R l.ae Ca..e10. fre.f«9 A.".11•]9 .N .09 A•</Sn... St•elel.ne , l.•.r rMrl•,Iew•a 1ar.,..ry, W Ttelr.r G..ttl.. 11.14 .N 417 .N = /nl.rv..n4 Mier.Rnra1.. I..al.r.7./M Sawlte.8.ete nn•w 111 a uu 0-40" 11.1.1 is-.41111 1.843 1.117 &.3,10 11.411.413N Anl.le It.11 .t9 l. . . RI fire.,tL1eYy We. - A•.tlr►•a•«.I utl 1.«n A•r 1.,/Irw/.el.e.Sw 11� 11.•ll l•../0 1-,.t+l 1/.1f .N 1.H 1.17 .84 h..[1[ce.Se...•W N ' Nl.w.elrt rn•..l•l•t flry- h1.12T CL tll 17.N .46 1.74 .12 er.n'•a•I ta..l b<Iltel I7.13 .[t 1.H 1.62 .84 4hr Rtai 1]stS 17.Q RI An/•en8 eu.fa 141 lube W NMI C-,.,b. 7ef ro WA .1[.74.1 .32 .71 9m1 r 19.12 •.19 .71 .11 h.D...411499 Iritr9 w . Ibet•u7.M S.m.Gu[ ( AIN. ll.b .N 1.72 . .4 a ` fwnl,r. 1 Stv1r<. 19.79 .N l.ta . Rn f-W.•M S..AAt•e . Gnrtlr• Pwfele 111.92 .N ].19 1.19 .04 A.9tle IAll.tl.W telCle i I7 an tlrel dtlwt Pe•fr 11.14 .N 1.19 1.1/ .N ` ■Ile.u<lel f..rler•I flptrulgr<q C-1 I.< ce /EDEtAI[7GIft[R,YOI.Q.NO.71-9[10141.JtMq 77.1177 ". . KCI b. G27.5010 9•p.11 ) OgCJlt0o 14. c.77-5019 !•9.12 ,�.{ �✓ t1 awe fd...a...t••t hrw1. .. D.O. fA••.i.«Dd f»!�^,+ i 01e•ty EM . .., qa...o.• . aw. Raw P.OMY.ataa• .1i =Y #A S P-9- Y.t.M.. 4Mr Ta A.•e,�te. 4a9rrwr (0-t-dj 94a40ad".•mooll. lemt•41 4Lr 1„i tyer•um. at3ri.n D.•A•.,at ttx•a•. 413.2 4.r ao. 1 s.a7 .39 .13 D N•w•4.fl4ewt,s.er...a.. a0wcga.Nrn 0.17 .f4 .)f ► 14•..0-4 I I.C_%" f 7.433 .133 f 1.44 .00 4pptic•to.tp.r•tor 7.11 .10 .1S ► • gtaw•a•s.i 1.r 3oagaL 03•itla••n t.If .30 .35 Y l>owwl N. 9.01 .Oa LAO .f0 tap w•n 4.11 .f0 .SS f pMtl iT a.)1 .N 3.16 .t9 IIA.Tt.t.b • "at:..I C-11 9.ti i.44 t.10 .70 ••I•rd•4b cunt!•tla to SwDwrlas. ., N•t•Cl•rr w W } Cwnt Gs 11.10 .7i1 1.43 »N % C.a C-tit.M .71 1.is 40th.U.1 u•.. Olnn. Lum K4Ac.414 tnwrM•.t•r4 na/f of L,s.w A)...4.1br.tT 11.17 1.15 2.7f .l1 O+,nta), •t-.,at.rr•, C_..Coat•ty.cT it.ft l.ri aatt.t. •,.l W. Cuantl•. 9.119 .54 1.M at wrt•4M 1•.•0.140 Garwtlu il.A .7I 612 .41 tt.nt.r.Y Cuanty10.99 .71 .15 .ai M1'. it•••tita.... 1--,Dln9.,radar..nd 4r.••a 140 ..6•1f of TO.,.a.ant l•. 9.14 All 1.70 1.11 t'buwql.S•cT•rwt•, Vol.. Alp,-,Ae.dor.Datta,C.1aq a1 9or4.a.W_.".rl•c•c C.'_.t1 WI.W.W.-, ..a At.rr•C-ti.. toaolollq Laesn t5ty},ihtr•da, 9laeare 1•t.?"-4••) 13.13 1.14 1.44 .I4 fiuua, Nc.arnto. Nn Jo•ya In ft. Aar• ftar al•..•, i.ttrr,talo•rd YuW w.lw.T.Dro/t.&f jgo.4.. 4l•m Ca•ntlr. 31.!0 .7i 1.50 .0t 4•.a}aero.Cawets.i I1.IS 1.041 2.14 1.17 .15 .. ly Nn Ir anc l•co Oontr 11.70 .f0 1.90 ,Ol Sm ar•ow 4./S•rt•CAu -. den Mas.,C-"' 7.7I .41 .» 1.30 .024 caunil.a 14.20 ,!q Lai .t4 twi irr.s.,rur.,tdt, 4.s.q S_ ft-c4•Nrar 31.74 1.45 IS I. .31 N Iwnerntan h.111.wrla, Alpla..A-do, is- C. ig3+C..•p•,f4•L, pottt".1 cm.ars.O.M. f l•.IYw. fat.ro,4ua.Y, GS•vct•.,C•t.•.,h..ro. • T.4•.•,W Tr W&I Caant/•. 9.9! .911 .34 1.ri .a cl.-.ale!..L..•w.rt•a.r.. M•.fµ.... .w...d, lt.MNI... stip;-•,ft...A. "A-. 4.4 Taole•n.C-ti.. 9.1'1 .fll 1.f3 1.26 . rowtutT.ft-$.Sat•3••4alw. '"57104M5.TUILH24r Etta C.".Srt..C•.3iNi4. Als.d.A"C4 ttA C"LA SI.►lrr...at•Molw.,S.t0w4. C.w.nt lr. 9.47 .to 1.10 T.aa.4.!alYtr.%t.1.. . Irr•w,sleq.•.0/1•Ml4 1.oiw.4r aM 1Wiq o.wcr.9 72.44 1.29 ].O4 .l0 cauailn. 'r • 9.M .N 1.40 1.*".Oar.040 Swpns a-Law. 13 1.13 2.20 .lt r 51 1 flunAl$*Gr ftt,VOL 42.NO.74-fWAY.AMIE». im T•1.I - =.a s f- W?-SLH Pit•is J , .1 • V MMr Ia.a.Swl.,,PN-. I laa�oa ProN 1.wSN ryr1wN Mwir rlrr.er ta...w S.M. M S• P..Nw ..r.a.w .W« 6rt .A•r PwJw. •IPn Tr. M.A ' ratirr 5a (�t"1) ratrlSla jkro \ ,1 a.l,ler•Y.6.n Seal t•.S.n Sle•rL.tL•t.•tbRr,b t4tso,twat.CI•re•1d w.Me.RIP".rr.rM, •rr Lent•C.ua Count lte Pt-,L •rtlla,1a-,- aalwtnf wt uan.ee j L.1-oa,r mL to 1.. I 0-111.In lb."a.T•1- 1-1*41.9 7e./1•r N Aw t-trr•L W W TWe 1ruM I I/.Jt .N I l.H N .83 YNI lla•Y It.t1 .H I.H .N ./J So.r. Al 13.12 ./f 1 1.10 l.rrt. lt.11 .I. 1.10 .N .8J 1Pa4 11.37 .N I'•Ne Y•iru.•.e. T+..•e 11.11 ./1 J.H .N .q S.wb IS.15 .N .K a pl ablb W R.+etrt awetlN Ira.lt[trKWwl LU•u Ap.n ll.a .H .TS tbeM 3.35 .H .11 .p tY•.ro.ln.1a.w.c{,ws,fw rf.•T,lr. alar.rtw. f.•.w l•cu•N f,r...,,.re•. laNtI-r M11.S'-'a•HI TrP.r.r PaPer.ew.•r. 3.p .p .H .p' 11.11 .N -a.-Mt Sar IP[...Ibri Tµ+.• 1t.it .N t.le .// .SI U....T rora.r•r M,..,twl..•.,at.,,,t.rr•w, Ft $MI.w T Waa for tt I...Nnl,l IIr,rrler.+Ir }r.[rIa dl Leel ML laa I r,a..ge elw1.., Apel la•a 1.17 1 .H -31 • Y•e•t Stq tr<.11tr1 waartla, U.-hMlat YNr t+b•• r«f.t.5lwaalwt.rl.L[ripr 1.p .11 .13 ► � •N••r-,112.1•I R.1Irt. 1.3 trinr 1-9- te. etq lwrr.11•r. O• ` 1 1 .N .N er•rru r •..a.l�a•re Irl•fl l.,abl«t•e,L.«Meet l /11.11 I.Iw.el.arr Nt+r• /.H eJwtr N.l G/f1NIMt A Ler.,tw.er IM•.1.•e.a,..Wt .1.../r•Nter 1.11 ,H ,Is Y t. •. N is. ......4 e/M,/I.t, MwMr.tvr 3.N .H .t Maa M•la ae•n/Iwrl.11q L.plit•tw R«r La.) tt.auew /.Ia .H .n • r ' 11.11 t/d/ .TS ,H + MIIw, 5.13 .H AS D /ra.rl farKNr.t 1te.11 Hr MIM t %G- lets.• 11.28 .H Js Treffte pllr•tim d.lre erpllcerrr!1M.1 SI.p 1-H.r/Tl.ttlt S.C- . s..esl«aN S.97 .H Js b Solo. luetrle/.litlrltlrp a-,-eflllwmt.•Sf.l rtq loolrlierr u.trle -c-«Rllwa rt I.n sat .n • Rript P." ,31 .33 • /111!17 tNrJPIt) 4.3k .s1 .n b. . .M ) fl[6lftt{,tNl.@,N0.7i-felOA7 11/!11?!,3171 en 1..- I.rl• 1rJ• 7.lyr 1r..11i.I.r.,.i, N•..Il a•.. M L• ►wJ.w t...... ..//w a... HAW ►w Jw• Yrr.nw /.•• LINK Lv.173k7ION. IC.nt•41 Lt0i C00lt0STml. lO..t•al FS :.'11.2..tLO.[..194 41/40.711 Otrt7 ?.I I. Gwntlu G1.1.7.... . 1,70 .11 IN1.71 t cto•a0..n 111.41 .)1 1..M ,y urer 10.71 ,71 Lln.rnr Lt.[quip.•.[ ' Ca0l..►ts-C. 11.04 ,1 . W f 1\.1.71 Oyr.lar. 77.11 .11 lAl .ej ft-.-Cs r [•01.dylla•r. 77.34 .71 I...H Am t'•�'•V"� 11.11 1.01 1)•.10 ,01 w.tlw•..a.un,.a..lN... L1.e.•.0 t.eMbl.0 11.171 1.01 1\•.10 ,04 .N Toolu.n.fount l.. CMI•.►Isar• 11.f1 1.41 1.•.\0 .01 Linw•n f•Ll..yi lc.,• 11.41 .Il 1\ 14 W/..a.QJf'�.Mtlp Guu..l cwnlT G•.�...•e 10.00 .I7 1\.1.111 ,O1 Nwn 4,.1 .91 19.2.45 .01 UU_Drop�t Ltn..•n.S•.M/<l•n. j].34 .f2 l\.1.11 .M Q.•r.t.a. 13.71 .07 1.1.30 ,OS hbl.aplicu• 11.00 ,f7 IH1.45 .01 C.N.[►Ilan p.I1 .I7 19.1.10 ,O1 W.P..ae.at.no c,•,rnu•• walrt.tnaa U.f1 1.44 .N 1.01 Ll45...19 11.00 .N Is..M ,N 1Awn.I C.NI.fylla•.. 11.)1 .44 I/..M ,N Alpla..A... c Cut. Outt.,41.19., 1 .....llj-., W M.1..";.dwalq In.•1•,r.n•...nd Trin/at 0tf•A 1,93 .70 7.11 1.11 Bunt l.. G.onnrn ).)) .17 1..700 .A ".q>A•.trne.tfp.t. Lin.wn.Glol{�nt olr.r.a«. Il.f1 .1) 19•.7M .1.t... te.tt.7e1 .17 surra°l.•[ar 1er.eaw.1 S.0 .70 7.14 1.11 Al..ed•Cwnat Guunda•n , s.34 ,70 I\•.11 .M tel".C.u.[IH 'tLrrn 71.41 .74 t..)1 .M afw/taper. 11.17 .41 .10 Lln•L t+.n[01Jutnn 70.77 .10 1..31 .11 s9aaT1)I4erta.1 St001 11.17 .41 .Z0 A..n., Colo..,Sac[•rnW, At11a....4fGfd.IaMI11... &.It.,. 1010, IND...d tln.1 W Twt.e.•C-N.. t PUtlm of Alpin•.LI Cmdo. e..q 9.40 .70 .41 .71 .07 N...da,►l...I..d AI•r[e , p1.1 ILN". Cwntl..W.I.o1 IN Mi. 00...Oalrr St.r 4.r110/ St.—ft-L.I.WY[.Y.d • WSW 11..tI l ).03 .h GO11d`�+ 1.37 .71 1..7! .N! �M.11 L.d.4.cI.1 11.11 .70 Lla.e. 11.71 .11 13..11 .N) C.bt.splln.t. 17.11 .71 1..73 .e45 a . FWERAL REGISTfR,VO2. 47.NO.7s-fs1OAt.Ann t7• 1977 -' ' �WLI21O4.u. .;A77-1.19 !.flljlW 000.CAII-1019 _ _ - •b.CII Iv_). Coll-0031 ►.I.S /fantoa act. CA77-31A • r s.f ` RLI.1...4..P-_ I.a• rA-a...h.• Ih.•l1E4...e.. h•+b EL.a.. s...o ear r...l... r...L. 4r-Vi.T. y..T•. tJ1r1441. IOI.t•Q CtAIIrASr IC•wt•al ..I.a...ro d S_Gr Alp.. A...br,4444., A•wtl.. a 23.11 .N .n .11 C.In.r•.,rl hx.An, so-=l-.M Ua as I w.rip»•,r•rrc.4. I/.n tl. 1r IY[N C ty 11.01 .fa a.N .12 of City,:,(. Lirinr.tool. aN I.AI[e.oe foot.clogs 1•.eec, .d., ►1•arr, W..tIN 11.14 .n bet.•entq f.n Jopwin, -1 fl.",IY4.e•..4 1 aw•b, .1•.c..SI•.ty... T.l•..Cin.IN 12.01 .» .47 fl.wl.br.•vel teq rent.. IMipe.•,r4tM.ser/•IN• trlw.v, colo•.e rdu w 1M1_Cord.• 1a.T1 .p Cw.tl.. {11.47f .41 i 1.111, Aver.11/.•.1•,3•e..•.eu 6 e.a.. N..l..M.•Lr.•.e 1 .•d V.I.C_tI.e a.N .40 3.N bLn C.,ntln.nd th. se.11...1.11.f i•m trtN r.Inln7 i..r tlm..1 C.-ty 11.17 .17 1.N rterced 1-t 9.69 .11 1.01 .115 .N GR CC fSHWMM, lrJrr.Mit17u'-� oaeu Care•a ty �� Ie.e.orc toe• 16l..41 It 1.14 1.14 1.» .11 Gt....l..w Main Ie ln[n.cl.p I » 1.14 1.» .H GN 1T.[par•L .w. Or•oor.t.l1 5t.wc L.r.1 11.72 1.14 I.If 1.» .H G•..ee CP•� 12. so IATOVS. CAI.Spllc..• It.q .» 1a.1.N 1 .I-4i.:.d Cenlr•Coot. rl w.ru..W■Ioo 1pe. G4nt 1•. Cortin i0 Wit•,Cola..Gi.on, teeo W000'r I.lp•rr t`4 ' rlurotet,IA•., Uh.t ae..au. 1.12 .H A :.31 Val rn pn.tlm of Gwnly f Ow"G..r.d.e.r 16darw.l,- 11[ 1.•.pnt.T to.n,w,ry G..1 eoo IOlpperlr ft a.twr •N• 14r.•.I.,rl.c<.. ►Ir+•. • J•t'eL.r......a 8 .6 1 .45 a .11 1/72 51.•.4.,illr[..TrM..•, Gr q.14ee.t 1!w 3.ri .as la .11 3/2% ..4 7r 1•Ity cwn4.• II./4 .ff .71 .11 Gv...To1..N4.r1 ren cat.... .,A s..Jwq•IA U•e 1l.tr-t Iter Covent l.. 101.35 .M .SS .1/ Ceft Ilea 14-1 rlrr 11.34 .0 1 .11 1/72 got.Ill..City.l IAkWy0IL T.N Ttpoo.t 01.47 .Q 1 .11 1/31 -t.c-ir Lln.l,wrin, WL Rrlater.aeon•, rt.,,encloo..d Fm C-ati.. 9.11 .47 -.15 l.N I/se aela sprapa Ia." .1f 11 .11 1/2. j l L N FEDERAL REGISFER,VOL-42,110,7"IDAT,ARIL 77.1177 w f` 00C 1 po. G)7-0030 tsq.s � xcu10.R. G77-1017 !.f•i � C 47 tJ . . • 6 w rw+R.Nw.rt-... ` I,.,i, t+..n.. It- N a r r«.I.« •..w•• «u_ Mr+.7F p0CTRUZIAat+ ICb t'tl 012G1RICI.1111 ICon['dl so.t".1 o•+tl' t.'..t.n,;.y.. Sucut.lw t 12.50 .N It•.7s .44 aNcts loan. i 11.32 .0T 1\.,77 .N coal.tpltc,.• 13.51 .fi Is"s .04 ayLl•RPl lc... 34.30 .67 1\•.77 .N It."a.6 a.tw r...tl.. 6Nu, ol•nn, L.•4.n.Max. alwttset- stoat A\ 1N.05 .6a ►i.••., 1n+•t.,Sti.Ito.. cr..t.Ypllt4•• 11.30 .40 lt•.65 .ti 1 zn.a•n#Sr tntat cwnttw t..Ml.o.s..0 rtl.t4.r.4 ti•car teNn. 11.00' .67 W.70 .N ••a•c•.t c. tIN Gul•syllc.t•' 11.10 .21 It-.745 .04 tl-tticlw It.N .77 it-t.30 .41 Tu.n•i. Ct01.$Fitnt. 14.46 .77 tt+l.so .us Rt•ctr lci•n.l CAU fplte.t.' a-hwcs-twt7 o•lpers 32.fi .i7 1t+.701 .04 91st.lei nN w 11.01! 1.04 1\i,t0 .t{ GLL[yli .• .it ./7 ft•.TOf . c.64.Sou-. lS.3t sola Sti.78 .6a W.t•.••.n4[w dtnp.I. 6w Maw M..cr. Co.nti.. p.etr lelw lI.TT .tl tN.50 .o# tY12.10 .fl i\•l.tt .41 tLAMNI 4 CLa37 mclaft\ 33wif .Sq .]5 2\•. .03 Gul•lPllc.t• 11.41 .ft 1\e1.25 .at L/..rt(.It'It•1rt1a.5'it m Too. .S43 .35. 111% .01 Cpntt.G..t.r.,nntl s3t6R7aRrto.S7tNCN.s•umxm ti•ct.isi•n• 13.10 .76 I4+l.N 1!1416.1 soon Gnl•1puur: aa.fs .» i\il.N taAltaf. alart C•.M R..t.Idt C-Lt.. al.fa4..c-u.isles.1•\•. ■I.etr scion• 1#.21 .11 1\•1.75 ` N IYtI...ite.4aclw. tto+to.t. GOl•1pl tear• 17.07 off 1\•1.75 ..04 Wt or cbmt7:6o.t11 of z h4Relo.�I ny.r waste 4rit h.0tgft.R ...2. 6. n 7h1•re Cwnciea i.w iwlto.3•o h.tcl6.p-m el.ctrlcl... 12.20 .7l Itr.11 df iw mortI.3..t4 Met..f..0 n GLI•tyllptR 13.28 .7s 11401 .i1 f*l.no. iS.Y.toes 4..R N 4..,our in.I4tu.t.Oxlw. 02 rs/rtL1p wi let n is,m.•is.•.tT O.ItIItY • . 11.21 .f2 1.73 .02 al..ic ct... s2df .tt 111420 .02 C.nl•fps lure I3.f1 .42 14..16 .62 w.ttw4•Iete.O.atu141.w ..d I.ot-U..nti4R •21.c1tict..R 0.21 .02 l4 tt Gol.$oil... WAS. .a2 IR if FVMAt*WME7.VOL p,No. 78-*MAY.AM».1077 r Wir`trr� r , surOlffAru 00CISIN 00[101011 00. Gt77-Stlt r.q.1 start, wtfarwt. CAw 10-.I..,M•,e1ri-.ww..w. pwuf.Colo.,,..,cols•.Ca•l.. 0.J. 14.04 f.w.w►....... fwU,trl M.r t<, It Clr-.Yrtnl al, of"..L.I.1.-. t••.. Raw P. . T.[.[oo. •.0/r ' a.a.r.,a.r le,a•r 1(o..,1oow/aelw.. A-T. Fecal l..wc.w ..n.1•e1..o.rs.4. fl•crr.►1...�,S.cr.etwlo.W tNlb. N7Ca tOw00. W Trrwc l.co,i.n 7tagt l., W ptN. a4lN.a..&"u 0a..L. S.wt,n.r., Sawa C....f,,oe at- w "'Of—a..r •. aN.ta. at-17 .folaw.Shrbl..... 0f-C.W AM Go.•el.. S 1.10 t 1.04 f 1.70 f•tl...T.Nu,T,lwl 11,.trLtt. W M1ast-0-0 W loot" Tw•I.a...iota.wa 1,.4. too�efN 14.04 .47 .N 0CCIf 10w,w.wra. Calf.CA ol., . I;Sr M11r"$1 M1. .■-ti w.der..wd /.►t,IIN.4eI.IN W.U11.1101 4104""tale[ It,l/l/. Iw Il n(1737 Woo.�1104 t.N .N 1.t0 MJC•1K/a1.'.low.. ..IIIIy Cs..lr.w:al-Ides•M tort..,.Iw.l.f.wI1T Iw...we q•r1.w typ..p.r.rea.p u.M Iwelwly.•tw lata Nat►••d [..pees.••. 11.75 1.77 tall .7f .N• a1g11..r rr.utct ton uW dt•691wT. IYtd.o.d Flax tart,•,fo.et t..nt.... MAr Fdy.0w.aer►•...w. Ylyl.t.1 R•.1 se.ff.ld N 94..06.ertMa.wl/w stmt 7btly m 0w. w t■ Pw tai ..4. lrerlw. 11.44 1.11 1.71 '.7f .06 C'! Mw Tr. wU ler Nat. 11.75 1.11 1.71 ,,h t .Ota 1 -I H IeM InrNn,KIOfo,.A.rt Fwd dart!•Ild.r• 11.71 .14 1.71 .77 .01 .S.CIr#KA tai IF 17..1 .N 1.17 1L.70 .N COOK r,llrr,w.a7 SLITS .ITS 1.11111 .N .04 C_' 0,- 10." 1.15 1.11 1.50 .05 C2 r 11.W l wywr•Il.,all leru.wr itow.�wnn cmp..Ift-ft-. 10.11 1.13 1.0 1.10 .tl 1 Col Nrt.,4er.,lat, t..e, loo[In,1lrndoc loo.Mop.. 0- Iles exlly[[N slyly a V Ir.nelorn.1.e mot...fl..lro.. .1'p fares.r.fr.td. 14.27, 1.Is 1.17 1.70 .OS 0.l.no,Larges•.m Tr lnitT DMT AsC I•ST•LLMS 11.71 1.71 1.71 .73 .07 Count.ba 11.01 1.00 .tl I.N .N tLtMtCZAW, ROM alora .wa Cont,.C"t. ca.wu.. 11.11 1.951.01 .30 4.cu lctu. 11.41 .N 1..N .Ol AI�'T7 hNnl,lly.,/1oa•r., C..l•1pl lcx. 11.04 .N 4..04 ,TV Mrltn4.b w,rcrd Co.wtlt. 70.1,5 .07 1." Aes 000c Oar.s. ,00000w. r' 0.ut,C. .., el p.uao, setleq Tlad lblw. ,/.. 3 CII-, la..en,r-l."tltt.do, t.a..p.ttia..07 Alp1N. flow,. Il uw•.,S.erreat.. U Lbr•dq"_t ..ri- fMnt..61 r.r.,Snllrf. I flet[.C-tl..Mat ,•-, 7roo, Volo.n/rut..W. 11.,0 .00 X1.01 .15 .4 to.31-r. tats•1.wd s..t.u.e 11-trld.N LAN .fS N.fs .045 3 m ll,nrt 11.04 1.17 1.10 CM.tpllc s� M. .fS 4..fs .047 >L s-st I. .na SNC.hu. 7Y+e1.1 C_I. ]l.ri l.N l.H •N tlel.tf Nl.w 3AN d1 N:OS .013 to alplN.Ses.M•c.G1.Nf04• pry Wi- 14.77 .ss 04.05 .045 to len Jopulw,ft.el.t.r.es0 71rol.ww.[amtte• 10.05 l.N I.N l.N Tulare Cdantr 11.04 LN l.N .N C WLf rN•, FEMEAL 1901114111,VOL 47,NO.70-FtWAT•APM 77. 1077 �•" r SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 6. AREA AFFIRMATIVE ACTION PLAN The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organizations subscribing to said plan include but are not limited to certain trades from the Contra Costa County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors Associations. The Contractor's affirmative action plan shall specify at least the following range of percentages of minority manpower utilization: From 9/30/75 forward 17.0% - 19.5% The Secretary of Labor Order entitled "Bid Conditions Setting Forth Affirmative Action Requirements for all Non-Exempt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California," dated January 27, 1972, shall apply to this project. 7. FEDERAL MINIMUM WAGES Attention is directed to Section 4 - "Minimum Wages" of these special provisions and Decision No. CA-77-5039 b CA-77-5040 as modified, of the Secretary of Labor, included herein. ■ a' g Fri ay..r v M W 3P e a records and documents, or copies thereof, will be made available at reasonable times and places for inspection by any authorized representa- tive of the Federal Government and will be submitted upon request together with any other compliance information which such representative may require. For the information of bidders, a copy of the Area Plan may be obtained at the office of the District Director of Transportation of the District In which the work is situated. tam as, ,:yam �.a nest+i,ar,Paa pgnl±t'iw ry ye st .�,'wn^s ,•.', r -:i�,vr nc,{�a��. £ar:c,,'°.xgste. t,a;.-:,6.2. trrY 11 brit-- I aj-jt,r. t:s rx�t, st x; tow se«a 9c, nc l;xoq r- +3dVrt!_ ix' #.ef.: bbUtOni' Harte trl r.+i s+tar;i; ,: kr,un .rrt :StxtR_zta# tz3 >'YU.X:r,fi:3:arJ�,+4tRk"1!Y wri#';tt�ak.r�l t,,,,t., c� A»t9;Jb3s'F9sr:K��JE-s =;r, iv Ozv,. o "eaxI'1x 1 elx3c��ioyo: 3SBr r, s z D" `, K 6,�t, 4AM nargtli3 2OhLi a" Ail tyxv " to •,ta-.rrrirs„k nem s1'Ar.a€'e r xi�.r�a vuinsr. auk t. AP4UPOV! G;,:Su lerlG.:-;Y au'S Yt iea.ra ;;�. >,, .xt;.:: sr1 ,+'r4..5L •;r."-n{a� p� 's�;.e33rsint+rt.-xc, �rtntr`Y,3:�ja��r 1$. d?: P4fyt' ',iYF�lfi6 z.:�,'t f•k.�:ICSV11 A'.3»'iu, `xr4",rk77tt'dVK �r1i.'rti.T'f ,.SYtDJdm ° it,•.-t'F *:� 3i1T3 p4 '�S:;SYIk F! ;Vel reit"tZ. A,frti, avl4er "xw tat ff"e dlly nz rnolb tacr amss itga a�� "fst'tt 6+^ •:ets:: ^YIRSY ,t`t}:z 14 :QAW SO 'mi! :fJT-.s+ta:s -n'l ld aCdkt ,z�la�n xv3lFaxx" c,r;+ 09 a�sa�&trig �t�:�gxjittcxa ar .s, � attoi.•bnat :s;Fut rs€u ��� dllaet�, acxsaRJ�'n4i»< a1fT f E,trt€, c E Ai;aara+�U,.iatrra t+rz:,t�er� Rnt�3,iSiimr:?>btC saur*.i lu gn.��bSgxu a , x w:ila.x her' lo"V^ lane ryS tit ra�9 ,At ar»+lairre p». �~ 9ktAM',xMOA,- fu:r. v T MF-4 €rt.17&ti";St'RS.tc'7 �a t-3G$ +sir,. .ria^:t� rn� y;t:, ,a.-:e•Ece,ati rte.^�21q!*asfi. s;,t�za R P; ,d a. tr ncf: c 1x, SSar.e :a,laLwraq blu• A3SceS7 rrni raw;,h$ts(. t3.-.T�i&" c<, -!^tf1G»sy-h:{r U:,Ce¢'iattu3`$sJlf Oet-f1 u�, _.s,a: nrxs pita srr31'lsa r-I hnt;a:+amS t3. '"27,651. rsrt,'.M E S i vaxvC`aV.oii ;ytt r3 ., a>n&t.;zap ., ut t� :s.tai .9y,a 'S az ^�.3r::.#h",rp'T,,�, :"a f°+TSx:'#x 's'3..Y.ir.%ot—;'j;- ,•.1N:jr9`�,i+rLi`ha*. 434k,itai,etr. �"i,.ti Hi;_ Fb't'$ lce.,xit »Y1t1 -til 'k^ Lv`t15.O"O V,10,1; '11 a a car 9;AD , s Sa# to -r, YG" asn os tic4,S.444.M4110", �?rc,t p at O.A041:4 crym tcaf>sh eaia^stF i3nri✓ D 32 DU'.�,� C. OBLIGATIONS APPLICABLE TO CONTRACTORS SUBJECT TO EITHER.PART I OR PART II. It shall be no excuse that the union with which the contractor has a collective 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 National 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 Compliance Programs that contractors have a responsibility to provide equal employment 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, an a result, are prevented from meeting their obligations pursuant to Executive Order 11246, as amended, such contrac- tors cannot be considered to be in Compliance with Executive Order 11246, as amended, its implementing rules and regulations. PART IVs GENERAL REQUIREMENTS 1. Contractors are responsible for informing their subcontractors in writing regardless of tior, as to their respective obligations under Parts I and II hereof, as applicable, whenever a contractor subcontracts a portion of the work in any trade covered by theso Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcon- tractor shall be bound by these Did Conditions to the full extent as if it were the prime contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obli- gations under these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Administrator of the office of Fed- eral Contract Compliance Programs of the Department 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 much 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 dotermined not to be a *respon- sible* bidder for Government contracts and federally-assisted construction contracts pursuant to the Executive Order. 3. The Contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the Equal opportunity clause includ- ing suspension, termination and cancellation of existing subcontracts and debarment !ram future contract■ 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 Con- tract Compliance Programs. Any contractor who fails to carry out such sanctions aad penalties shall also be deemed to be in noncompliance with these Bid Conditions and Executive order 11246, as amended. 4. Nothing herein in intended to relieve any contractor during the term of its contract from compliance with Executive Order 11246, as amended, and the Equal Opportunity clause of its contract with respect to macters not covered in the Area Plan or in Part II of these Bid Con- ditions. 5. The contractor will keep and will require his subcontractor to keep records and documents for 3 years following performance of this contract to indicate compliance with the Order of the Secretary of Labor, the title and date of which is shown in said Section 5-3. These 31 ��1_.81 engaged in unlawful discrimination. Such violations shell be deemed to be noncompliance with the Equal Cpportunity 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 OFCCP shall review Part I contractors' employment practices during the performance of the contract. Further, OFCCP shall be solely responsible for any final determination that the Area Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Area Plan no longer represents effective affirmative action. In that event it shall be solely respon- sible for any final doternination of that question and the consequences thereof. 1, Where OFCCP finds that a contractor has failed to comply with the requirements of the Area Plan and its obligation under Part I of these Did Conditions, it shall take such action and/or impose such uanctions 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 met the requirements of these Did 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 require- ments of these Did Conditions by instituting at least the specific affirm- ative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps townrd the attainment of its trade's goals within the tiietables set !orth in the Area Plan. The pendency of such formal proceedings ■hall to taken into consideration by Federal agencies m in determining whether such contractor can comply with the requirements of Executive Order 11246, as anended, and is therefore a 'responsibld prospective contractor' within the meaning of basic principles of Federal procurement law. D. COMRACCOPS SUBJECT TO PART II. In regard to Part II of these Did Conditions, if the contractor meats the goals set forth therein or can demonstrate that it ham made every good faith effort to meet these goals, the contractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part fI of these Did Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency other- wise determines that the contractor is violating the Equal Opportunity clause. Where ttie agency finds that the contractor failed to comply with the requirements of Executive Crder 11246, as amended, the implementing regul- ationa and the obligations under Part II of these Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, ter-.1netion, cancellation, and debarment, as may be appro- priate 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 II of these Bid Con- ditions. The contractor's failure to most its goals shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of them* Bid Conditions by instituting at least the specific affirmative action steps listed in Part 1I, 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 11246, as amended, and is therefore, a 'responsible prospective contractor* within the meaning of the basic principles of Federal procurement law. D - 30 001780 i. The contractor should have made sure that seniority practices and yob 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 CEO policy was being earrie4 out inolud- inq the evaluation of minority employees for promotional opportunities an 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 to minority contractor associations. NOTE: The Assistant Regional Administrator of the Office of tsderal Contract Compliance Programs and the compliance agency staff will Pro- vide technical assistance on questions pertaining to minority recruit- ment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 1. SUBSEQUCIIT SIGNATORY TO TUE ARFA PLN;. 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 Area Plan, either individually or through an association, will be deemed bound to their commitments to the Aram Plan from that time until and unless they onto again become subject to the requirements of Part II pursuant to Sec-tion A. L-6. 4. NON-DIBCRININATION. In no avant may a contractor utilise 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 III: CDNPLIA:ICE AND ENFORCEMLNT In all caws, the compliance of a contractor will be determined in accordance with its obligations under the terms 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 regardless of the obligations of its prim contractor or lower tier subcontractors. All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors in writ- ing of their respective obligations under the terms and requirements of thoe 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 Cdhdition■ shall be in compliance with Executive order 11246, as amended, the implementing regula- tions and its obligations under Part I, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utilisation to which they committed themselves in the Area Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings loading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the Area Plan or Executive Order 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 Area Plan or has D - 29 00779 2. SPECIFIC A"IMATIYE 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 be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attain ment of its goals within the timetables, all to the purpose of expand- = inq minority utilization in its aggregate work. force in the Area Plan area. A contractor sub;ett to Part T which fade 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 Area Plan) s or subject to Part II .hich 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 u specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have main- tained records of the organizations' response. b. The contractor should have maintained a file of the muss 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 hlrinq hall for referral and not referred back by the union pr it referred not employed by tits contractor, the file should have documented this and the reasons therefor. c. The contractor should have promptly notified the contrae"Aq or administering agency and the office of Federal Contract Compliance Programs when the union or unions with which the contractor has col- lective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the anion 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 manuall 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 con- ducting staff meetings to explain and discuss the policyl by posting of the policy; and by review of the policy with minority employees, e. The contractor should have disseminated its EEO policy exter- nally by inform ng and discussing it with all recruitment sourceal by advertising in news media, specifically including minority news medial 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 substan- tial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment arta. q. 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 OPCCP Testing Guidelines in 31 CPR Part 60-1. h. The contractor where reasonable should have developed on-the- job training opportunities and participated and assisted in all Department of Labor funded and/or approved training programs rele- vant to the contractor's employee needs consistent with its oblige- tions under this Part 1I. 0 - 28 001178 7. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which are not or hereafter cease to be signatories to the Area Plant !. Are signatories to the Area Pian and are parties to collective bargaining agreements with labor organizations but the two have not jointly executed a specific commitment to goals for minority utiiisb tion and incorporated the commitment in the Area plant S. Are participating in an affirmative action plan which is no longer acceptable to the Director, oFCCP, including the Area Plant or 6. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to comply with their obligations under the Area Plan and, as a result, have been placed under Part II of the Bid Conditions by the Office of Federal Contract compliance Programs. B. REQUIPIMCNT -- AN AFFIRMATIVE ACTION PLAN.--Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Did Conditions to the goals and timetables for minority utilization, and specific affirmative action steps set forth in Sections S. 1 and 2 of this Part Ir. The contractor's commitment 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. *minority' is defined as including Blacks, Spanish Surnamed Americana, Orientals and American Indians, and includes both minority man and minor- ity women. L. COALS AND TIIIETADLCS. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor In the Area Plan area and which is not otherwise bound by the provisions of Part f. For all such trades the applicable goals and timetables shall be as shownin Section 6 , 'Area Affirmative Action Plan,' of these special provisions. In the event that any work which in subject to these Did Conditions is performed 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 utilization aLove 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 projects (both Federal and non-Federal) in the Area Plan area during the per- formance of its contract ti.e., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training must 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 cr from project-to-project for the purpose of meeting the contractor's goals shall be a violation of Part I1 of these Bid Condi- tions. St the contractor counts the nonworking hours of trainees and appren- tices in aeeting the contractor's goals, such trainees and apprentices must be employed by the contractor during the training periods the con- tractor must have made a commitmajst to employ the trainees and appron- ticas at the completion of their training subject to the availability of employment opportunities) and the trainees must be trained pursuant to training programs approved by the Bureau of Apprenticeship and Train- ing for 'Federal Purposes' or approved as supplementing the Ares Plan. D — 27 UU' '7 7 5. AFFIRMATIVE ACTION REOUIREHMS - EQUAL EMPLOYMENT OPPORTUNITY. Attention is directed to Section b -Area Affirmative Action Plan a of these special provisions. NOTICE EACH BIDDER, CCNTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART ISs AS APPLICABLE, CF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTE•;GS TO NSE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRCCT104 WCPX 1110Th FEDERAL AND NON-FEDERAL) IN THE AREA OF THE AREA PLAN SPECIFIED IN SECTION b AREA AFTIRHA- TIVE ACTION Pt, 'l,' OF THESE SPECIAL PROVISIONS DURING THE PER- FORMANCE OF THIS CONTRACT OR SUBCONTRACT. VIE CONTRACTOR COM- MITS ITSELF TO TP,E GOALS FOR MINORITY MANPOWER UTILIZATION IN EITHER PAFT I OP PART 11, AS APPLICABLE, AND ALL OTHER REQUIRE- MENTS, TERMS AND CO`JDITIONS OP THESE BID CONDITIONS BY SUBMIT- TING A PPOPEPLY SIGNED DID. TILE CONTRACTCR SNALL APPOINT A COMPANY EXECUTIVE TO ASSUME ' THE RESPONSIBILITY POR THE IMPLEMENTATION OF Tilt REQUIREMENTS, TERMS AND CONDITIC4S of THESE BID CONDITIONS. PART II The provisions of this Part I apply to contractors which ace party to collective borgaininq agreements with labor organizations which together have agreed to the Area Construction Program thereinafter the Area Plan) for equal opportunity and have jointly made a co+smitment to specific goals of minority utilisation. The Area Plan is a tripartite voluntary agreement among the trade and construction councils. construction trade unions, and general and specialty contractors associations listed in said Section 5-1, and representatives of the minority community, together with all implementing agreements that have been and may hereafter be develaped pursuant thereto, all of which docusnent■ are incorporated herein by reference and are hereinafter cumulatively referred to as the Area Plan. The Area Plan, together with all implementing agreements that have been and may hertafter to developed pursuant thereto, are incorporated herein by reference. Any contractor using one or mar& trades of construction employees must comply with either Part I or Part 11 of these Bid Conditions as to each such trade. A contractor may therefore be in compliance with Part I of thea* aid Conditions by its participation with the labor organisation which represent its employees in the Area Plan as to one trade provided there is set forth in the Area Flan 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 II, Section A) crust comply with the cc*"itments contained in Part 11 including goals ter minority utilization set forth in Part It. if a contractor does mat comply with the requirements of theme Old Conditions, it shall be subject to the provisions of Part II. PART IIi A. COVERAGE.--The previsions of this Part 12 shall be applicable to those contractors-hot 1. Are not or hereafter cease to be signatories to the Area Place incorporated by reference in Part 1 hereofF 2. Are signatories to the Area Plan but are not parties to col- lective bargaining agreements; D - 26 00 M SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (ii) UTILIZATION OF UNITED STATES PRODUCTS The Contractor agrees to use and cause to be used in such project by all 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 does not apply. s (jj) 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 veternas, as defined in 38 USC 2011(2) (A). (kk) CONTRACT TERMINATION A breach of any of the Federal Requirements for Local Public Works Grant Programs or withdrawal by EDA of the Grant funds may be Sounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. r UU ti x ►' 4 n - 2S SECTION D - FEDERAL REQUIRENENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) 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. For the information of potential Contractors and Subcontractors, a copy of the "Guidelines for 10% Minority Business Participation in LPW Grants" as published by the U.S. Department of Commerce, Economic Development Administration, has been included with the contract documents and is to be considered as a part of these special provisions. Failure to comply with the terms of this Section or to use (as may be modified by waiver) minority business enterprises as stated in the Contractor's assurance consitutes breach of this contract. (hh) EMPLOMENT 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 of the United States relating to the immigration, #tz., exclusion, deportation, or expulsion of aliens. The Contractor will include the provisions of the preceding paragraph in every subcontract so that such r.c provisions will be binding upon each subcontractor. !' D - 24 74 iit,ss`` pp V0 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (ff) BULLETIN BOARD The Contractor shall erect and protect from the weather a bulletin board at the project site on which to display wage rates, equal opportunity employment data and emergency telephone numbers. (gg) 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT ` The Contractor agrees to 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 SO percent of which is owned by minority group members or, in case of a publicly owned business, at least S1 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence ":Minority group members" are citizens of the United States who are Negroes, Spanich-speaking, Orientals, Indians, Eskimos, and Aleuts. No partial 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 shrtfall is not the fault of the Contractor .. D - 23 001773 SECTION D - FEDERAL REQURFMbft "6 LOCAL FUBLI 4$g$`GR�Lum tierntstCTS- 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) e.e. Cont. that it will include the provis"s of paragraphs a.through g,in every subcontract or purchase order entered into for the purpose of accomplishing this contract,unless otherwise exempted pursuant to the EPA regulations impie. meeting the Air or Water Act(40CFR.Pan 15.5).sa that such provisions will be binding upon each subcontractor orvendor. that in the event that the contractor or the subcontractors for the construction,supply and service contracts enured Into for the purpose of accomplishing this contract were exempted from complying with the above requirements under the provisions of 40 CFR,Pan I5 3(ai.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• melt,as soon as the contractor or the subcontractors'facility Is listed for having given rise to a criminal conviction owed in40CFR.Pan 15.20, z 30,&carpo;*c tea Y T snbitbia+crane++b eta n&a 2L fisaba=t tttrwRvmun rf°. F rorirJaal0s{7:s!iT � ; �ns�rt !2uU+3a�9Ypa^+f4tsJr`}E�s�sza z $ 61 Ytf1�t4;.'n39.i•' }i'4�ur1s�;Rxu;�.R.}�n�?slaai(b1x*a tFt�i,4.Y,ttR!t'c`�41E:i1.i e»Ltarn�tititLS#r!'t#lxS 9lt1" ,� 3spavft�#.ieat> t+'a, cz cr7aE,�tet utas qur°r fasao...kfi s�rq t�}etictrxss5p etre to r=.a,.ao�Gt:vtS?�Q t�#tY.. �#a3ns a,7�Satuv s:tYTa:i�r�s,ea;;6saa,x}s�t.^dUt21� c i te. L", p=Lsx=.,7._ ,y u. >�y s;IAI, .I�.�tttt.'i��P?kik+�sf-ti:utau^:aaliiiazyyr,;rs,rui/1�sh;„t'4'yai{ A °iii.aG y a:ei;p;.*u«w.i^-:;'�n *.tFrraa,rftirzia T x plxsi*'neva ne!r :tc�;e4 tt;ii�sZ�,,etq+4h n:frill' a r tka:n:t�;slazs[,v.xF:;s;��nrr.:v^,af,;zttz:t,t*�t,taa#fs;+tta#`,kruf9. 1. z as HCl 3 zA 7q, Y #:i e.�{ epl is zarrt€i� .ager I t t3sa+i nrtK s #" #a > t z:t i c c Iia or err r tt.nl} r cq .;,z z usut; rs..aoiktngf. ; ;zs .,t h,kta rhti gra&Grs orasiled Sze Ole#rt sis.^ rev ,1 n ea3 a ,jta M t 61).wQ Awm71, •i 3 }ti,�k f ii,3 .S +0tAsiWo 'rgs#.t V3tr,;i+w+ � ! D 22 00"Y72 SE ION D — 4. REQUIRED CONTRACT PROVISIONS (FED7-46- =h,...1I'—b (Continued) cc. SIGN The eantierttor sha0 supply and erect a protect si (Exhibitl xoord+ otM�apaoi sad bersisaper-knawts as Geseaai ondltioa#fThe cont etor shall beresponsible for maintaining the project sips doting construction of the project.Oties in de Requircmenb for Approved Projects and/or Volume 63 orth4t ,blit Works Manual of Proce 1 � dd, NATIONAL HISTORIC PRESERVATION ACThe contractor agree to contributexpthepresery ancement of structures and cibtects of hutorical.archt. feetural or archaeological significance when a . items are found sod/or unarthed during the course of project con• struction and to consult with the State IJistoflc Preservation Officer for recovery of the items.(Rersirmcca National Historic Presenstion Act of 1966(90 Stat 9(t#.16 USC 470)and ExecutiveOrder No.11393 of May 11,1971.1 ee. CLEAN AIR ACT AND FEDERAL WATER POL)(!'TION CONTROL ACT The Contractor isgroa to comply with Federal clean ailirwater standards during the performance of this contract and specificabp agrees to the following: a, The term"facility--'mons w i any building.plant,installation. ructum mine,vessel or other floating craft,location or site*(operations(b1 owned,leased,or supervised 1c)by th ntractor and the subcontractors 1d1 for the con• structton.supply asd service contracts entered into by the contract � b, that any facility to be utilized in the accomplishment of this contract t not listed on the Firironmental Protection' Agency's Lis}of Violating Facilities pursuant to 40 CFR.Part 1$.20: c. that in the event a facility utilized in the accomplishment of this contract becom listed on the EPA list,this contract may be cancelled,terminated or suspended in whole or in part: d. that i .al comply with all the requirements of Section 114 of the.lir Act and Sect• 309 of the Water Act relating to i spcccion,monitoring,entry,reports,and information,as well as all other require rats specified in Section 1 1 a Section JOB,respectively,and all regulations and guidelines issued thereunder; e, at it will promptly notify the Government of the receipt of any notice from the Director. cc of Federal Activi- ties.Environmental Protection Agency,indicating that any facility utilized or to be utilized in he accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities; D - z1 Oil,''ll ..,� t 4t SECTION O - FEDERAL PZQUIRFBlENTS FOR t.0 AL p IRLTC-WORKS :RANT 01i t0Md 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) CC: SIONS The contractor shall supply and erect it project sign(Exhibit XNaccordia#to-thespeci foftwml and-i+ardnafler-knowuu.Geaerai Condition-Number-56:The contractor shall be responsible for maintaining the project sign during conuruction of the project,Other authorities include,Requirement:for Approved Projects and/or Volume 65 ofthe Public Works Manual of Procedures. dd. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The contractor agrees to contribute to the prettrvation and enhancement of suvesura'and objects of historical,arch i. tecturai or archaeological significance when such items are found and/or unearthed during the course of pro)cct con• struction and to consult with the State Historic Preservation Officer for recovery of the items,(Reference: National Historic Preservation Act of 1966(80 Stu 915.16 USC 4701 and Executive Order No.11593 orMay,31.1971 } ee. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contractor apron to comply with Federal clean air and water standards during the performance of this contract sad specifically agrees to the following s. The term"facility"means to 1 any building.plant,installation.structure.mine,vessel or other floating craft,location or site of operations lbi owned.leased,or supervised tci by the contractor and the subcontractors(di for the con• struction.supply and service contracts entered into by the contractor, b. that any facility to be utilized in the accomplishment of this contract is not listed on the Enviromnental Protection Agency's List of V iolattng Facilities pursuant to 40 CFR,Part 15.20: e. that in thcv enta facility utilized in the accomplishment of this contract becomes listed on the EPA list,this contra,, may be canccited,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?08.respeciNcly.and all regulations and guidelines issued thereunder; a. that it will promptly notify the Government of the receipt of any notice from the Director.Office of Federal Activi• ties,Ennronmental Protection Agency.indicating that any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities. 5< , D - 21 00770 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS _. d. REQUIRED COiyTR1CT PROVISIONS (FEDERAL - (Continued) all. 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 lake 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 pan hereof.No officer.employee.architect. attorney.enginorr or inspector of or for the Owma who is authorized in such capacity and on behalf of the Owner to exercise any Icrfstative.executive.supervisory or other similar functions in connection with the construction of the .v,. project-shall become directly or indirectly interested personally in this contract or in any part thereof.any material supply contract,subcontract.insurance contract.or spy other contract pertaining to the project, b.b. EMPLOYMENT OF LOCAL LABOR The muimum fusible employment of local labor shall be made in the construction of public works and development Witty projects receiving direct Federal grants.Accordingly.every Contractor and subcontractor undertaking to do work on any such protect 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 Development District.except: a. To the extent chat qualified persons regularly residing in the designated area or Economic Development District art not availablL Is. For the reasonable needs of any such Contractor or subconlractor,to employ supervisory or specially experienced individuals necessary to auure an efficient execution of the contract: c. For the obligation of anv such Contractor or subcontractor to offer employment to present or former employees as the result of a lawfui collective bargaining contract.provided that in no event shall the number of non-resident persons crmpioyed under this subparagraph cacead twenty percent of the total number of employees employed b, 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 a public warts 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 dates on which such employees will be required: The Contractor 0311 give full consideration to all 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 ciassificauon of work required: The payrolls matntamed try the Contractor shall contain the following information:The employee's loll manse,address and social sacurty number and a notation indicating whether the employe: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 radevelopment 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-site work. (�(� # s D - 00 00191 0�1169 SECTION D - FEDERAL AEOUIREAfENT3 FOR f.{LCAL p111tt.Tr wnatcs gaeu+r a---°ht.— �m ' 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) 2. S. to the event orthe Contractor's noncompliance with the nondiscrimination clauses or this contract or with any such rules,regulations,or orders.this contract may be cancelled,terminated or tuspended in whole or in pan and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 or September 24, 1%5,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 u otherwise provided by law. h. 'The Contractor will include the provisions of pirapraohs a through h in every subcontract or purchase order unless attempted by rules.regulations.or orders of the Secretary of Labor issued pursuant to Section 204 or Executive Order No.11246 of September 24,1965,to that such provisions will be binding upon each subcontractor or vendor. The Contractor will tate such acitoa with respect to any subcontractor or purchase order as thecontracting agency may direct as a mons of caforcing such provisions including sanctions for noncompliance:Provided.however,that is the event the contractor becomes involved in,or is threatened with litigation with a su ontractor or vendor as a result of such direction by the contracting agency.the Contractor may request the United States to enter loco such Ingstion to protect the interests of the United States. L Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts and subcontracts not excteedinp $10.000(other than Government bills of lading)are exempt.The amount of unc contract.rather than the amount of the Federal financial assistance.shalt govern in determining the opplica::lity of this exemption. (2) Es" in the ase of subcontractors for the performance of construction work at the site of construction. the clause shall not be required to be rnsenad in subcontracts below die second tier. (3) Contracts usd subcontracts not excaading 11100.000(or standard commercial supplies or raw materials arc exempt. -.. .. <t, _,1+ 2 _ - fct wM-..- `..k,•t.e,, ,; ta1'd.ilk'+•tl:h`.iiait7G-, tet i .i: r3 R-'�..m. ,•.,,t,.�}iLY�t .;°.tc ttgi,t;tt+iR,..:.�, ..t,,?.{"+r?,�mtiiu?4:itYSf,+R�.YV15tiinC.D Y�k�4G'1r.'�t;<'SF$i'?a?S�� .::rsx��.r.� .,:,.rm�sew„:*�rt�a�o�esu�*atza:.x„���a�n�rifes,Aurvmoa7.'#�ax�c�v 3nn�lsuss�S,kia�s - ..+ .m,f it,s e „_r�9{ �,c si,r:uia�i a;u,,r"". dSla¢argtia X�#r k;Ktta.boa �f'!a+�*osf,t�.?q?i�4#t,dF�xf„uf• M.: i:� s4v(yta gra vol�t�rsst�b� t .c •,M .•Vtr..n=-h,ov,1 .a tr i s�;c xi 511.sa .c. ,>,c.lt..a:A rt14n,o,:3sit,tYfays.{ t,se`C .t vats.tlo,tx�aysi a+i*e cm1 cern=tint ices t,S iiai. ay t:t ii.a3-a.xsp t&vtie rsciia gra:,t'.J4, lmul WA sr,a ;i r. :t,': a.,iiN._; _i�atf.i?(xv3:,ti t -)t,f:�a y t.•or°sc;;ad#;trr,7:�+�o ags,.epo:.kla�s��z<c .e<`,,r...., ••`7zi:,'".i ..�p.,.d rr t'a:#+-.:s£,vet,GiiE. «:. tit�7.;�+%::al YttL'Sti;i���l}s!C,fiie,�. ,. ... ali.ara:. .cs,.:4�,?Nu#..�.k E;ti ...3,.!t a .,sem.•.�:...t ,�7i�.,."9'si�ik��tk�. _ ,c �aa:ii�, ,, •:ani;t�q�. ,:.3x .. .._. � _.i r ¢9`,':; .3,:,.�::m�rtx,R.:�,. i>.,.0 �-. _.. 4. 00765 '=fits SECTION D - FEDERAL REQUIREMMS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CXfTRACT PROVISIONS (FEDERAL) - (Continued) Z. EOUAL EMPLOYMENT OPPORTUNITY No person in the Unilod Stales shall,on the grounds of race.color.national origin.or sex,be excluded from participa• lion 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 112 of Public Law 92-65. Form EDA-503.The Recipient and all Contractors,subcontractors.suppliers.lessen and other parties directly partici- pettng in the Recrpieht's project agree that during and in connection with the associated agreement relating to the Fed- crally assisted program.tli they will comply.to the estent applicable.as Contractors.subcontractors.lessen,suppliers. or to any other capacity,with the applicable provisions of the Regulations of the United States Department of Corn- mercc(Pan U of Subtitle A of Title 15 of the Code of Federal Repulationsl issued pursuant to Title VI of the Civil Rights Act of 1964(P.L.88-352),and.111 not thereby discriminate against any person on the grounds of race,color.or na• twat origin in their empbymCm-Pt actices,m 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.fit)they will provde information re- qutttd by or pursuant to said Regulations to ascertain compliance with the Regulations and chest assurances.and(iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of titer 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. Etecutive Order 11'46 30 Fed.Re#.12319(1965)(Equal Opportunity Clause).During the performance of this contract. the Contractor agrees as(allows: a. The Contrattar will not discriminate against any enpioyee or applicant (or employment because of race.color, religion,sea.or national origin.The Contractor will take affirmative action to ensure the applicants are employed. SM that employees are treated during employment,without regard to their race,color.religion.sex.or national origin.Such baton shall include,but not be limited to the following:employment.upgrading,demotion.or transfer, renunmeni or raeruument 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 cnployets and applicants for employment,notices to be prouded by the contracting officer setting forth the provisions of this nondiscrimination clause. c. The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants will receive consideration for employment without regard to race,color.reitgion. ata.or national origin. d. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreamant or other contract or understanding.a notice to be provided by the agency contracting officer,advising the labor union or workers'representative of the Contractor'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 Anel applicants for employment. c. The Contractor will comply with all prmisions of Executive Order No. 11.146 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. 11236 of September 23. 1%5,and by rules,regulations,and orders of the Secretary of Labor.or pursuant thereto,and w111 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 Opponunity Employer Information Report(EEO—I on Standard Form 100{annually on hatch 31.Forms and instructions are available at the EDA Rgioad Office. D — 18 tlt�i>C t SECTION D - FEDERAL REQUIREWNTS FOR LOCAL PUBLIC WORKS GRANT PRWECTS,,,.. 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) X- SUBCONTRACTORS w The Contractor will insen in any subcontracts the clauses contained in 24 CFR$.3(sX 1)thratgh(3)and(7)and such other douses u the Economic Deveiapmemt Adminititation may by appropriate instruction:require,and also a clause requiring the subcontractors to include these clauses in any tower tier suis ootracls which they may enter into.together with 24114114 requiring this insertion in any further subcontracts that may in turn be made, Y• OYERTIME REQUIREMENTS No Contractor or subcontractor contracting for any pan of the contract work which may require or involve the em• ployment of laboren or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such wart to work in excess of eight hours in any calendar day or to excess of(any hours In such work week unless such taborer or mechanic receives compensation at a rate not less than 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 In the event of am violation of the clause set forth in the subsection above,the Contractor and any subcontractor responsible therefor.shall be liable to any afrectcd employee for his unpaid wagts.In addition,such Contractor and sub• contractor shall be able to the United Sutter tin the case of work done under contract for the District of Columbia ora termor.,to such District or to such territory!.lot liquidated damages.Such liquidated damages shall be computed with respect to sic mdtvsduai laborer or mechanic empksved to violation or the clause set forth in the above subsection to the sum of S ill W for each calendar day an which such etnpiovee was required or oenmitted to work to excess of r.ght hours or in excess of the standard workwak or forty hours wtihout payment of the overtime wages required by the clause set forth in subsection abae. The Economic Uc tiopment Administration may withhold or cause to be%ithheid. from any moneys payable on ac• count of work Pr(ormad by the Contractor or subcontractor,such sums as ma} administratively be determined to be 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 shatl insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcoatractors 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. !Y T UU 4k ` "i6i S - -FEDERAL REQUIRPMEM FOR LOCAL PUBLIC WORM GM 4. UIRED CON-TRACT PROVISIONS FEDERAL - (Continued Z7io W. a, Any deduct ion made in compliance with the requirement s of Federal.Stat orlocallawsuch as Federal or State with- holding ncamc taxes and Federal social security taxes. ' It. 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 to the person employed in such a manner as to give him complete freedom ofdisposition of the advanced funds. e. Any deduction of amounts required by court procest 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 behalf of the person employed to funds established by the=player or repraentattvc of employees,or both.for the purpose of providing either from principal or income.or both. medical or hospital care.pennons at annuities or retirement,death benefiu,compensation for injuries.illness. accidents, sickness,or disability,at for insurance to provide any of the foregoing,or unemployment benefits. vacation pay,savings accounts,or similar payments for the benefit of employees.their familia and dependents Provided,however,that the failaying standards arc met:(I I The deduction is not otherwise prohibited by law; (2)it is either,tit voluntarily contented to by the employee in writing and in advance of the period in which the work it to be done and such content is not a condition either for the obtaining of or for the continuation of employ. meat,or(a)provided for in a bona fide collative bargaining agreement between she Contractor or subcontractor and rcpraentatives of its employees;(3)no profit or other benefit is otherwise obtained,directly or indirectly, by the Contractor at subcontractor or any adiiliated person in the form of commission,dividend,or otherwise, and(a)the deducitons sball serve the convenience and interest of the cmplo)ee. a. Any deducocin conttibuting toward the purchase di United States Defense Stamps and Bonds when voluntarily authorized h thetmploycc. f. Any deduction requested by the employee to enable him to,repay loans to or to purchase shares in credit unions organized andopersted in accordance with Federal and Stateeredit union statutes. g. Any deduction voluntarily authorized by the employee for miking of contributions to govemmattal or quasi• gaertunpnt agencies. It. Any Obdu:t,on voluntarily authorized by the onplova for making of istntributions to Community Chests,United Giv,sis Funds,and similar charitable organizations. L Any deductions to pay regular union ntutwn fns and membership docs,not\Purt53 e or special aystssments Provided.however,that a collective bargaining agreement between the Cosubcontractor and repre• setutives of iu employes provided for such deductions and the deductions areise prohibited by taw j. Any deduction not more than for the"reasonable cost"of board,lodging,oitics meeting the require- menu of section 3(m)of the Fair Labor Standards Act of 1938,is amended, 3 f this title.When such a deduction is made,the additional records required under S516.fx(a)ofthis tikept. �' JO 10 D - 16 SECTION D — FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT eenvgr-re 4. REQUIRED CONTRACT PROVISIONS (FEDERALI - (Continued) N- A. Any deduction made in com pliance with the requirements or Federal.St ste.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 anployee as a bona fide prepayment of wages when such prepayment is made without discount or interest.A"bons fide prepayment of wages"is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom ofdispositeon of the advanced funds. e. Any deduction of amounts required by coup 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 doduction constitutinp a contribution on behalf of the person employed to funds established by the employer or representative of employees,or both,for the purpose of providing either from principal or income.or both. medical or hospital cue,pensions or annuities or retirement,death benefiu,compensation for injuries. illness. accidents.sickness.or disability,or for insurance to provide any of the foregoing,or unemployment benefits, vacation pay,savinp accounts.or similar payments for the benefit of employees,their families and dependents Provided. however,that the following standards are met:(I I The deduction is not otherwise prohibited by law: (2)it iseither,W 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• merit,or(ii)provided for in a bona fide collective bargainmr agreement between the Contractor or subcontractor and representatives of its employees:(31 no profit or other benefit is otherwise obtained,directly or indirectly. by the Contractor or subcontractor or any affidistsd person in the form of commission.dividend,or otherwise, and(4)the deductions shall serve the convenience and interest of the employee. C, Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. f. Any deduction requested 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. 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. L Any deductions to pay regular union intiation fees and manb crship dues.not including fines or special assessments Provided.however.that a collective bargainer agreement between the Contractor or subcontractor rnd mprc- smtatives of its employees provided for such deductions and the deductions arc not otherwise prohibited by law j. Any deduction not more than for the—reasonable cost"of board,lodging,or other facilities meeting the require• menu of section 3(m)of the Fair Labor Standards Act of 1938.as amended,and Pan 531 of this title.when such a deduction is made.the additional records required under S516.254 a)of this title shall be kept. fy,s eq D 16 0010 A SECTION D FEDERAL REQUIREwNTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) V. On contracts in excess of 510.000.the employment of all laborers and mechanics.Including apprentices and trainees. is defined id hea.6'shall also be subject to the provisions of Pan So.Subtitle A.Title 29,Code or Federal Regula- tions.Apprentices and trainees shall be hired in accordance with the requirements of Pan St. The provisions or Sec'OM 5 r—tr 6 U.-Mall be applicable to every invitation for bids.and to every negotiation. request for proposals.or rcqucst 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.Pan 5@1 Subtitle A.Title 29, Code of Federal 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.Pans 5u.4.54.5. Sa.6.and 50 shall also be included in each such contract for the Information of the Contractor. W. COPELAND"ANTI•KICKBACK"PROVISIO14S These provisions of this section.29 CFR Pan],prtxrtbe"Anti-Kickback"regulations under section 2 of the Act of June 13.1961.at amended(40 U.S.C.216c).popularly known as thcCopeland 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 Procedurel shall apply to such:tato- Ment as provided in 72 Stat.961(18 U.S.C.1001,among other things,provides that whoever knowingly and willfully makes or use a fraudulent document or statement of entry,in any matter within the jurisdiction of any department or agency of the United States,shall be fined not more than 510.000 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 or 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: pp 00'476 3 SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJEC�"3 '? 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) U. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto uBl be maintained during the course of the work and preserved for a period of three years thereafter for all laboten and mechanics working at the site of the work.or under the United States Housing Act of 1937 or under the Housing Aa of 1949,in the construction or development of the project,Such records will contain the name and address of each employee,his correct classification,rata of pay(including rata of conttlbu- tions or costs antic pate!of the types described in section I(b)(2)of the Dsvis•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 55(a)(1)(iv)that the wares of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section I(b)(2)(B)of the Davis-Bacon Act.the Contractor shall maintain rcnrds which show that the commitment to provide such benefits is enforceable,that the plan or program n finannaliv responsible.and that the plan or propram has been communicated in wriump to the laborers or mechanics affeetod,and records which she.the cats anticipated or the actual cost incurred to providing such benefits. The Contractor wit)submit weekly a copy of all payrolls to the Economic Development Administration if the agency Is a party to the contract.but if the agency is not such a parry,the Contractor will submit the payrolls to the applicant. sponsor,or Owner.as the case may be.for transmusion to the Economic Development Administration,The copy shall be aewmpsnied by a statement signed by the emplover 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 clasah. 6estices sel forth for tach laborer or mechanic conform with the work he performed.A submission of a "w'cekly Statement of Compliance"which is required under this contract and the Copeland regulations of the Secretary of Labor(29 CFR Pan 71 and the filing with the initial payroll or any subsequent payroll of a copy of any findinrs by the Secretary of Labor under 29 CFR 5.5(a)(Il(iv)%hall satisfy this requirement.The Prime Contractor shall be respon• sibic for the submission of copies of payrolls of all Subcantnctors.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 Department of Labor,and will permit such repnessrrtatives to interview employee during working hours on the job V. APPRVMCES AND TRAINEES Apprentices wiU be permitted to work as such only when they are registered,individually,under a bona fide apprentice• ship program regtsteed with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training.US.Department of Labor;or,if no such recognized agenry 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 regmaed program.Any r:mployea listed on a payroll at an apprentice wage rate,who is not a trainm as defined m sactnnkfor is not registered as above,shall be paid the wage rate detcrmined by the Secretary of labor tar the aassification of work he actually performed.The Contractor or subcontractor will he required to furnish to the Owner wriuen 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 ustng any apprentices on the contract work. Trainoas will permitted to work as such when they arc bona fide trainees employed pursuant to a program approved by the US.Department of Labor,Manpower Administration,Bureau of Apprenticeship and Training.and where the subparagraph below is applicable,in accordance with the provisions of Pan Sa.Subtitle A.Title 29.Code of Federal Regulations. 14 00762 i (. t SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT:PROJSCfS'.i' 4. REQUIRED CONTRACT PROVISIONS (FEDERAL] - (Contintsedt S.. MINIMUM WAGES All mechanic and laborers employed or working upon the site of the work.of under the United Statax Housing Act of 1937,or under the Housing Act of 1949 in the construction or development of the project,will be paid uncondi. tfonally and not less often than once a week.and without subsequent deduction or rebate on any tocount feieept such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFH Part 3)).the full amounts due at time of payment computed at wale rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hertto and made a pan bettor,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 piece where it can be easily seen by the workers.For the purpose of this clause.contributions made or costs reasonably anticipated under section 1 IbN:)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborersor mechanics.sub)cct io the provisions 01:9 CFR 3.3 tat(I itev). 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.ore deemed to be constructively made or incurred during such weekly period. The Owocr shall require that any class of laborers or mechanics,including apprentices and trainees,which is not listed in the welt determination and which is to be employed under the contract.shall be classified or reclassified conformably W the wage determination and a repon of the action taken than be sent by the Federal agency to the Secretary of Labor.in the tient the interested parties cannot agree on the proper classification or reclassification of a particular elan of laborers and mechanics.including apprentices and trainees,to be used,the question accompanied by the rec• ommendation of the contracting officer shall')c referred to the Sectetary for final determination. The Owner that)require whenever the minimum wage rate prescribed in the contract for a clast of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contract is obligated to pay a cash couty- &lent of such a fringe benefit,an hourly cash equivalent thereof to be estabtishad.In the event the interested panics cannot agree cation a cash equtyalent of the fringe benefit.the question,accompanied by the recommendation of the Owner.shall be rcfctred to the Secretary of Labor for determination. If the Contractor does not make pavmenis to a trust"or other third person.he may consider at pan of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of labor which is a part of this contract. provided.ho.ow,the Steretam of Labor has found,upon the written request of the contractor.that the applicable standards of the:Davu-Bacon Act have been met,The Secretary of Labor may require the Contractor to set aside in n separate acccum assets for the meeting of obligations under the pian or program, The Contractor&glees to comply with Executive Order 12388.issued March:9,1971,and any other Executive Order. statute-or regulation regarding the stabilization of wages and prices in the construction industry. t, WITHHOLDI'4GOFPAYMENTS The Economic Dictloprncnt.administration may withhold or cause to be withheld from the contractor so much or 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 event 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 States Housing Act of 1937 or under the Housing Act of 1949 in the con- 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 mac be necessary to cause the suspension of any further payment,advance,or guarantee /ofdifunds +until such violations have or-sed. D - 13 SECTION D - FEDERAL REQUIREMENTS FORLOCALPUBLIC WORKS GRANT Ft�OJG2 -' 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) (Continued) 0-CONFLICTING CONDITIONS Any provision in any of the contract documents which may be In Conflict of inconsistent whh'sny or"the'paragraphs in tbtae G000po ie"itisne shall be void 164119 extent Of such conflict or inconsistency, P. NOTICE AN D SERVICE THEREOF Any notice to any Contractor from the Owner relative to any pan of this contract shall be In writing and considered delivered and the service thereof completed,wham mid notice is posted.by eenifted or registered mail,to the said Con• tractor at his lass given address.or delivered in person to said Contractor or his authorized representative on the work. q. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by low to be inserted in thiscontract shall be deemed to be inserted herein and the contract shah be read and enforced as though it were included herein.and if through mistake or other• wise any such provision is not insened,or is not correctly inserted.then upon the application of either party the contract shall forthwith be physically amcnded`to make such insertion or correction. i'. 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 Hours and Safety Standards Act.as amended.commonly known as theConstruc• 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 toss of time from work.arising out of and in the course of tmployment on work under the contract. The Contractor alone shall be responsible for the safely,efficiency.and adequacy of his plant,appliances,and methods, and for any damage which may result from their failure pr their improper construction.maintenance,or opetation. .t,4n 7e r ,.0 i' a c'qV a>n .,arta. a taw+ ;�:�:cS s�^:3.e 'sAG.zt't4:.;.kt'.l::as gy a�,�c.r.u�:�aah.o:�d ax 11,>>�:�...❑,t, . D 12 00760 ':' ..� v"s•ki .«•^� s� {rvc r�wr,k,r�F�isz'sr .113tG}"�h'�933CS.:T'ilev .....lhuaa,,_. h; - - ... ` SECTION D - FEDERAL REQUIRENENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS_ 4. REOUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) k. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner for justifiable cause. shall be or become dissatisfied with the Surety or Sureties for the s after Performance a acceptable (or bands)in such form ndi,the Contractor lsumkand signed by such othertce from the Owner to do to. Surely or Sureties as may be substitute m aaep satisfactory to the Owner.The premiums on such brad shall be paid by the Contactor.No further psymrnls shall be deemed aye nor calm)be made until the new Surety or Sureties shall have furnished such an acceptable bond to the Owner. MUTUAL RESPONSIBILITY OF CONTRACTORS If,through jets of neglect on the pan of the Contractor.any 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 to 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 save harmless the Owner against any such claim. M.'SEPARATE CO%TRACTS The Contractor snap coordinate his operations with those of other Contractors.Cooperation will be required in the arrangement far 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/Engineer tmmodutely of lack of progress or defective workmanship on the pan 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 dcf=ivc workmanship by others shall be construed as acceptance by him of the status ofthe work as being tatisfacton for proper coordination with his own work. Il. SUBCONTRACTI1,G The Contractor may utilize the services of specialty subcontractors on those pans 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 be given until the Contractor submits to the Owner a written statment 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 orhis 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 shall cause appropriate provisions to be inserted in all subcontracts relative to the work to hind 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 0%nor. D - 11 SECTION D - FEDERAL WgUIREM£NTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (1) CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE - (Continued) 3, Subcontractors Public Lia i&1r1 and Pro rtv Ds OE Insurance and Yehide Liability Insurance.The Contractor shall either(1)require each of his mbcontracton to procure and tp mains»n during t e life or his subcontract. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability insuraneeofthe type and in the amounts specified in paragraph)of the Supplemental General Conditions specified In subparagraph b hereof. or,(2)insure the activities of his subcontractors in his policy.specified in subparagraph Is hereof. 4, Scope of Insurance and Special Narards.The insurance required under subparagraphs b and c hereof shall provide adequate protection(or the Contractor and his subcontractors,respectively.against damage claims which ma} arise from operations under this contract,whether such operations be by the insured or by anv one directly or indirectly employed by him and. also against any of the spxiai hazards which may be encountered m the performance of this.ontran as enumerated in paragraph 3 of the Supplemental General Conditions. 5, Builder's Risk lnsurance(Fire and Extended Covera e).The Contractor shall procure and thall maintain during the life o this contract Builder's Risk Insurance I ire and Extended Coverage)an a 100 percent t 100roi completed value basis on the insurable portion orthe pforoct.The Owner,the Contractor,and subcontractors tat their mtereu> may appear)shall be named as the Insured. 6. Proof of Carnaee or Insurance The Contractor shall furnish the Owner with certificates showing the type,amount, class of operations covered,effective dates and dates of expiration of policies.Such certificate shall also contain substantially the following statements:-The insurance covered by this certificate will not be cancelled or matcnall_s altered,except after in(10)days written notice has been received by the Owner." j, CONTRACT SECURITY The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent(100%)or 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 pend sum not less than that prescribed by State,territorial ar tical taw,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 Coca(law, Before final acceptance,each bond must be approved by the Economic Development Administration. 4.w.h;i 1J.3 -41'F`Mf --fist' ..t D - C 0011, SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS- 4. ROJECTS4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (i) CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and as mentioned in Section B of these special provisions 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. 1. Com ensation Insurance. The Contractor shall procure and s ali ma ntain during the life of this contract Workmen'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 Contractor's Workmen's Compensation Insurance. In acase 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 provide and shall cause each subcontractor to provide adequate b` • employer's liability insurance for the protection ,., of such of his employees as are not otherwise pro- tected. 2. Contractor's Public Liability and Property Damage Insurance 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 paragraph 3 of the Supplemental General Conditions. 9 D - 00751 SECTION 0 - FEDERAL REQUIREMENTS POR LOCAL PUBLIC WORKS GRANT PROJECTS A. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (g) 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 accordance with the pro- Ive gross schedule. The Contractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payments and will not be considered as fixing a basis for addition to or deductions from the contract price. (h) PAYMENTS BY CONTRACTOR The Contractor shall pay (a) for all transportation i= 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 equip- ment are incorporated or used, and (c) to each of his subcontractors, not later than the Sth day following oiJ, 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. ( :T D - 8. SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 4. REQUIRED CONTRACT PROVISIONS (FEDERAL) - (Continued) (d) REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be per- formed under this contract. (e) RIGHT OF THE OWNER TO TERMIN;,,TE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor, or by any of his sub- contractors, the Owner may serve written notice 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 Owner 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. ^f (f) 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. 3- 0070 0 - 1 SECTION D - PEDERAL REQUIREMENTS POR LOCAL PUBLIC WORKS GRANT F''WECTS 4. RE IRED CONTRACT PROVISIONS FEDERAL - Continued ( - n nue 4. "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 F's-• (2) a person in his first 90 days of probationary employment as an apprentirsi in' such an apprentice- ship 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 appren- tice. S. "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 Adminis- tration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets •t '• r•" adequate standards. (c) PATENTS The Contractor shall hold and save the Owner and 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 un- patented 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. License or Royalty Fee:License and/or Rovaliv Fees for the use of a prom which is authorized by the Owner of the project must be reasonabk,and paid to the holder of the patent.or his auinon:ed 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 suer use by suitable agreement with the Owner of such patented or copyrighted design,device or material. It is mutuall* aces agreed and understood that,without exception,the contract pshall include all royalties or costs arising from the use of such design°device or materials,in any way involved in the work.The Contractor andiar his Sureties shall indtmnif' and save harmless the Owner of the project from any and all claims for infringement by reason of the use of suer. patented or copyrighted design,device or materials or any trademark or copyright in connection with work agreed to he 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 ifter co�/y AK a work V11 I�) n _ G SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT,.PROJECTS III. MINORITY BUSINESS UTILIZATION REQUIREMENT (Continued) (e) Should the bidder fail to submit this certification or submit a false certification, the bid will be rendered nonresponsive. (f) The Contractor shall designate and make known to the „ Engineer a liaison officer to administer the contract's minority business enterprise program. 4, REQUIRED CONTRACT PROVISIONS. (FEDERAL) m, (a) START OF WORK The Public Works Employment Act of 1977 requires that on site labor on this project start on or before Wednesday, November 23, 1977. (b) DEFINITIONS The following terms as used in these General Conditions are respectively defined as follows: 1. "Contractor": A person, firm or corporation with whom this Contract is made by the Owner. (The Owner is referred to by EDA, in othe documents, as the Grantee/Borrower). r�+ 2. "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 Contractor. 3. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or +a.= from the location of the project by employees : 3r of the Contractor and any Subcontractor. 00753.1-l'' SECTION"D - FEDERAL REQUIREMENl"S'FOR LOCAL PUBLIC-WORKS GRANT:PRO,IICTS 1I. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Continued) listed on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 C.P.R. 1S.20. . i • (2) That the Contra Costa County Public Works Depart- went shall be promptly notified prior to contract ' award of the receipt by the bidder of any communi- cation from the Director, Office of Federal Activities, EPA, indicating that a facility to be - utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. III. MINORITY EUSIN@SS UTILIZATION REQUIREMENT (a) The federal contract provisions contained herein require that the contractor expend 1.10 percent of the grant amount ($72,200.00) for bona fide minority business enterprise. e<. (b) All bidders shall seek out and consider minority _.. business enterprises as potential subcontractors or material suppliers. (c) A "minority business enterprise" shall mean a business of which at least 50 percent is owned by minority group members, or in the case of publicly owned businesses, of which at least 51 percent of the stock is owned by minority group members. "Minority group members" are defined as American Negroes, Spanish-speaking American persons, American Orientals, American Indians, American Eskimos, and American Aleuts. (d) -A form has been included in the Proposal Section, to be completed by the bidder, which will satisfy the requirements for the minority business utilization commitment. 2. t O - D 4 ta"152 SECTION D —FEDERAL REQUIREMENTS FOR LOCAL;PUBLIC WORKS GRANT I PROJECTS I. CERTIFICATION OF NONSEGREGATED FACILITIES (Continued) (b) Subcontractors and material suppliers are cautioned as follows: By signing the subcontract or entering into a material supply agreement, the subcontractor or material supplier will be deemed to have signed and agreed to the provi- sions of the "Certification of Nonsegregated Facilities" in the subcontract or material supply agreement. This certification provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the sub- contractor or material supplier will not maintain such segregated facilities. (c) Subcontractors or material suppliers receiving sub- contract awards or material supply agreements exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to pro- vide for the forwarding of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. II. I.MPLEMENCATION OF CLEAN AIR ACT AINU FEDERAL WATER POLLUTION CONTROL ACT (a) By signing this bid, the bidder will be deemed to have stipulated as follows: (1) That any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1251 et seq., as amended by Pub, L. 92-500), Executive Order 11738, and regulations in imple- mentation thereof (40 C.F.R., Part 15), is not (t# D - 3 001i51 - ..,J•.•(.,J YAC_ SECTION D - FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS.GRANT�S 1. CERTIFICATION OF NONSEGREGATED FACILITIES (b) Bidders are cautioned as follows: By signing'thi.s bid, the bidder will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in this proposal. This certification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities' are segregated by directive or on a de facto basis. The certification also provides that the bidder will not maintain such segregated facilities. (c) Bidders receiving Federal-aid 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 construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provi- sions of the Equal Opportunity clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS AND MATERIAL SUPPLIERS OR REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967, Order of the Secretary of Labor (3: F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, which is included in the pro- posal, or attached hereto, must be submitted by each subcontractor and material supplier prior to the award of the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10,000 and is not exempt from the provisions of the Equal Opportunity clause. . 001,451, t, SECTION D -'FEDERAL REQUIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 1. GENERAL The work herein proposed will be financed in whole or in part with Federal Local Public Works Grant funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal Funds will apply to such work. This Section D contains specific federal contract provisions required for LPW Grant projects. Whenever in said contract provisions references are made to "Grantee", "Owner", or "Authorized Representative of the Owner", such references - shall be construed to mean "Engineer" as defined in Section B of these special provisions. 2. PERFORMANCE OF PREVIOUS CONTRACTS In addition to the provisions in Section 5 "Equal Employ- ment Opportunity" of the required contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provi-• sions of Section D - "Subcontracting" of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. 3. FEDERAL AID PROPOSAL NOTICES NOTICES TO PROSPECTIVE FEDERAL-AID CONSTRUCTION CONTRACTORS I. CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7459, May 19, 1967) on Elimination of Segregated Facilities is in- cluded in the proposal and must be submitted prior to the award of a Federal-aid contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. 0 - 1 0011,49 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S, 9-1.08} ., 3. EQUIPMENT RENTAL (Cont.) a. No payment will be made for idle time due to breakdown, tack of operator, weather conditions prohibiting work, or other circumstances be- yond the control of the Agency. as ordered. b. Equipment shalt be delivered to the extra work site equipped c. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. Mr-' t��.1 d_ T'i' .k: 5...i= E'3�L=F^l;11'iSYf+.zY L`''F��� Y,:S�F#°� .-•.. (q-F,, 'adFi bfS o'i 1 5bbti tffizlifz?5q ,_ k1<. +. _. {•Mv 1�...�3pAw 9�i1 fyi+�tf35h, skki C'�Ni4�fi�S'lGG�4�.F H. kls�f�f{{i.'..:��' ���,�,{� .,�« -199 ri. n1,� bob gmpai -aA-oa "IeiI i tS c Tfi10 Wit 11ta'�` i.��# �d ' it nb , TbtN t� �b itol*1_4 a sG slu rs ' nOct,J ci P A,, i- b 90*15 "06D 5fB '-fill R aK:2'3' t1i "€«6-,64 2Oi' .C :al" '. dt:#"K It 7 1; 1`a 7- 4-dz Ito foc<now-ar4t eal �Vo sIDe e Rz.zt 9�,i,-i ��u'7 .� '}f. g ,i�c'�.� ;.�"t!!R{i�'YR,fi �CS"�G S ��G+� r��fr'Y�'�i{�'�„9t�7 iia, �'i«L� $•�..� rt t;ty. i3 Z} •,,,- yi`# 3� '9,,t.'} tY, .. hep-,,,j* 4,'.:� & &G;• r5id � t� �.'Mj.11AL TATA";f4 e i a- :a r .k �' { C - 2 00748 SECTION C- FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S.-9.1:03} The provisions of S.S. Sec. 9-1.03 shallapply except as modi- fied herein. 1. DEFINITION As used here, "farce account" means the method of calculating payment for labor, equipment and/or materials based on actual cost, plus spec- ified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S.Sec. 9-1.03 as modified herein. 2. LABOR a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates, b. Premium wage rates will not be paid for any labor employed on force account work uniess such reates have been approved, in writing, by the Engineer. *c. The second paragraph in Section 9-1.03A, "Work Performed by Contractor" of the Standard Specifications is amended to read; To the total of the direct costs computed as provided in Sec- tions 9-1.03A(l), "Labor," 9-1.03A(2). "Materials," and 9-1.03A(3), "Equip- ment Rental," there will be added a markup of 24 percent to the cost of labor, 15 percent to the test of materials, and 15 percent to the equipment rental. d. Section 9-1.03A (lb), "Labor Surcharge," of the Standard Spec- ifications is amended to read: To the actual wages, ad defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publi- cation entitled Equipment Rental Rates and General Prevailing Wage Rates, w which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal taws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.03A(lc). 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. sir:r 00'74 C - 1 SECTION 8 - GENERAL PROVISIONS 12. APPRENTICES The first and second paragraphs in Section 7-1.81E;'"Apprentices," of the Standard Specifications are amended to read: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code Section 200 et seq. To insure compliance and complete understanding of the law regarding apprentices, and specifically the required ratio thereunder, each contractor or subcontractor should, where some question exists, contact the Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, California, or one of its branch offices prior to commencement of work on the public works contract. Responsibility for compliance with this section lies with the prime contractor. 13. PGEVIOUS 0I9QUALIFICATION, REMOVAL OR OTHER PREVENTION OF BIDDING Pursuant to Section 14310.5 of the Government Code (Chapter 782, Statutes of 1974) the bidder shall complete, under penalty of perjury, the questionnaire in the Proposal relating to previous disqualification, removal or other prevention of bidding of the bidder, or officers or employees of the bidder because of violation of law or a safety regulation. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, heving benn disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local project because of a violation of law or safety regulation. 14. SUBCONTRACTING Attention is directed to the provisions in Section 8-1.01, "Sub- contracting," of the Standard Specifications and these Special Provisions. The fourth paragraph in Section 8-1.01 of the Standard Specifi- cations is amended to read. Before work is started on a subcontract the Contractor shall file, with the Engineer, A written statement showing the work to be sub- contracted, giving the names of subcontractors and the description of each portion of the work to be so subcontracted. 00745 8 - 11 SECTION 8_- GENERAL-PROVISIONS 10. MEASUREMENT Af10 PAYMENT (S.S. 0 (Cont.) visors. If the'8oard accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the com- pletion and acceptance of the work, if he certifies .by a sworn written state- ment that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1.08) The provisons of S.S. Sec. 9-1.08 shall not apply. f. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 11. GENERAL PREVAILING WAGE RATES Pursuant to Section 1773.2 of the Labor Code. general prevailing wage rates are published in July of each year in a newspaper of general circulation. A copy of the latest such publication shall be posted by the Contractor in a prominent place at the site of the work. The general prevailing wage rates set forth in the Department of Transportation publication entitled "Equipment Rental Rates and General Prevailing Nage Rates," which is a part of this contract shall also be posted by the Contractor at the same prominent place at the site of the work. All copies of prevailing wage rates to be posted at the job site will be furnished by the Department. The first sentence of the second paragraph in Section 7-1.010, "Prevailing Wage," of the Standard Specifications is amended to read; Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the Department has obtained the general prevailing rate of wages (which rate includes employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Sec- tion 1773.8 of said code, apprenticeship or other training programs authorized by Section 3093 of said Code, and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. 10t3t�'�4J� SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if 'r�e4Ueated y the Engineer, supplementary progress schedules shalt be submitted within five (5} working days of the Engineer's written request. a. Time of Completion (S.S. 8-1.06) The following days are designated as legal holidays: _ January 1, February 12, 3rd Monday in February, last Monday in May, July 4, 1st Monday in September September 9. 2nd Monday in October, November 11, 4th Thursday in November, December 26, and any other day established as a generel Legal hot- iday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday, 10. HEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1.045) The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1.06) • In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.0651 The provisions of S.S. Sec. 9-1.065 shall not apply. d. Final Payment (S.S. Sec. 9-1.01) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Super- t (JU`r41 8 -9 SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (5.5. 7) (Cont.) 4. Payment far Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, determined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposed. When the occurrence that caused the damage was a storm or flood, the County will participate In the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On protects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000. or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Con- tractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid com- parison purposes is greater than $2,000,000., the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, accept as modified herein. a. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded by-the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of '.fork (S.S. 8-1.03) In lieu of the provisions of S.S.Sec. 8-1.03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date In the "Notice to Proceed." The Contractor shall not start work prior to the date-stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. 8 8 UU' 43 - SECTION 8 - GENERAL PROVISIONS - 8. LEGAL RELATIONS AND RESPONSIBILITY (S.`:S. 7)IC6ni-o� f. Responsibility for Damaqe The provisions of the sixth, seventh, and eighth paragrapphs of S. S. Sec. 7-1.12, regarding retention of money due the Contractor..$,all not apply. g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C. E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such pro- clamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclama- tion had they occurred in a pipulated area or in an area in which such a pro- clamation was not already in effect. 2. Protecting the work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this section 7-1.165 will be determined in accordance with the provisions in Section 9-1.03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and speci- fications shall be borne.solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 8 - 700 42 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S. S. 7)(Cont.) b. Public Safety (Cont.) All expenses incurred by the Agency because of emergency "call-outs" for correcting improper conditions or for resetting or supple- menting the Contractor's barricades or warning devices, will be charged ` to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifi- cations ecifi-cations shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted fron any monies due or to become due the Contractor under the Contract,. d. Rights-of-Way and Easements The rights-of-way, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights-of-way, easements, or permits which the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavaila- bility of access routes or limitations thereof shall not become the basis for claims against the Agency or extensions of time for completion of the work. ? 001,1A1 8 - 6 SECTION B - GENERAL PROVISIONS B. LEGAL RELATIONS AND RESPONSIBILITY (S. S. 7) (Cont.). A policy or policies of comprehensive liability Insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and darage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the fore- going subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term. Certificates .. (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. b. Public Safety The provisions of S. S. Sec. 7-1.04 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, protable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barri- cades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. B - 5 00740 SECTION 8 - GENERAL PROVISIONS S. SCOPE OF WORK (S. S. 4)(Cont.) If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensa+,ion to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.03B(1), 4-1.038(2), or 4-1.03B(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S. S. 5)_ The provisions of S. S. Sec. 5 shall apply. 7. CONTROL OF MATERIALS (S. S. 6) r. ' The provisions of S. S. Sec. 6 shall apply. B. LEGAL RELATIONS AND RESPONSIBILITY (S. S. 7) The provisions of S. S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project*",: a. Insurance (1) The Contractor, before performing any work under the agreement, shalt, at no expense to the Agency, obtain and maintain in force the following insurance: (a) With respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non- owned automobiles, naming the County and its officers and employees as addi- tional insureds, with a minimum combined single limit coverage of ;500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, , Contractor shall procure or cause to be procure n t e r own behalf: OC' 39 8 - 4 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) d. Competency of Bidders (S.S. 2-1.11)(Cont.) All bideers must be contractors holding a valid license to perform the rewuired work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial responsibility, and expericne, in order to be eligible for consideration of their proposal. 4. AWARD AND EXECUTION OF THE CONTRACT (S. S. 3) herein. The provisions of S. S. Sec. 3 shall apply, except as modified a. Award of Contract (S. S. 3-1.01) As used in S. S. Sec. 3-1.01 "Director of PubllcNorksV means the Board of Supervisors. b. Contract Bonds (S. S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an amount of the total bid, each in the form approved by the Agency. c. Execution of Contract (S. S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self- insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. S. SCOPE OF WORK (S. S. 4) herein. The provisions of S. S. Sec. 4 shall apply, except as modified In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased quantities," of the Standard Specifications, the follow- ing shall apply: B - 3 00738 •SECTION B - GENERAL PROVISIONS 3. PROPOSAL (610) REQUIREMENTS AND CONDITIONS (Cont.) a. Examination of Plans Specifications, Contract and Site o Work 3 Records of the Department referred to in the second paragraph of S. S. Sec. 2-1.03 may be inspected in the office of the Public Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1.05) (1) The provisions of S. S. Sec. 2:1.05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the Department shalt not apply. (2) All proposals (bids) shall be made on forms to be ob- tained from the office of the Public Works Director, at the address indicated on the Special Provisions; no other will be accepted. (3) The requirements of the second paragraph in S. S. Sec. 2-1.05 are superseded by the following: Ali proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided, and shall be signed by the bidder, who Shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S. S. Sec. 2-1.05 shall not apply. c. Proposal (Bid) Guaranty (S. S. 2-1.07) following: The requirements of S. S. Sec. 2-1.07 are superseded by the (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S. S. 2-1.11) The requirements of S. S. Sec. 2-1.11 shall not apply. Attention is directed to S. S. Sec. 7-1.01E and the require- ments of law referred to therein relating to the licensing of Contractors. Ool 3 1 B - 2 SECTION A - DESCRIPTION OF PROJECT S. PERMITS Grading- The Contractor shall comply with the applicable pro- visions in the County Grading Ordinances (Title 7 - Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Sewer - The Contractor shall contact the Central Contra Costa Sanitary Distr1—L, the Crockett - Valona Sanitary District, and the San Pablo Sanitary District at least forty-eight (48) hours prior to starting work on or near existing sanitary sewer facilities (including removal of castings). The County will issue a change order to cover the contractor's actual cost Of any permit that may be required and no overhead or profit will beiallowed. i'ef'+.+d 'Ykd) rarfIt:!-fo;FoL, `;.'1G tCa €� a' ?.. { 01t{aYq,"`9 �Ii 757 "t oA at f .�:"t.�'.'*.:}.i_,. "".z, "t".�:5t}J tarf�»tl9 i3���'7�t7 'tb •v�17���tCt.'iY:}tt$��. .�!t1i�}['S`��ts.r1°'XS}.J �aE Zdxa: h:'„ r'r I I AIV VIC) T� ^ it 4 'aTAp�gt IFIi� 7i� �1T3! g�Mq{ru y,S}# J..,ry tfi eta, �s� 8 i}CI ?1 �P !}" nt ,fl�'bn c t l z rt; l$sl l t o SCiznfa0 .a A x aionO .sial 4 t tttit� l�G `"�'3' k' f2` ' c",nlirrrAll-i'Wt104#781 `eta �'fVr14^ ry n^� c. i-'?IND TT10tO .#>iJ + AF ,' �4'e�{*` t}i. �'f F3• i1 ,tl� lly' y t .�C $iF,3+,.,., Iii - . ; ` 00735 .. 4 SECTION A - DESCRIPTION OF PROJECT 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "Miscellaneous Storm Drains Project," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these Special Provisions, the Notice to Contractors, the Proposal, the Contract, the contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sxetches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these Special Provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," Section 8-1.06, "Time of Completion," and Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these Special Provisions. Because of the requirement imposed on the County of Contra Costa by the Economic Development Administration, that on site labor be started on that project on or before November 23, 1977, the following time table will be followed as closely as possible. Open bids - October 20, 1977 Award Contract - October 25, 1977 First Chargeable Working day - November 7, 1977 The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of, 110 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. A - 2 ; � 00''iT SECTION A - DESCRIPTION OF PROJECT = i, LOCATION r;t The project is located at 4 different.sites described as follows: EL SOBRANTE AREA Site 01 Canyon Road - Valley Lane Southeasterly 200 feet Valley Lane - Canyon Road Northeasterly 100 feet • :Fn=„ CROCKETT AREA ; Site N2 Pomona Street - Alexander Street to 500 feet east of Rolph Park Drive Site 03 West Street - Alhambra Street to Loring Street Rolph Avenue - Winslow Street to Loring Avenue 0- Loring Avenue - Rolph Avenue to Bay Street Bay Street - Winslow Street to Loring Avenue ,;!j ALAMO - DANVILLE AREA s: Site l4 Danville Boulevard - 300 feet south of La Serena to 300 feet North of Raeanne Drive Hemne Avenue - 250 feet west of the Southern Pacific Railroad to Danville Boulevard 2. DESCRIPTIONI OF WORK The work consists of the installation of various sized storm drain culverts, the construction of appurtenant inlet and outlet facilities and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions to be performed, placed constructed or installed. A - 1 00733 WORK ORDER 4390 I N D E X (Continued) SECTION E - CONSTRUCTION DETAILS (Cont.) 9. Existing Facilities E-17 10. Clearing and Grubbing E-18 11. Watering E+18 12. Earthwork E-18 13. Clean-Up E-22 14. Asphalt Concrete E-23 15. Portland Cement Concrete Pavement E-26 16. Concrete Structures E-26 17. Reinforcement E-26 18. Cast in Place Pipe E-27 19. Reinforced Concrete Pipe E-26 20. Corrugated Steel Pipe E-28 21. Sacked Concrete Slope Protection E-29 22. Concrete Curbs and Gutters, Sidewalks, Pedestrian E-29 Ramps and Driveways - DRAWINGS INCLUDED IN SPECIAL PROVISIONS STATE BULLEfIN S-158 EXTRACT - TRENCH PROTECTION CC 302 Markers, Mailboxes, Etc. 303 Pipe Details 306 S1-6 Curb, Sidewalk 3010 Inlet Frames and Grates F r 3011 Type A Inlets " # 3012 Type B Inlets :^ , 3013 Type C Inlets iry 3021 Type II Man Hole Base 3022 Type III Man Hole Base P ver * y i r 3023 Circular Grate and Frame 3024 Manhole Frame and Cover 3030 Type A Headwall A 3040 Staking 3051 Signing, Striping, Etc. Handicap Ramps (Unnumbered) ] EDA Site Sign and Specifications 001ic3ti WORK ORDER 4390 INDEX SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of Work A-1 3. Contract Documents A-2 4. Beginning of Work, Time of Completion, b Liquidated Damages A-2 S. Permits A-3 SECTION B - GENERAL PROVISIONS 1. Definitions and Terms 8-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-2 4. Award and Execution of the Contract B-3 S. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials 8-4 8. Legal Relations and Responsibility 8-4 9. Prosecution and Progress 8-8 10. Measurement and Payment 8-9 11. General Prevailing Wage Rates 8-10 12. Apprentices 8-11 13. Previous Disqualification, Removal or Other Prevention of Bidding 8-11 14. Subcontracting B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - FEDERAL RE UIREMENTS FOR LOCAL PUBLIC WORKS GRANT PROJECTS 1. General D-1 2. Perforrance of Previous Contracts D-1 3. Federal Aid Proposal Notices D-1 4. Required Contract Provisions (Federal) D-5 5. Affirmative Action Requirements - Equal Employment Opportunity 0-26 6. Area Affirmative Action Plan 0-33 7. Federal Minimum Wages D-33 SECTION E - CONSTRUCTION DETAILS 1. Order of 'Work E-1 2. Lines and Grades E-1 3. Materials E-2 4. Public Convenience, Public Safety and Signing E-2 5. Cooperation E-5 6. Obstructions E-5 7. Relations with Railway Company E-7 8. Removing Concrete 00"M E-16 Miscellaneous Storm Drains Project Project No. 4390-0925-71 For Pre-Bid Information, Contact: Public Works Department Phone (416) 372-4470 k 1 �% : 4 f, 3 I SPECIAL PROVISIONS " FOR CONSTRUCTION ON ' COUNTY HIGHWAYS :c MISCELLANEOUS STORM DRAINS PROJECT FI LED k� 71977 J. R.O:SSON CLERK BOARD 0;SUPERVISORS RA COSTA CO. _—Depyly VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA AUGUST, 1977 Microfilmed with board ordw 00730 I & FOR INFORMATION ONLY This proposal contains provisions pertaining to Affirmative ActiOn and the utilization of Minority Business Enterprises. The proposal requires 100 percent Performance Bonds and 100 percent Labor and Materials Bonds. The proposai requires that the bidder sign various documents and certificates. The Special Provisions require that the bidder, from time to time, submit various Federal and local forms. These forms include, but are not limited to the following. , . L Non-Collusion Affidavit 2. Certification regarding previous contracts subject to equal opportunity clause. 3. Questionnaire on disqualification 4. Certification of non-segregated facilities S. Minority Business Enterprise Utilization Report Part A and Part B EDA Form 530 6. Form ED 110 ]. Form ED 162 z ti B. Form EDA 503 9. Equal Employment Opportunity Employee Information Report (EED-1 on Standard Form 100) 10. Minority Business Enterprise Utilization Report Schedule A involves work with the Southern Pacific Railroad right of way (Site 4). The bidder will be required to sign a separate agreement with the railroad and furnish insurance in the form set forth in the Special Provisions. AAlaofilmed with board ordw. 00729 - 16 - In evaluating any request for a waiver, EDA will check all available sources including CCAC's, other OMBE-funded organizations and relevant non-OMBE-funded minority business organizations to determine whether the requesting Grantee and its prime contractors have made all feasible efforts to locate and enter into contracts or subcontracts with MBEs and to assist MBEs in performing contract 5'r: services or in furnishing contract supplies. A waiver will be granted only when EDA is satisfied that fulfill- ment of the 10% MBE requirement is not feasible and that the Grantee and its prime contractors have in no way frustrated fulfillment of that requirement. Technical Assistance The staffs of all OMBE affiliates and all SBA offices and the Civil Rights and LPW staffs of EDA Regional offices' are available to assist Grantees, prime contractors and, MBE's themselves in achieving maximum MBE participation in'"` ' the LPW program. EDA has funded special supplemental staff in SBA offices to facilitate SBA assistance in surety: bond guarantees and working capital loans. In addition, the staffs of the EDA-funded University Resource Centers are prepared to furnish technical assistance to MBE's in bidding and other business and technical areas. A list of "'..,.... those centers and their addresses is attached. 00'i '$ 15 all available qualified MBEs to participate as contractors, subcontractors or suppliers and not enough MBEs can or will participate to reach the 109 MBE participation goal, a waiver request detailing the efforts of the Grantee and its prime contractor may be necessary in order for the project to proceed. such a waiver request would ordinarily be made after the initial bidding or negotiation procedures proved unsuccessful. Waiver requests will also be entertained during the cons truction'period if one or more MSEs which were committed to participate fail to do so through no fault of the Grantee or any of its prime contractors. Finally, a Grantee situated in an area where the minority population is very small may apply for a waiver before requesting bids on its project or projects if it can show that there are no relevant, available, qualified minority business enterprises which could reasonably be expected to furnish services or supply, materials for the project. It should be noted, however', that there may be relevant, available, qualified minority business enter- prises for some types of projects in some areas and no such enterprises for other types of projects in those same areas. Therefore, waivers shall be granted only on a project-by-project basis. - - 14 - must demonstrate that there are not sufficient, releVafiCi qualified minority business enterprises whose market'aibab include the project location to justify a waiver. The Grantee must detail in its waiver request the efforts they' Grantee and potential contractors have exerted to locate and enlist MBEs. The request must indicate the specific MBEs which were contacted and the reason each MSE was not used. EISA will consider the degree to which the Grantee and potential contractors have used available referral sources and related assistance in evaluating waiver requests. '.3 Some State or local laws involving bidding procedures or other matters may make fulfillment of the 10% MBE requirement difficult for some Grantees. It is the responsibility of each Grantee to find ways of achieving 10% MSE participation regardless of such laws. If qualified, bona fide MBEs are available, EDA will not grant a waiver of the 10% MBE requirement because of difficulties caused by State or local law. _.. , Only the Grantee can request a waiver. Ordinarily waiver request will be considered only after the Grantee and its prime contractors have taken every feasible action to achieve at least 108 MBE participation. For example, if the Grantee or its prime contractors have taken all feasible steps to locate relevant MBEs and have requested - 13 assistance, including assistance with bonding and working capital, to help the MBE perform its contracts. MBE Certifications. The Grantee must secure a state- went from each minority firm participating in each project as a contractor, subcontractor or supplier, on Form ED-530, Part B, certifying that the minority firm is a bona fide minority business enterprise and that the minority firm has executed a binding contract to provide a specific service or material to the project for a specific dollar amount. The Grantee must secure and submit this statement to EDA as soon as the minority firm has executed a binding contract. EDA will spot-check such certificates to make sure that the participating MBE is bona fide. Copies of the Form ED-530, Parts A and B, are included with this package. Additional copies are available from EDA Regional Offices. The Grantee must send the initial report, the 408 completion report, and certifications from minority firms to the Regional Director, Attention: Civil Rights Division�at the appropriate,EDA Regional Office. Waivers Although a provision for waiver is included under this section of the Act, EDA will only approve a. -- waiver under exceptional circumstances. The Grantee:„ - 12 - 408 Completion Report. Upon completion of 408 of each project, each Grantee must submit a second report on Form ED- 530, Part A, describing actual MSE participation up to that point on the basis of executed contracts and subcontracts with MBEs which are still in full force and effect, and estimating any future MBE participation on the basis of any contracts and subcontracts which the Grantee or a prime contractor expects to make with MSE® during the remainder of the project construction period. The 408 Completion Report must demonstrate MSE participation to the extent of at least 108 of the grant funds in order for EDA to issue the second project letter of credit. If that report indicates that there will be a shortfall, EDA will not issue a second letter of credit and will consider terminating _ the grant, unless the Grantee can justify the shortfall....:;. , in MSE participation by demonstrating that it was not the Grantee's fault or the fault of one of its prime contractors. In evaluating any such justification which claims that a MBE contractor, subcontractor or supplier was terminated for failure to perform, EDA will consider whether the Grantee and any relevant prime contractor have furnished all feasible technical it Grantee expects to make at a later,. date. Usually this information can . only be an estimate. if the Grantee's *t :t r estimate proves to be wrong when sub..! - sequent contracts are made and it appears that the 108 MSE requirement may not be met, the Grantee should k, immediately advise the appropriate EDA, . regional office to determine how the possible shortfall can be accommodated. .,, EDA will check each report to determine whether the information on the report demonstrates that at least 10% of the grant funds will be expended for MBEs. if the report does not so demonstrate, no letter of credit will be issued. While EDA will accept the information furnished by the Grantees at face value for purposes of determining eligibility for a letter of credit, EDA will verify that information during the construction period by com- paring the information on the initial Form ED-530, Part A, report with the Form ED-530, Part B, certificates which are submitted later and with the second Form ED-530, Part A, report filed at 408 project completion. EDA will also spot-check Grantee and prime contractor compliance. OMM Grantee Reports In order that EDA may monitor MBE participation an a"- grant-by-grant basis and a nationwide basis, Grantees' are required to submit several sets of reports to EDA, addressed to the appropriate Regional Director, Attentions Civil Rights Division. Initial Report. Before the first letter of credit is issued, the Grantee must submit a report on Form ED-830, Part A, which sets forth: (a) The name and address of each MBE contractor with which the Grantee has already signed a contract and which describes the work Rrac". r; to be done or materials to be furnished .. d by the MBE and states the amount of nPIj0"4 7 contract funds to be paid to the MSE. (b) Similar information with respect to MSE subcontractors or suppliers under any prime contract which the Grantee has _s.vld - . already signed. The low bidding prime contractor must furnish that informs- tion to the Grantee before the prime contract can be signed. (c) Similar information with respect to any simple or prime contract which the 9 - in the case of projects involving more than one contract, the Grantee may fulfill its 109 MBE require-. ment in any of several ways. Some of the contractors may themselves be MBEs--for example, contracts for engineering or other professional or supervisory services, or for landscaping, accounting or guard services. Some prime contracts may be with MBEs or may contain assurances for 109 MBE participation or for more than 109 MBE par- ticipation, with appropriate supporting names and addresses of MBE subcontractors or suppliers. Other prime contracts may provide for less than 109 MBE participation. Unless the Grantee can assure 109 MBE participation by other means, the bidding procedures described above will be applicable to all selections of prime contractors through competitive bidding. Grantees administering projects involving more than one contract are also encouraged to use other contractor selection procedures where appropriate. In any event, it is the Grantee's obligation to make sure that at least 109 of the grant funds as a whole will be expended for MBEs through its 111 own simple or prime contracts or through the subcon- tracts or supply contracts of its prime contractors. General Conditions for Local Public Works Round II Projects, which are to be made part of all prime contracts. Any such prime contract must also include a list of the names and addresses of the MBEs to be used and the amount of grant funds to be expended for each such MBE. When prime contractors are selected through competitive bidding, the Grantee must require that each bid include a com- mitment to use at least 10 percent of the contract funds for MBEs. Each such bid shall also indicate the name of each MSE the bidder will use, the work to be performed by it, and the total percentage of the contract the bidder will expend in the aggregate for all such MBEs. Bids shall be considered by the Grantee to be responsive only if at least 10 percent of the contract funds are to be expended for MBEs. Within 5 days after the bid opening and after the apparent lowest responsive bidder is notified, it must submit to the Grantee the names of each MBE the bidder will use, the work to be performed by it, and the amount of contract funds to be paid to it. EDA also encourages Grantees and prime contractors to select contractors by negotiation or by a bidding procedure limited to MBEs whenever possible under State law. Upon request, EDA will waive Federal competitive bidding requirements when Grantees determine that other contractor selection procedures con- stitute effective means of achieving at least 10% MBE partic- ipation. [ ° i1c} ll���f�GV 7 - shortfall is not its fault or the fault of its prime— contractor,or rime—contractor,or unless the Grantee can demonstrate that the shortfall will be made up during the remainder of the contract. Because of the seriousness of these EDA' sanctions, Grantees should administer every project tightly and initiate corrective action promptly if a shortfall in MBE participation seems likely. Contracting Requirements LPW projects will be administered through prime contracts involving subcontracts and/or procurement. of substantial supplies and simple contracts which do not involve subcontracts or procurement of substantial supplies, or a combination of prime and simple contracts. In the case of projects to be administered through one prime contract, the 106 MBE requirement would be met if the prime contractor is an MBE or if at least 10% of the grant funds are expended for MBE subcontractors or suppliers. In the latter case, the Grantee must make sure that the prime contractor does so expend at least 106 of the grant, and the Grantee may not enter into a prime contract which does not contain an assurance that the MBE requirement will be met. Such an assurance is contained in EDA's Supplemental { s � 00 719 - 6 - assist small and disadvantaged business firms. in addition to offering direct and guaranteed loans and surety bond guarantees for MBEs engaged in the LPW pro-.. a, gram, the SBA also licenses venture capital groups, identifies minority businesses through its computerized Minority Vendors Program, and maintains lists of minority firms eligible to do business with the Federal Government. The SBA has Minority Small Business Specialists assigned to many of its offices throughout the country, Grantees and contractors are encouraged to contact SBA offices for help, especially in areas where there is no OMBE office, . funded organization or referral agency. A list of SBA offices is also enclosed. In addition to assuring through its contracting pro- cedures that MBEs obtain at least 10% of the dollar value of the contracts, subcontracts and supply procurements financed by the LPW grant, the Grantee must monitor the performance of its prime contractors to make sure that their commitments to expend funds for MBEs are being ful- filled. If a shortfall occurs, EDA will suspend the first letter of credit, or refuse to issue the second letter of credit, or, in extreme cases, terminate the grant, unless the Grantee can demonstrate that the 00''r18 U. S. Department of Commerce which serves as the federal coordinator and information clearinghouse for minority- owned businesses, to provide assistance to Grantees and prime contractors in fulfilling the 10% MSE requirement. OMBE works closely with and funds numerous minority business organizations which are in regular contact with minority business contractors and suppliers. OMBE's network of 27 Construction Contractor Assistance Centers (CCAC's) specialize in services to construction-related minority firms. Besides providing their clients with technical, marketing and financial assistance, CCAC's also maintain current rosters of minority firms in their areas. A booklet listing these offices is enclosed. Grantees and contractors are also encouraged to use similar non-OMBE-funded minority business organizations for the purpose of locating appropriate minority busi- nesses. Grantees and prime contractors should also be aware of other support which is available from the Small Business Administration (SBA) , an independent agency of the U. S. Government responsible for providing financial, management and other assistance to eligible small busi- nesses. through its field offices located throughout the U. S., the SBA administers programs designed to r"I %A f_ 00 1 i d - as needed. Inability to obtain bonding will ordinarily , not disqualify an MBE. Grantees and prime contractors are expected to help MBEs obtain bonding, to include MB£s in any overall bond or to waive bonding where f feasible. The Small Business Administration (SBA) is prepared to provide a 90% guarantee for the bond of any MBE participating in an LPW project. Lack of working capital will not ordinarily disqualify an MBE. SBA is prepared to provide working capital assistance to any MBE participating in an LPW project. Grantees and prime,,, contractors are expected to assist MBEs in obtaining working capital through SBA or otherwise. In order to fulfill its obligation to use MBEs, every Grantee should make sure that it knows the names, addresses and qualifications of all relevant MBEs which would include the project location in their market areas. For this reason, Grantees are urged to call or write any organization which provides minority business development or construction contract assistance in its area. In most cases, Grantees should also hold prebid conferences to which they invite interested contractors . and representatives of such XBE support organizations. Arrangements have been made through the Office of ' Minority Business Enterprise (OMBE) , an agency in the 3 - interest in an enterprise or joint venture is repraeehed by debt securities, leasehold interests, management con- tracts or other interests owned or controlled by non- minority group members, EDA will analyze the enterprise or joint venture cl6sely to make sure it is a bona fide MBE. An MBE is available if the project is located in the market area of the MBE and the MBE can perform project services or supply project materials at the time they are needed. The relevant market area depends on the kind of services or supplies which are needed. For example, a supplier of a heavy material such as concrete pipe would have to be located relatively close to the project because of high transportation costs, while a supplier of relatively expensive, light material could be located far from the project. The market area for any kind of services or supplies depends, therefore, on trade practices: but EDA will require that Grantees and prime contractors engage MBE's from as wide a market area as is economically feasible. An MBE is qualified if it can perform the services or supply the materials that are needed. Grantees and prime contractors will be expected to use KBEs with less experience than available nonminority enterprises and should expect to provide technical assistance to MBEs i. i #til �Il tIJ 2 - Grantee obligation The primary obligation for carrying out the 10% MBE participation requirement rests with EDA Grantees. The grant agreement requires that the Grantee assure EDA that it will expend at least 10% of the amount of each grant it receives for bona fide MBEs. Since LPW projects must be performed by private contractors, the Grantee must make sure that at least 101 of the grant funds are expended for MBE contractors, subcontractors or suppliers. The Grantee and those of its contractors which will make subcontracts, �. i= or purchase substantial supplies from other firms (herein- after referred to as "prime contractors") must seek'out all available bona fide MBEs and make every effort to use as many of them as possible on the project. An MBE is bona fide if the minority group ownership interests are real and continuing and not created solely to meet 10% MBE requirements. For example, the minority group owners or stockholders should possess control over management, interest in capital and interest in earnings commensurate with the percentage of ownership on which the claim of minority ownership status is based. Similarly, minority participation in a joint venture must also be based on the sharing of real economic interest and must include propo=tionate control over management, interest in capital and interest in earnings. if the real economic 00 1^1114 U.S. DEPARTMENT OF COMMERCE Economic Development Administration LOCAL PUBLIC WORKS PROGRAM, ROUND II GUIDELINES FOR 1G8 MINORITY BUSINESS PARTICIPATION IN LPW GRANTS The 1971 amendment to the Public Works Employment Act (LPW) includes the following requirement with respect to minority business enterprise (MBE) participation: Section 106(f) (2) Except to the extent that the Secretary determines otherwise, no grant shall be made under this Act for any local public works project unless the applicant gives satisfactory assurance to the Secretary that at least 10 per centum of the amount of ch grant shall be expended for minority siness enterprises. For purposes of this p ragraph, the term 'minority business enter- z7 n ises' means a business at least 50 per cen- tIm of which is owned by minority group mem- R asr.V+ b rs or, in case of a publicly owned business, arae 'u uonu, per centum of the stock of which cortos�� /�ian -_ a least 51- owned by minority group members. For the purposes of the preceding sentence, minority group members are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleuts. EDA Policy EDA ascribes a high priority to the development and support of minority business enterprises and will enforce the 108 MBE participation requirement strictly. In areas with relatively high minority populations, such as large cities, EDA encourages Grantees to spend substantially more than 108 of grant funds for MBEs to make up for the lower than 108 participation which may take place in those areas with small minority populations. r 00713 } ' Microfilmed with board order PROPOSAL (CONT.) ------ v N0. ITEM SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN 1101 PERCENT OF AMOUNT 810 - ICASHIER'S CHECK► CERTIFIED CHECKOR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION► STATE LEGAL NAME OF CDRPORATION► ALSO NAMES OF PRESIDENT► SECRETARY► TREASURER• AND MANAGER THEREOF. IF A COPARTNERSHIP► STATE TRUE NAME OF FIRM. IF 810CER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL► STATE FIRST AND LAST NAME IN FULL. ------------------------------------------------------ - LICENSED TO DO OR SUBCONTRACTALL CLASSES OF WORK INVOLVED IN THE PROJECT# IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA— TION OF CONTRACTORS► LICENSE NO. (CLASS— I. - (SIGNATURE OF BIDDER) — BUSINESS ADDRESS -- ------------------------------------------------ PLACE OF RESIDENCE --- DATE - ------------1 ' -- ------------------------------- ---Y-��C.e�-.•-M-N- ------ -- P - b PROPOSAL (CONT.) *---------------- IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS• THE UNIT PRICES SHALL PREVAIL. IT 1S UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL# AND THE RIGHT 1S RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED• IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT 15 FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FJR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT IIID FOR THE PROJECT# DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY 50 STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED# AS BIDDER# SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL#• TO T14E COUNTY OF CONTRA COSTA AND AT NU EXPENSE TO SAID COUNTY# EXECUTED BY A RESPONS- IBLE SURETY ACCEPTAELE TO SAID COUNTY# IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID# WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS# WITHIN SEVEN 171 DAYS* NOT INCLUDING SUNDAYS# AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT 15 READY FOR SIGNATURE* THE BOARD OF SUPERVISORS MAY♦ AT ITS OPTION# DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT* AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND vO1D AND THE FORFEITURE OF SUCH SECURITY ACCOMPA14YING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS ------------ THE CONTRACTOR AGREES• BY SUBMISSION OF THIS PROPOSAL* TO CON- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS. EXCEPT AS PROVIDED UNDER SECTION 4100.5* THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WQRK* A COMPLETE LIST OF SUBCONTRACTORS 15 REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR 15 LISTED. THE FOLLOAING 15 A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCJNTRACTOR* THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED C05T OF SUCH PURT107+ OF THE CONTRACT ITE! * DETERMINED FROM INFORMATION SUBMITTED BY THE CON- TRACTOR* SUBJECT TO APPROVAL BY THE ENGINEER. THE UNDER513NED. AS BIDDER# DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY. THE BY-LAWS• RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCCNTRACTOR OR MATERIALMANO WHICH 15 NOT PROCESSED THROUGH SAID BID DEPOSITORY* OR WHICH PREVENT ANY SUBCONTRACTOR1OR MATERIALMAN FROM BIDDING TO ANY CONTRACTJR WHO DOES NOT USE THE'PACM ITIES OF OR ACCEPT 8105 FROM OR THROUGH SUCH Of DN ITURY. P - 5 PROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE 131 DEC1t4AL5) ------------------------------------------------------------ _ITE( ----- TOTAL ITEM ESTIMATED UNIT OF PRICEIIN IIN' NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) 27------------------------------------------------76 LF2" CORRUGATED STEEL PIPE --------------------------------._;;--------r--. ,. 2e 32 LF 43r` x 27 CORRUGATED STEEL PIPE ARCH 29wrrw-rrN58------ ft 1511REINFORCEDrCONCRETErPIPE - (CLASS 111) ------------------ ------wl.-----.r.------------r---------------- ------- ---w_rr_ 30 237 LF I8" REINFORCED CONCRETE PIPC )CLASS 111) • -----------------w---------.------------------------------- --------- --------- w31 10159 LF 2410 REINFORCED CONCRETE PIPE (CLASS 111) .w..--------------------r----»------------------rr__ - _ ,. 32 577 LF 36REINFORCED CONCRETE PIPE (CLASS Ili ) •----_-_rw......-....------_« --------------------------------- ------ --- 33 27 LF 42" REINFORCED CONCRETE PIPE . (CLASS 1111 •3w ..r..-Nww ._ _-4l -- -_- 4 15 LF " STEELPIPE •--------------------------------------- ---- -- 35 209 LF MINOR CONCRETE (CURT;) .w-------------------------------------------- ------ 36 10074 LF MINOR CONCRETE (SIDEWALKI --------------------- --------------------------------------- _._ --- -----_•__ 37 1 SANITARY SEWER RELOCATION [CONTINGENT SUM - PAID AS EARNEDI3,fpdjp .------------------------------------------------------------ -------- --------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL 4'T4�i 40'710 P — 4 PROPOSAL !CONT.) (PRICE NOT TO EXCEED THREE (3) CECIM.ALS) --------------------------------------------------------- --------- --------- I ------ - - I TEtf. TC7AL ITEM ESTIMATED UNIT OF PRICE(IN (It. N0a QUANTITY MEASURE ITEM FIGURES) FIGURES) 14 - -- —_ _____ ___�.IWOR STRUCTURE (TYPE A INLET WITH —_ --_---- �------- 2EATYPE III MANHOLE BASE) --------------------—-------—----—--------------------------- ------ --------- 15 4 EA MINOR STRUCTURE (TYPE B INLET) .---------------..—.------------------------------------------- --------- ------ 16 —_------ -------- ------16 13 EA MINOR STRUCTURE (TYPE II MANHOLE) ------------------------------------------------------------------- --------- 17 2 EA MINOR STRUCTURE (TYPE [if MANHOLE) --------------------------------------------------- -------- --------- 19 1 CA MINOR STRUCTURE (SPCCIAL INLET 0+00 SITE 1) ..:;= ----------------------------------------------—-------------- ------- --------- 29 1 EA MINOR STRUCTURE ISPECIAL INLET 0+00 SITE 2) ----------------------------------------------------- -------- --------- 20 1 EA MINOR STRUCTURE ISPCCIAL INLET 19+00 SITE 2) ----------------------------------------------------------- -------- --------- 21 1 EA MINOR STRUCTURE (TYPE A HEADWALL WITH SAC4ED CONCRETE SLOPE PROTECTION) --------------------------------------------------------- -------- --------- 22 1.912 LF 24" CAST—IN—PLACE CONCRETE PIPL ------------------------------------------------------------ -------- --------- 23 149 LF 36'' CAST—IN—PLACE CONCRETE PIPE "-.-- ---------- ----------------------------------- -------- --------- 24 2x046 LF 42" CAST—IN—PLACE CONCRETE PIPE — 5-------_-60~ _—LF- -- -- CORRUGATED STEEL PIP- - ----- -- --- --- -------- 2 -- -- — ------------------------------------------- -------- --------- 26 64 LF 15" CORRUGATED STEEL PIPE ---- -------------------------__--_----- -4- -- -- --------- P — 3 PROPOSAL (CONT.i (PRICE NOT TO EXCEED THREE (3) CECIVALS) ITE'-' TOTAL _ ITEM ESTIMATED UNIT OF PRICE(IN (IN NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) .. -. ------------ -- -------- --------- 1 I LS SIGNING AND TRAFFIC CONTROL ------------------------------------------------------------- -------- 2 1 Itle FLAGGING (CONTINGENT SUM- PAID AS EARNED) Coe --- -- - --------------------- ---------- --------- 3 ------------------ -------- --------- 3 7 EA REMOVE INLET 4 - 6053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT --------------------------------------------- ------ft-- --------- 5 117 CY REMOVE P.C.C. PAVEMENT ---------------------------------------------------- 6 IID14 SOFT REMOVE P.G.C. SIDEWALK --- ----- --- -------- ------ ------- --------- 7 209LF REMOVE P.C.C. CURB --------------------- -- - B 41192 CY STRUCTURE EXCAVATION 9 4@192 CY STRUCTURE BACKFILL ----------------------------------- 10 10*345 SOFT ASPHALT CONCRETE PAVEMENT --------------------- -------- --------- 11 10.650 SOFT ASPHALT CONCRETE DITCH ----------------------------------------------------------- -------- --------- PAVEMENT 12 64 CY P.C.C. --------------------- - ----------------------------------- -------- --------- 13 10 EA a;I?:OR STRUCTURE (TYPE A INLET WITH TYPE It MANHOLE BASE) .-..-----»---------- --------------------- -------- --------- 00708 P - 2 ! PROJECT N0. 4390-0925-77 a BIDS DUE OCTOBER 20a 1977 ! ' AT 2 O'CLOCK P•I•t. 6TH FLOOR► COUNTY ADMINISTRATION BUILDING* 651 PINE STREETr MARTINEZr CALIFORNIA 94553 i d TO tME BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ9 CALIFORNIA P it C P 0 S A L AP F.0 R MISCELLANEOUS'-STORM DRAINS PROJECT SCHEDULE 8 F ' L E D NAME OF BIDDER J a OLS'.AN ----------------------- --SI1F5IL4,yJAi'r isoas BUSINESS ADDRESS ;� J:_ ••_ •� 'PLACE OF RESIDENCE- -------------------------------- TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - THE UNDERSIGNED* AS BIDDER* DECLARES THAT THE O%1.Y PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAIAED HEREIN- THAT THIS PROPOSAL IS MADE WITHOUT CCLLUSICN WITH ANY OTHER PERSONa FIRM OR CORPORATICN— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORKi PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES• IF THIS PROPOSAL IS ACCEPTED. THAT HE WILL CONTRACT wITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY# TOOLS+ APPARATUS AND OTHER MEANS OF CONSTRUCTION. AND TO DO ALL THE NORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE MANNER AND TIME PRESCRIBED, AND ACCORD— ING TO THE REQUIREMENTS* OF THE ENGINEER AS THEREIN SET FORTH• AND THAT HE WILL TAKE IN FULL PAYMENT THEREFuR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREI`tBELOd FOR THE VARIOUS ITEMS OF '.gQRKs THE TOTAL VALUE CF SAID WORK AS ESTIMATED HEREIN BEING $ -------------------- ( INSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BIDv TO WIT— _.r.._ Microfilmed with board order : .t.�, (4)7W P - 1 PROPOSAL (CONT.) ---------------- NO• ITEM SUBCONTRACTOR ADDRESS ---- ------------------------ ---------------------- ------------•------- ---- ------------------------ ---------------------- -------------------- ACCOMPANYING TIIIS PROPOSAL 15 A PROPOSAL GUARANTY IN THE AMOUNT OF TEN 1101 PERCENT OF AMOUNT BID ICASHIERfS CIICCK, CERTIFIED CHECK OR BIDDERIS BOND ACCEPTABLE! THE NAME5 OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE ---------------- IF T)(E BIDDER OR OTHER INTERESTED PERSON 15 A CORPORATIONO STATE LEGAL NAME OF CORPORATIONr ALSO NAMES OF PRESIDENT+ SECRETARY0 TREASURER# AND MANAGER THEREOF. IF A COPARTNERSHIPS STATE TRUE NAME OF FIRM* IF BIDDER OR OTHER INTERESTED PERSON 15 AN INDIVIDUALS STATE FIRST AND LAST NAME IN FULL* ------------------------------------------------------- ------------------------------------------------------ LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECTS IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA- TION OF CONTRACTORS* LICENSE NO* (CLASS- )• ------------------------------------ -------------------------------------- ----------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS ------------------------------------------------------ PLACE OF RESIDENCE ................................................. DATE 19 ---- ------------------------ -- U(li'(i6 P - 7 PROPOSAL ICONT.1 ---------------- iN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS+ THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY• BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL• AND THF. RIGHT 1S RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED. IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECTS IT 15 FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FUR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECTS DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY 50 STATES, 1T IS HEREBY AGREED THAT THE UNDERSIGNED• AS BIDDER• SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE 014E HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSALS TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY# EXECUTED BY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID COUNTY• IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTAs IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID# WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS# WITHIN SEVEN (7) DAYSs NOT INCLUDING SUNDAYS► AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURES THE HOARD OF SUPERVISORS MAYS AT ITS OPTION# DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACTS AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS ------------ THE CONTRACTOR AGREES. BY SUBMISSION OF THIS PROPOSAL# TO CON— FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CJCE PERTAINING TO SUBCONTRACTORS# EXCEPT AS PROVIDED UNDER SECTION 4100.59 THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK. A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING I5 A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING 4ORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF 'WORK 1S DONE BY A SUBCONTRACTOR. THE VALUE OF THE AORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM. DETERMINED FROM INFORMATION SUBMITTED BY THE CON- TRACTOR. SUBJECT TO APPROVAL BY THE ENGINEER. THE UNDERSIGNED. AS BIDDER# DECLARES THAT HE HAS NOT ACCEPTED ANY BIO FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY 810 DEPOSITORY• THE BY—LAWS# RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CUt;SIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN# WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY# OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALSIAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 810 D"MlllYS P — 6 PROPOSAL ICONT. ) (PRICE NOT TO EXCEED THREE (3) DECIMALSI ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ( IN NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) 4O 1 leg SANITARY SEWER RELOCATION (CONTINGENT SUM - PAID AS EARNED) 3tC t ------ --------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL •- 1 tit+ )r•,at.s AlJ ,3� I ANT I A i A'00k ?ti t�a5,i %� 7 S t'U3:r 3'�' Buz` ,:t�r;Osl{)�J�,:�;w�(;�t`:�0 SI`:�4�,✓,�" ,I':i,rtll? ���,I:,".�U �1t�;0���) +,g 000 111Ae 1T #sI Y ,Odf fia, lit{ t t,•C;: ', �.,3*t, tk' ':1r{f TY3�+�s# SMT kit r"?T'��iJ+;r1 f11.`•,'a w�i' ?4�L'.tt:�:�D�= pp y y }«AT lryl:''.tf y r'�'1+yT'�t14. {i�93 vc r�?$ 7 s��{ 2 y 411.4F)Y4 `5� i�Iy kt4,"vyAiM,k+ M!`}I +Ls}°+`ll' a0i+t31 't1dV,Ti�T•:' vls: ,4. + Rz'a+•I? .lr i° 'thG�§' A w Toa rT:A 4�iT''I:i.' �iv?I:!`gt.�St�M1�r'# ZA Clv,I' Js'Il 00JI!o `"oi?-'1' X,r '.:#I't i:.p_ i V wK)M, ','$d};. e A»�•,'T#'1T't�+ 32�4:1-.m c,2Irl I A10, %A1 7 . JAZZ '14;�Q Z I 4 :O01Y 1k s " O.t: YTj U`V +.t� 'kkTvh xTvLed?« : }SF . sd FFH 4Cw'At( a T 1:Y } MA& 3fil 4 O:t i Ak 140Fi' '#,•�#.rirL,,�fu,u a•,`t ��::,£l,iJ'��e��OS1M'1 4OI�+='a4L}L����� '�O-� Y.f�'?7�)5�;3'�z0��` ,?.r;; stat �3 1'1t'f ;R'�:7A Tq*i:lXZR41-1 :ATait"?;Ve A „PrS lr ;a AtS) 3.PR gu- rV,15F:H"'0TAJ4st�4kl_w�; 1 iirU.S, a Q AS.Tt�4� U }O• T�,1J T Jt.a. :.1 rJsST47 i1K.'ts .+. 'sM,tiTI t3El 3#�i 3f .t? T i ':x J?I iA .T "I• 1t»)'7 s:"sitrkiT a�izrf d�tI .� +:I aC OWE, A !r`S 10��. '01 (1`�� •.a�'�kt,7 t.:L' "'' if,4�S�,P.G�''t Til+ # w Yui lk4'--�,..F'A 1 !3 w r?,� • . "w•J ai=t.T:°,����"i`��'�F�3'fi?is.�Sl4:.i�3;us+ �'` '� • '; 00704: P — 5 PROPOSAL ICGNT.) (PRICE NOT TO EXCEED THREE (3) DECIMALS) -------------------------------------------------------------- - - ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE(IN ( IN NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) ------------------------------------------------------- -----.. 27 64 LF 151 1 CORRUGATED STEEL PIPE ------------ -----------w_w----w---_ ..w 28 76 LF 4200 CORRUGATED STEEL PIPE ----------------------------------------------------r-wa 29 32 LF 43#' X 27+# CORRUGATED STEEL PIPE ARCH -r---------------------------------------------- - - .. 30 198 LF 1511 REINFORCED CONCRETE PIPE (CLASS III) -----------------------------------w----------r--r----r 31 649 LF IS" REINFORCED CONCRETE PIPE (CLASS 111) -----------w----------------------------------------a s 32 1.159 LF 241# REINFORCED CONCRETE PIPE (CLASS 111) - ----- -- a --3 a - REINFORCED CONCRETE 33 243 LF 0" PIPE (CLASS III) -------------------------------------ray----------w--r—r— --------- 34 602 LF 36'0 REINFORCED CONCRETE PIPE (CLASS 1111 -.-r---..---------------------------------------r a-- 35 69 LF 36" REINFORCED CONCRETE PIPE (CLASS IV) -----------------------------------------w------------ 36 27 LF 4200 REINFORCED CONCRETE PIPE (CLASS I111 --_ra---r..---------------------------------- ..a 37 15 LF G" STEEL PIPE ----------w---w----------------------------------- 38 289 LF MINOR CONCRETE (CURD) --------------------------------------------a—r--r---rrw--- awr—s -------- 39 2#630 LF MINOR CONCRETE (SIDEWALK) ------------------------------------------------------w r»-"-- --------- 00703 p - 4 PRCPOSAL (CONT.( (PRICE NOT TO EXCEED THREE (3) DECIMALS) ------------------------------------ ----___--_ --- - ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE(IN (IN N0. QUANTITY MEASURE ITEM FIGURES) FIGURES) ------------------------.._------r -.. -- --_ -« 14 13 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE 11 MANHOLE BASSI -----------------------------------+ ----+ ---- --- 15 2 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE III MAN()OLE BASE) --------------------------------- -- -- - 16 7 EA MINOR STRUCTURE (TYPE B INLET) ---_------+-----------------------------------r ------- 17 14 EA MINOR STRUCTURE (TYPE 11 MANHOLE) -------r-r_----'------------------r---------rr_--__----------- ---r---- --- --+--- 18 2 EA MINOR STRUCTURE (TYPE III MANHOLE) ----------+------------------------------ -------------------- 19 1 £A MINOR STRUCTURE (SPECIAL INLET C+00 SITE 11 ------------------------------------ ---------- ----- r-- --------------- -- 20 1 EA MINOR STRUCTURE ISPECIAL INLET 0+00 SITE 21 -+---_-+------------------------------------------« 21 1 CA MINOR STRUCTURE ISPECIAL INLET 19+00 SITE 2) ------------------------------------ - r«-r 22 iCA MINOR STRUCTURE (TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) -23-__+--1#912 24" ------------------ ------------------- - + -rCAST-IN-PLACE CONCRETE PIPE -----�--------'._................................................... _-_-.._...._....-. __-....-.._r..--....-,._r--..-- �.�..-.... .r.._.__«. 24 149 LF 3600 CAST-IN-PLACE CONCRETE PIPE -------w-------------^-------------------------_---.-r_- -- ----------------- 25 ------_ -r..-r--- 25 2#046 LF 42" CAST-IN-PLACE CONCRETE PIPE --------- - ------«.---_--- --rr----------------------------------- ------- --..----- 26 60 LF 12'' CORRUGATED STEEL PIPE ---------------m-------------------------- - --. t -041'7(f2 P - 3 PROPOSAL (C0NT.1 (PRICE NOT TO EXCEED THREE 131 DECIMALS) ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE( IN IIN NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) 1 1 - LS- SIGNING AND TRAFFIC CONTROL .. --- ----------------- -------- --------- 2 1 L4 FLAGGING ICONTINGCNT SUM- PAID AS EARNED) -------------------------------------------------- 9 EA REMOVE INLET ----------------------- ------ -------- -------- 4 89070 SOFT REMOVE ASPHALT CONCRETE PAVEMENT ----------------------------------------------- ---- --_--_ 5 125 CY REMOVE P.C.C. PAVEMENT -- ----------- - ------ --------- 6 1.894 SOFT RCMOVE P.C.C. SIOCWALK - ------ -----LF REMOVEP.C.C. --- - -m-- --------------- ------ ----- 7 289 --- ....- --------------------------------- -------- --------- 8 4.871 CY STRUCTURC EXCAVATION -----m--------------- ----------- --- ------- 9 4.871 CY 10 12+4al SOFT ASPHALT CONCRETE PAVEMENT - 11 109650SOF T - ASPHALT CONCRETE DITCH --------------------- --_ - - --------------------- -- -- ---- -------- 12YP C C. PAVEMENT - ------------------ 13 2 EA MINOR STRUCTURE (TYPE A INLETI WPI01 P - „ PROJECT NO. 4390-0925-77 8I05 DUE OCTOBE� 20. 1977, AT 2 O'CLOCK P. . 6TH FLUOR• COUNTY ADMINISTRATION _... _._. ...,, ._ ._ BUILDING• 651 PINE STREET. s MARTINEZ. CALIFORNIA 94553 _. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZs CALIFORNIA P _A 0 . P .0 .6 A L .... FOR i f MISCELLANEOUS STORM DRAINS PG SCHEDULE A E D x 5i ;x'17 1977 J u. OISSgN ' `y CI(F✓. BOAVD 0., EJi,CRVISOR5 NAME OF B ADDER r INA C0 TA CO. -------------------------- BUSINESS ADDRESS ------------------------------- PLACE OF RESIDENCE -------------------------------- TU THE BOARD OF SUPCRVISORS OF CONTRA COSTA COUNTY THE UNDERSIGNED. AS BIDDER. DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN— THAT THIS PROPOSAL 15 MADE WITHOUT COLLUSION w'ITH ANY OTHER PERSUN. FIRM OR CCRPOPATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATICN OF THE PRO— POSED WORK. PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES. IF THIS PROPOSAL IS ACCEPTED, THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY* TOOLS• APPARATUS AND OTHER MEANS OF CONSTRuCTIONs AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT. IN THE MANNER AND TIME PRESCRIBED. AND ACCORD- ING TO THE REOLIREMEVTS OF THE ENGINEER AS THEREIN SET FORTH. AND THAT HE WILL TAKE IN FULL PAY%iENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREI%LAELOW FOZ THE VARIOUS ITEMS OF WORK. THE TOTAL VALUE OF SAID WORK AS ESTI`"ATED HEREIN BEING S ( INSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BID. TO WIT— Microfilmd with board order si 00'700 P - �, the In accordance with rover, nt, coda section 11715lollariiq Bidder shall ..plate, under penalty of perjury, the questionnaires OurZTIONNAIRE Has the bidder, any officer of the bidder, or any employe of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, stab, or local government project because of ■ violation of law or a safety C"U"tionl Ys■ No If the answer is yes, explain the circumstances in she follovinq space. { x h d P t 5 y. Y. +,kms 4 a , Notal This questionnaire constitutes a part of the Proposal, and signature on the signature portion of this Propoeal shall constitute siquature of this questionnaire. 004;wi The bidder,_, proposed subcontractor_, hereby cartifiee that he has -, has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive orders 10925, 11114, or 11246, and that he has ,, has not filed with the Joint Reporting Committee, the Director of the office of Federal Contract Compliance, a rederal Government contracting or administering agency, or the former President's Committee _ on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note, The above certification is required by the Equal411 meat Opportunity Ragulations of the Secretary of Labor (41pCPA 60-1.1(b)(1)), and must be submitted by bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of 510,000 or under are exempt.) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.1(b)(1) prevents the award of contracts and subcon- tracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of ?"Oral Contract Compliance, U.S. Department of Labor. Nate: This certification constitutes a part of the Proposal, and signature on the signature portion of this Proposal shall constitute signature on this certification. 00M CERTIFICATE OF NON-SEGREGATED FACILITIES We the undersigned, certify that we do not and will not maintain or provide segregated facilities for our employees at any of our establishments, and do not permit our employees to perform their services at any location, under our control, where segregated facilities are maintained . We agree that a breach of this certification is a violation of the Equal Opportunity clause In this contract. As used in the certification, the term "segregated facili- ties" means any waiting room, work area, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking foundations, recreation or entertainment areas, transportation, and housing facilities provided for employees which are seg- regated by explicit directive or are in fact segregated on the basis of race, creed, color or national orgin, because of local custom, or otherwise. We agree that (except where we have obtained identical certifications from pro- posed subcontractors and material suppliers for specific time periods), we will obtain Identical certification from proposed subcontractors or material suppliers prior to the award of subcontracts or the consummation of material supply agreements, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that we will retain such certification In our files. Signature of Bidder Buslness Address Place of Residence Subscribed and Sworn to before me this dsy:of 19 Notary Public in and for the County of State of California. My Commission Expires , 19 00697 IIt is remuested that the bidder execute_ the affidavit on this nage at the time nf'submittino his bid, or if it cannot be submitted with the bid, this affidavit shall be executed by the successful bidder, in duplicate, in accordance with instructions in the Federal Requirements in this booklet.) NON-COLLUSION AFFIDAVIT To Contra Costa County The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and •ayst That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connec- tion with such contract. MISCELLANEOUS STORM DRAIN PROJECTS • Signature or Bidder swiness Aacrade Place of Residi—nce– Subscribed and sworn to before me this day of 19 Notary Public In and tar the county o . state of California. !y Coswission Expires , 19 00693 MINORITY BUSINESS ENTERPRISE UTILIZATION REPORT agrees to expend at least 10 percent of the (Name of Contractor) grant (ie - $72,200.) through minority business enterprises as required by Title I, Section IOG(f)(2) of the Public Works Employment Act of 1976, as amended (P.C. 94-369) through the use of the following bona fide minority business enterprises as contractors or subcontractors for services or supplies: Minority Firm Name Mailing Type of Dollar IRS Number Address Service or Amount Name Street Supplies of Contract City State IRS Number Zip Code Name Street City State IRS Number Zip Code ' Name Street LCURK L E D City Sta' IRS Number Zip tCo e f' ) iJ 17 R. OLS&aN Name Street kp O .UPCOViSORSCityrRA osia ca ur State ``- IRS Number Zip Co e Name Street City State IRS Number Zip Code 1. Total Dollar Amount to be Expended for Minority Business Enterprises: (X) E (X) - This must be at least $72,200. CERTIFICATION: The undersigned official(s) certifies the following: That the above named firms are bona fide Minority Business Enterprises at least 50 percent of which are owned by minority group members, or in case of publicly owned businesses, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence, monority group members are citizens of the United States who are Negroes, Spanish-Speaking, Orientals, Indians, Eskimos and Aleuts. 0069j NMcrofllmed with board order Signature of Bidder 4. 1 fFi FOR INFORMATION ONLY The bidder is advised that his signature on the Proposal eon y stitutes,& signature on various documents contained in the bid packet. In addition, the bidder shall complete and sign the NON-COLLUSION AFFIDAVIT, contained within the bid packet. The above mentioned documents and affidavit shall be returnedn with the Proposal. Deletion of the documents and affidavit shall be grounds for refection of the Proposal. x The bidder shall complete and sign the Minority Business Enterprise l Utilization Report. This report must accompany the Proposal. De- u letlon of the report shall be grounds for rejection of the proposal. rf• The bidder shall complete and sign the CERTIFICATE OF NON-SEGREGATED eletion ofCILITIES, This the certificate cshall ibetgrounds e must afor mrejectionthe ofProposal. the proposal. Because the work is being funded with a Federal Grant, the source of funds is limited, therefore, the project is being bid in two schedules. It is the intent of the County to award the schedule that does not exceed the amount of the aforementioned grant. INFORMATION (Attachment to Bid Proposal) a ' r ,k iucrumnu Willi Wund or&f 00691 r, r NOTICE TO CONTRACTORS (CONT.) ---------------------------- THE SUCCESSFUL BIOOER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 1.00 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICES SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO 00 BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE 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 15 TO BE PERFORMED FOR EACH TYPE OF 'WORKMAN OR MECHANIC REOUIREO TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES 15 ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS* AND IS INCORPORATED HEREIN BY REFERENCE THERETOF THE SAME AS IF SET FORTH IN FULL HEREIN♦ FOR ANY CLASSIFICATION NOT INCLUDED IN THE L1ST9 THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY• THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY 810 AND/OR WAIVE ANY IRREGULARITY IN ANY BIO RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J1R• OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY NN-------------- DEPUTY DATED- PUBLICATION DATES- --------------------------- OUF9�3 NOTICE TO CONTRACTORS (CONT•) ----------------------------- EACH -------- -----------------EACH PROPOSAL IS TO BE IN ACCORDANCE WITH TILE PLANS AND SPECI- FICATIONS ON FIL= AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS# ROOM 103* COUNTY ADMINISTRATION BUILDING* 651 PINE STREET# MARTINEZ# CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT# 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCEI AND PROPOSAL FORMS# MAY BE OBTAINED eY PROSPEC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT# STH FLOOR# COUNTY ADMINIS— TRATION BUILDING► UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 DOLLARS (I1.18l(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 PUBLIC WORKS OEPARTMEPIT* STH FLOOR* ADMINISTRATION BUILDING, MARTINEZ# CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT* STH FLOUR# COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN► AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED* A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BIO SHALL ACCOMPANY THE PROPOSAL: THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER#S CHECK• CERTIFIED CHECK OR BIDDER#S BOND* MADE PAYABLE TO THE ORDER OF #THE COUNTY OF CONTRA COSTA.' THE ABOVE—MENTIONED 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 T-(E SUCCESSFUL BIDDER REFUSES. NEGLECTS OR FAILS TO ENTER INTO SA10 CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SO BY TME BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. Bio PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTOR* 6TH FLUOR• COUNTY ADMINISTRATION BUILDING# 651 PINE STREET* MARTINEZ* CALIFORNIA* ON OR BEFORE THE 20TH DAY OF OCTOB€R# 1977# AT 2 O'CLOCK PsM. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE* IN THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENT► 67H FLOOR• ADMINISTRATION BLDG*# MARTINEZ* CALIFORNIA# AND THERE READ AND RECORDED* ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED* 40692 N 4r - NOTICE TO CONTRACTORS (CONT•) )TEM ESTIMATED UNIT OF NO# QUANTITY MEASURE ITEM 35 209 LF MINOR CONCRETE (CURB$ 36 1#074 LF MINOR CONCRETE (SIOEwALK1,'' 37, 1 LS SANITARY OCATION SCONTINGENTwSUM ER RELPAID AS EARN t0,1 d F l ,3 o-r:+q � �;��' f 4 QN�ra a P7 it t �sK: jA,0 A.1 1 r,'j y tAm *gyp ,jAl"a �i1t) i-Jw a > '` 1"�?A`.f'� dt1,/ �1++,a7;.'r� fs�x,:�pµr tr ti•Y Lr t,C�'.F_.GW�e�`{xR sf.. .. �,'i3r1=� f £31��zk410 Ari'ar �afr 1i� 1 Nt lO t Cr:Iq,y 1 ? J1 `v i ra T A 14— k a.x,, 'IT04,Yk U rf� r.,Q)@�p .{�F#��! .alw-'xY 4.pd.,;,x.d3�,r`i��`+'�`.. tf #, If+a`k7 xa'ii"'fPS iI. S",�-e fiat^.}i�y ti+�A;,,t$yti la/ Ci= t ltM'G 3Rp :�y' ,S 1#'.Sfii iW �) Y '.�.,.�"i q 6d 4a V, f arof. V _t »"' s•41 m ' � qA�S5� 'b ik y ...tt.�tMWG14•.fa�tiF �. �,al��'�i,Fr/��@� is aR0�6tti� f- F ,yrs,;, iYFs>A3 1 ti Lite ♦s`ti tL #0 T�. aCT&'I t >liit r t� Tref "8AQ 4�M A t k- V' 1Z. t L KY r� vz 5t 00691 i V`p i 'li 300 N 3 NOTICE TO CONTRACTORS ICONT•) -------------------------- ITEM ESTIMATED UNIT OF NO• QUANTITY MEASURE ITEM 14 2 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE III MANHOLE BASEI 15 4 EA MINOR STRUCTURE ITYPE B INLET) 6 13 EA MINOR STRUCTURE ITYPE 11 MANHOLE) 37 2 EA MINOR STRUCTURE ITYPE III MANHOLE) 11 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 11 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2) 20 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 21 21 1 EA MINOR STRUCTURE ITYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION( 22 1x912 LF 244 CAST—IN-PLACE CONCRETE PIPE 23 149 LF 3611 CAST-IN-PLACE CONCRETE PIPE 24 2#046 LF 4211 CAST—IN—PLACE CONCRETE PIPE 25 60 LF 1211 CORRUGATED STEEL PIPE 26 64 LF 15's CORRUGATED STEEL PIPE 27 76 LF 421' CORRUGATED STEEL PIPE 28 32 LF 4311 k 2711 CORRUGATED STEEL PIPE ARCH 29 58 LF 1511 REINFORCED CONCRETE PIPE (CLASS 111) 30 237 LF 1811 REINFORCED CONCRETE PIPE ICLASS 111) 31 10159 LF 2411 REINFORCED CONCRETE PIPE (CLASS 111) 32 577 LF 3611 REINFORCED CONCRETE PIPE (CLASS 111) 27 LF 42/1 REINFORCED CONCRETE PIPE (CLASS 111) 34 15 . LF 6" STEEL PIPE 00690 w i t UV��77 N - 2 i1► PROJECT N0. 4390-0925-77 SCHEDULE B CONTRA COSTA COUNTY PUBLIC WOR45 DEP FELT Lr MARTINEZ• CALIFORNIA Pf NOTICE TO - 1. P,OlSYJt! CLEPK COAPU Gr SUPCPVISogS NOTICE IS HEREBY GIVEN BY ORDER OF THE 8 A D• ,""Uf�lf#1F(S�R F CONTRA COSTA COUNTY'► THAT THE PUBLIC WORKS DIRECTU W L 1VE- UNTIL 2 O KLOCK P.M. ON OCTOBER 20. 19779 FOR THE FURNISHING OF ALL LABOR► MATERIALS► EQUIPMENT. TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE B THE PROJECTS ARE LOCATED IN CROCKETT# EL SOBRANTEO AND ALAMO THE WORK SHALL BE DUNE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO, 8105 ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM 1 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING (CONTINGENT SUM- PAID AS EARNED) 3 7 EA REMOVE INLET 4 60053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 117 CY REMOVE P.C.C. PAVEMENT b 1014 SOFT REMOVE P.C.C. SIDEWALK 7 209 LF REMOVE P.C.C. CURB 8 40192 CY STRUCTURE EXCAVATION 9 40192 CY STRUCTURE BACKFILL 10 10+345 SOFT ASPHALT CONCRETE PAVEMENT 11 100650 SOFT ASPHALT CONCRETE DITCH ,` 12 64 CY P.C.C. PAVEMENT 0009 13i 10 EA MINOR STRUCTURE (TYPE A INLET WITH oll" it TYPE I1 MANHOLE BASE I Microfilmed with board order N - 1 NOTICE TO CONTRACTORS (CONT.) ----------------------------- • THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMCUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICEr SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA* BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 2773 OF THE LABOR CODE OF THE STATE OF CALIFORNIAs OR LOCAL LAW APPLICABLE THERETO+ THE SAID BOARC 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 REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS► AND 15 INCORPORATED HEREIN BY REFERENCE THERETOo THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST+ THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY• T-tE 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• BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J*R* OLSSON COUNTY CLERK AND £X-OFFICIO CLERK M OF THE BOARD OF SUPERVISORS BY _ ------------------------s1�sYf----M DEPUTY DATED— PUBLICATION DATES- ------------- ATES-------"------"-.,, 0068'8 N - 5 NOTICE TO CONTRACTORS (CONT.) --------------------------- EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS# ROOM 103# COUNTY ADMINISTRATION BUILDING# 651 PINE STREET# MARTINEZ. CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT# 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PRUPOSAL FGRMS# MAY BE OBTAINED BY PROSPEC- TIVE BIDCERS AT THE PUBLIC WORKS DEPARTMENT# 5TH FLOOR. COUNTY ADMINIS— TRATION BUILDING# UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 OULLARS (11.18)(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 PUBLIC WURKS DEPARTMENT• STH FLOOR# AD14INISTP.ATION BUILDING# MARTINEZ# CALIFORNIA 94553. EACH 810 SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT# STH FLOOR. COUNTY ADMINISTRATION BUILDING• BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCR18ED HEREIN# AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN 1101 PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK• CERTIFIED CHECK OR BIDDER'S BOND# MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA•' THE ABOVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT T.-IE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK. AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES• NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TU 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 OIRECTOR# 6TH FLUOR# COUNTY ADMINISTRATION BUILDING# 651 PINE STREET# MARTINEZ# CALIFORNIA# ON OR BEFORE THE 20TH DAY OF OCTOBER• 1977s AT 2 O'CLOCK P#M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE# IN THE CONFERENCE RUUM OF THE PUBLIC WORKS DEPARTMENT* 6TH FLOOR# ADMINISTRATION BLDG.# MARTINEZ# CALIFORNIA# AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED. 00687 N - 4, ,. NOTICE TO CONTRACTORS (CONT*) ----------------------------- ITVA E5TIM.ATED UNIT OF NO• QUANTITY MEASURE ITEM 35 69 LF 3611 REINFORCED CONCRETE- PIPt ` (CLASS IV) 36 27 LF 4211 REINFORCED CONCRETE 'PfPl (CLASS III1 37 15 LF 611 STEEL PIPE 38 289 LF MINOR CONCRETE (CURBI 39 29630 LF MINOR CONCRETE ISIOEWALK) 40 1 LS SANITARY SEWER RELOCATION ICONTINGENT SUM - PAID AS EARNED) 'i t,,: f l"S A •i;;d 1} .,.°Y� '? t C)w.Y }x a r YAM �TyOAA61}ae� ln', w syv;4 �FiT� a Str V�ytO 9}! Yk d: Y,A, :p i.1{'f. in w :4,.14;.i 05 110 AQ IT•lsiiu- al.t#13M-SVOP i Ir , kA I�t 3i1 ' t# lti 1' I)A AtGT3T 1~39Y �7Y �a il, Jx7� e'1 �""'��• ',1, '�i.''sT�li��f X31~?*' `Y ��Yi��lT��ii��A� R,9,S3GITZ ���T s�°�' Y , ?._.' Q€1I„Jt ;hAG# 11tIr a1, IV,' �' A`T-' O,"!i "A .1440” J.da +v 1lti+t ? A ( J. VAgt1A,I Vi±. 1' t4T6 .€1" 1� fav yfi<" 'islOT3dti.;IO AA-J kAI9 -JII JA aS't':1�= A,,1.1' '. -U BMI • IN 1� "O 'v" 5 € r ;4mF .crC, 1. * 1T IEii$ �k' Fl �3TOD3�l-N$6 IT �9 $fi �3 i 'ays 7N I tS�z,` 23 F •' L t �� �1�^�'�� ��� �G#�C7$�#�{},r^,.+��' �:z�'ft $TA�.9� wSr�FI Clbsr- a� •'- e,t s 006831 " N 3` NOTICE TO CONTRACTORS (CUNT.) ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 14 13 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE It MANHOLE BASE) 19 2 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE 111 MANHOLE BASE) i 7 EA MINOR STRUCTURE (TYPE 8 INLET) 17' 14 EA MINOR STRUCTURE (TYPE JI MANHOLEI 18 2 EA MINOR STRUCTURE (TYPE III MANHOLE) 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 11 20 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2) 21 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 21 22 1 EA MINOR STRUCTURE (TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) 23 10912 LF 244' CAST-IN-PLACE CONCRETE PIPE 24 149 LF 3600 CAST-IN-PLACE CONCRETE PIPE 25 2046 LF 4211 CAST-IN-PLACE CONCRETE PIPE 26 60 LF 12" CORRUGATED STEEL PIPE 27 64 LF 1541 CORRUGATED STEEL PIPE 28 76 LF 4210 CORRUGATED STEEL PIPE 29 32 LF 43" X 2701 CORRUGATED STEEL PIPE ARCH ` 30 198 LF 1504 REINFORCED CONCRETE PIPE (CLASS ]III 31 649 LF 1811 REINFORCED CONCRETE PIPE (CLASS 1111 32 11159 LF 2411 REINFORCED CONCRETE PIPE (CLASS Il) ) 33 243 LF 30' ' REINFORCED CONCRETE PIPE (CLASS III ) 34 <:, 602 LF 361 ' REINFORCED CONCRETE PIPE OU(i8 7) (CLASS 111) V N - 2 PROJECT N09 4390-0925-77 SCHEDULE A CONTRA COSTA COUNTY PUBLIC WORKS DE fMtT� !� D MARTINEZ9 CALIFORNIA RF NOTICE-TO-CONTRACTORS �7 i'?i7 / w osor� CL[F Y, bpAVU U� SII I'EpmI ORS NOTICE IS HEREBY GIVEN 4Y ORDER OF THE 8 ..D4f,-00.i t 0 5 OF CONTRA COSTA COUNTY9 THAT THE PUBLIC WORKS DIRECTCR Wt P (�VE- UNTIL 1 O'CLOCK P9M9 ON OCTOBER 209 19779 FOR THE FURNISHING OF ALL LABORS MATERIALS9 EQUIPMENTS TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE A THE PROJECTS ARE LOCATED IN CRCCKETT9 EL SOBRANTE9 AND ALAMO THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO* -� BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREINs ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF N09 QUANTITY MEASURE ITEM I 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING ICONTINGENT 50-,, PAID AS EARNEDI 9 9 EA REMOVE INLET 4 89070 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 125 CY REMOVE P9C9C9 PAVEMENT 6 19894 SOFT REMOVE P9C•C9 SIDEWALK 7 289 LF REMOVE P9C•C. CURB 8 49871 CY STRUCTURE EXCAVATION 9 49871 CY STRUCTURE BACKFILL 10 129481 SOFT ASPHALT CONCRETE PAVEMENT 11 109650 SOFT ASPHALT CONCRETE DITCH 12 72 CY P*C1t9 PAVEMENT {lo 2 EA MINOR STRUCTURE (TYPE A INLETI 006h- j Microfilmed with hoard ordor N - 1 ^i 3-3`3x5} Mot v,',"'`�"; r'�r'^•s....'{.w �y">'ij '^ �",.2 ;k,z, � 3.r3.S r` i' q f-- FOR INFORMATION ONLY The attached Notice to Contractors consists of a Schedule A�snd' a Schedule B. Schedule B consists of a shortened version of Schedule A. The two schedules are necessary because the project is being funded with a Federal Grant, therefore, the funds are IImlted. It is the Intent of the County to award the schedule that does not exceed the grant amount. W5 (Attachment to Notice) jr Al 3 �u > e, 33i Ski try 4jL }fir �a.t* al`N, ' � a - g Yq �i Yhp. MV �.lbt�4txT nM'..� wS '�''g '•4"S Y v y ; y�}"'�y'{f G .,� tt`c•+:x.�, wf�k# � ""'Q'` Y � ) ��y„t a A '+R #b � ' 1 V'k+'N�V•�1�k`4f 4} K �, ki} .� k s�'.#� `.i3 �"k,. aA 1, IXI gz� ` . Mluofilmad with boord order tt 00683 NOTICE TO CONTRACTORS (CONT.) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE# SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE 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 15 TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS# AND IS INCORPORATED HEREIN BY REFERENCE THERETO# THE SAME AS IF SET FORTH IN FULL HEREIN. FDR ANY CLASSIFICATION NOT INCLUDED IN THE LIST# THE MINIMUI•i WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL 8105 OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA 'COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF TAE BOARD OF SUPERVISORS BY--- � -----------r----- DEPUTY DATED- SEP 2 71977 PUBLICATION DATES- 00682 s N - 5 NOTICE TO CONTRACTORS (CONT.) EACH PROPOSAL 15 TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORS# ROOM 103• COUNTY ADMINISTRATION BUILDING► 651 PINE STREET* MARTINEZo CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT♦ 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS A14D SPECIFICA— TIONS (NOT INCLUDING STATE STANDARD 5PECIFICATION5 OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS. MAY BE 013TAINED BY PROSPEC— TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT► 5TH FLOOR• COUNTY ADMINIS— TRATION BUILDING. UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 DOLLARS (11.18)(SALES TAX INCLUDED) WHICH AMOUNT SHALL N07 BE REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA', AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENT• 5TH FLOOR• ADMINISTRATION BUILDING. MARTINEZ* CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT* 5TH FLOOR* COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK• CERTIFIED CHECK OR BIDDER'S BOND• MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA.' THE ABOVE—MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK* AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES* NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO 50 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• COUNTY ADMINISTRATION BUILDING• 651 PINE STREET* MARTINEZ* CALIFORNIA• ON OR BEFORE THE 20TH DAY OF OCTOBER* 1977* AT 2 O'CLOCK P.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE* 1N THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENT* 6TH FLOOR* ADMINISTRATION BLDG*• MARTINET.* CALIFORNIA* AND THERE READ AND RECORDED* ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED* N — 4 NUTICE TO CONTRACTORS (CONT.) ITEM ESTIMATED UNIT OF ND@ QUANTITY MEASURE ITEM 35 204 LF MINOR CONCRETE (CURBI 36 1#074 LF MINOR CONCRETE (SIDEWALK) 37 1 LS SANITARY SEWER RELOCATION (CONTINGENT SUM — PAID AS EARNED) S t 9 v jos _ a f , r f a k a h SI _ F _ 41 ww 41 5r if F y' s v; r k l ,4trt s��,rti, d�,y� ti i t trn t,c , t h i +,k � � w VMb - r 006ou N - 3 NOTICE TO CONTRACTORS ICONT.1 ITEM ESTIMATED UNIT OF NO# QUANTITY MEASURE ITEM 14 2 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE III MANHOLE BASE) 15 4 EA MINOR STRUCTURE (TYPE 8 INLET) 16 13 EA MINOR STRUCTURE (TYPE It MANHOLE) 17 2 EA MINOR STRUCTURE (TYPE III MANHOLE) 18 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 1) 19 1 EA MINOR STRUCTURE ISPECIAL INLET 0+00 SITE 2) 20 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 21 21 1 EA MINOR STRUCTURE ITYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) 22 1.412 LF 2411 CAST-IN-PLACE CONCRETE PIPE 21 149 LF 36" CAST-IN-PLACE CONCRETE PIPE 24 2'(046 LF 42" CAST-IN-PLACE CONCRETE PIPE 25 60 LF 12" CORRUGATED STEEL PIPE 26 64 LF 1511 CORRUGATED STEEL PIPE 27 76 LF 42" CORRUGATED STEEL PIPE 28 32 LF 43" X 2711 CORRUGATED STEEL PIPE ARCH 29 58 LF 15" REINFORCED CONCRETE PIPE (CLASS 1II) 30 237 LF 1811 REINFORCED CONCRETE PIPE (CLASS III) 31 1059 LF 241' REINFORCED CONCRETE PIPE (CLASS 1I1) 32, $77 LF 36'l REINFORCED CONCRETE PIPE (CLASS 111) 33 27 LF 42" REINFORCED CONCRETE PIPE (CLASS III) 34 15 LF 6#• STEEL PIPE N - 2 PROJECT N0. 4390-0925-77 SCHEDULE B CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ# CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIOS UNTIL 2 O#CLOCK P#M• ON OCTOBER 20# 1977• FOR THE FURNISHING OF ALL LABOR. MATERIALS# EQUIPMENTS TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE B THE PROJECTS ARE LOCATED IN CROCKETTe EL SOBRANTE► AND ALAMO THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO# QUANTITY MEASURE ITEM 1 2 LS SIGNING AND TRAFFIC CONTROL 2 2 LS FLAGGING (CONTINGENT SUM- PAID AS EARNED) 3 7 EA REMOVE INLET 4 69053 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 117 CY REMOVE P.C.C• PAVEMENT 6 19014 SOFT REMOVE PeCSC• SIDEWALK 7 209 LF REMOVE P.C.C• CURB 8 49292 CY STRUCTURE EXCAVATION 9 4#192 CY STRUCTURE BACKFILL 10 209345 SOFT ASPHALT CONCRETE PAVEMENT 22 209650 SOFT ASPHALT CONCRETE DITCH 00678 12 64 CY PSCSC• PAVEMENT l!!)((] 13 10 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE II MANHOLE BASE) N l Microfilmed with board orjd r - NOTICE TO CONTRACTORS ICONT.1 --------------------------- THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO 100 PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICEt SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF T:IE LABOR CODE OF THE STATE OF CALIFORNIA. OR LOCAL LAW APPLICABLE THERETOo 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 15 TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DILM WAGES 15 ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS• AND IS INCORPORATED HEREIN BY REFERENCE THERETOs THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LISTo THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. 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* BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX—OFFICIO CLERK OF THE BOARD OF SUPERVISORS By DEPUTY DATED- SEP 2 71977 PUBLICATION DATES- + .� ----------- ---M- -��--------------- -- - a----- 00671 N - 5 NOTICE TO CONTRACTORS (CONT. I EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORS. ROOM 103► COUNTY ADMINISTRATION BUILDING• 651 PINE STREET# MARTINEZ# CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF • THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT# STH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA— TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED PY REFERENCE) AND PROPOSAL FORMS+ MAY BE OBTAINED BY PROSPEC— TIVE BIDDERS FT THE PUBLIC WORKS DEPARTMENT► 5TH FLOOR► COUNTY ADMINIS— TRATION BUILDING, UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF ELEVEN AND 18/100 DOLLARS (11#18)(SALES TAX 114CLUDEDI WHICH AMOUNT SHALL NOT BE REFUNDABLL. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA'► AND SHALL BE MAILED TO PUBLIC WORKS DEPARTMENT# 5TH FLOOR# ADMINISTRATION BUILDING# MARTINEZ► CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT# STH FLOOR► COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED• A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (101 PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK► CERTIFIED CHECK OR BIDDER'S BOND• MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA.' THE ABOVE—MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK► AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES► NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SU 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• COUNTY ADMINISTRATION BUILDING• 651 PINE STREET# MARTINEZo CALIFORNIA# ON OR BEFORE THE 20TH DAY OF OCTOBER► 1977# AT 2 O'CLOCK P.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE* IN THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENT# 67H FLDOR# ADMINISTRATION BLOG.# MARTINEZ• CALIFORNIA# AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED• 006" N — 4 NOTICE TOCONTRACTORS (CONT*) ITEM •EST114ATED UNIT OF N0. QUANTITY MEASURE ITEM 35 69 LFI 691REINFORCED CONCRETE PIPE 36 27 LF 4210 REINFORCED CONCRETE PIPE (CLASS 111) 37 15 LF 610 STEEL PIPE 38 289 LF MINOR CONCRETE (CURBI 39 29630 LF MINOR CONCRETE (SIDEWALK) ON 40 1 LS SANITARY 1CONTINGENTWSUM ER RELPAID IAS EARNED) 5n Al: 1." S 3 0 Y"✓ ++f#mak' m�i'` ` k y + an r 00 N - 3 NOTICE TO CONTRACTORS ICUNT9) ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 14 13 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE 11 MANHOLE BASE) 15 2 EA MINOR STRUCTURE (TYPE A INLET WITH TYPE III MANHOLE BASET 16 7 EA MINOR STRUCTURE (TYPE B INLET) 17 14 EA MINOR STRUCTURE ITYPE IJ MANHOLE) 18 2 EA MINOR STRUCTURE (TYPE III MANHOLE) 19 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 1) 20 1 EA MINOR STRUCTURE (SPECIAL INLET 0+00 SITE 2) 21 1 EA MINOR STRUCTURE (SPECIAL INLET 19+00 SITE 21 22 1 EA MINOR STRUCTURE (TYPE A HEADWALL WITH SACKED CONCRETE SLOPE PROTECTION) 23 19912 LF 2411 CAST-IN-PLACE CONCRETE PIPE 24 149 LF 3611 CAST-IN-PLACE CONCRETE PIPE 25 29046 LF 4211 CAST-IN-PLACE CONCRETE PIPE 26 60 LF 1211 CORRUGATED STEEL PIPE 27 64 LF 159' CORRUGATED STEEL PIPE 26 76 LF 4291 CORRUGATED STEEL PIPE 29 32 LF 4391 X 2711 CORRUGATED STEEL PIPE ARCH gO 198 LF 15j1 REINFORCED CONCRETE PIPE (CLASS IIII 31 649 LF 1811 REINFORCED CONCRETE PIPE (CLASS III) 32 19159 LF 2411 REINFORCED CONCRETE PIPE (CLASS III) 33 243 LF 30/1 REINFORCED CONCRETE PIPE (CLASS lilt 34 602 LF 3611 REINFORCED CONCRETE PIPE (CLASS Jill 006174 N - 2 PROJECT NO. 4390-0925-77 SCHEDULE A CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ. CALIFORNIA NOTICE TO CONTRACTORS -------------------- NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY• THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK P.M.. ON OCTOBER 20, 1977, FOR THE FURNISHING OF ALL LABOR, MATERIALS, EOUIPMENT, TRANSPORTATION AND SERVICES FOR MISCELLANEOUS STORM DRAINS PROJECT SCHEDULE A THE PROJECTS ARE LOCATED IN CROCKETT, EL SOBRANTE9 AND ALAMO THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO• GUA14TITY MEASURE ITEM I 1 LS SIGNING AND TRAFFIC CONTROL 2 1 LS FLAGGING (CONTINGENT SUM- PAID AS EARNED) a 9 EA REMOVE INLET 4 81070 SOFT REMOVE ASPHALT CONCRETE PAVEMENT 5 125 CY REMOVE P.C.C. PAVEMENT 6 19894 SOFT REMOVE P.C.C, SIDEWALK 7 289 LF REMOVE P.C.C. CURB 8 49871 CY STRUCTURE EXCAVATION 9 4,871 CY STRUCTURE BACKFILL 10 129481 SOFT ASPHALT CONCRETE PAVEMENT 11 109650 SOFT ASPHALT CONCRETE DITCH 12 72 CY PeC.C. PAVEMENT 1! 2 EA MINOR STRUCTURE (TYPE A INLET) r� mcrofilmed with board ""v!3 N - 1 IN THE BOARD OF SUPERVISORS OF C*1i 4 COSTA COUNTY, STATE OF CALIFORNIA. in the Platter of Approving Plans ) and Specifications for the Con- ) struction of Miscellaneous Storm } Drains Project, Crockett, El ) RESOLUTION1 . 771,795 Sobrante, and Alam areas. ) ) Project No. 43-00-0925-77 ) WHEREAS Plans and Specifications for the construction of approximately 7x--00 linear feet of storm drain pipe along various streets in Crockett, E1 Sobrante, and Alamo have been filed-with the Board this day by the Public Works Director; and WHEP. AS the Board this day determined that the project will not have a significant effect on the environment; and WHEREAS a Negative Declaration pertaining to the project was posted on November 30, 1976. with no protests received, and the project has been deter- mined to conform with the General Plan; and - WHEREAS the general prevailing rates of wages, which shall be the min- imus rates paid on this project, have been approved by this Board; and IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 20, 1977 at 2:00 p.m., and the Clerk of this Board is directed to publish Notice to Con- tractors ir, the manrer and f-7- :he tine required by law, inviting bids for said work, said Notice to be published in the SA!i PABLO NEWS IT IS BY THE BOARD FURTHER RESOLVED that the Planning Director is hereby DIRECTED to file a Notice of Determination with the County Clerk. PASSED AND ADOPTED by the Board on September 27, 1977 Originator: Public Works Department Flood Control Planning &Design cc: Public Works Director Flood Control Planning & Design As.,ditor-Ccntroller Y � RESOLUTIONNa. 77/795 EXHIBIT A 10-1 to 6-30 Percentage Number of Annual Cost Class AdJustments Positions FY 1977-78 Assistant Director of Nursing 2.5% 5 $ 2,205 Assistant Equipment Superintendent 2.5% 1 396 Director of Nursing t ' �; 2.5% 1 522 Equipment Mechanic Foreman 2.5% 1 396 Grading Engineer .9% 1 153 Home Health Nursing Supervisor 2.5% 1 387 Principal Electrical Inspector ,9% 1 171 Principal Mechanical inspector .9% 1 171 Public Works Maintenance Superintendent .9% 4 648 Public Works Maintenance Supervisor .9% 12 1,620 Su ervisin Appraiser P 9 PP 3% 12 540 Supervising Building Inspector .3% 1 54 Supervising Clinic Nurse 2.6$ 2 774 Supervising Diagnostic Radiologic Technologist 1.2% 1 153 Supervising Institutional Nurse 2.6% 1 369 Supervising Nurse 2,5% 11 4,257 Supervising Weights and Measures Inspector 1.2% 2 342 Surgical Supervisor 206% 1 396 Utilization Review Coordinator 25%, 1 410 60 $ 13,964 WPH:rfl z 1Z A 3 3 .Le ti'^ 010 � a� dsx L S :( t€ "titt � r � + ti a i s • i '"�� j * " ' maf�a'Yr rt {ts. ti In tna Board of Supervisors of Contra Costa County, State of California .In the Natter of ) RESOLUTION $0. 77/794 Compa-sation Adjustments } +:ending Resolution No. 77/602) The Contra Costa Board of Supervisors RESOLVES THAT: 1. This Board previously adopted Resolution 771602 providing for the Compensation for certain County offices and employees for the period of 1977-79. 2. In a memorandum referred to this Board dated September 21, 1977 submitted by the County Administrator, it is recommended that additional adjustments be made with respect to the compensation of certain County officers and empi.oyees. 3. The Board having thoroughly considered said memorandum approved it. 4. It being necessary to adopt a Resolution to implement certain of the provisions of this memorandum, this Board adopts said Resolution as follows: Effective October 1, 1977, adjustment of internal salary relationships are made for the following classes: To Salary Level Number Assistant Director of Nursing 495 Assistant Equipment Superintendent 462T Director of Nursing 551 Equipment Mechanic Foreman- 46ZT Grading Engineer 476 Rome Heai_a Nursing S•apervisor 452 Principal Ei_ectrical Inspector 506 Principal Mechanical Inspector 506 Public Works Maintenance Superintendent 474T Public Works Maintenance Supervisor 430T Supervising Appraiser 482 Supervising Building Inspector 491 Supervising Clinic Nurse 452 Supervising Diagnostic Radiologic Technologist 383: Supervising Institutional Nurse 436 Supervising Nurse 452 Supervising heights and Measures Inspector 419 Surgical Supervisor 460 Utilization Review Coordinator 444 Passed September 27, 1977, unanimously by the Supervisors present Orig. Dept., Civil Service County Auditor-Controller County Administrator RESOLUTION NO. 77/744 00670 BOARD OF SUPERVISORS 6F .r CORTRA COSTA COUNTY. CALIFORNIA l Re. Consuomate Purchase and ) A.-sept Deed of The Chase Co. ) RESOLUTION HO. 77/79 Property in tlartinez, ) County Civic Center (1127, ) (Gov. C. Sec. 25350) 1133 Escobar Street, Hartinez) ) The Board of supervisor-s.of Contra Costa County RESOLVES THAT: This Board on August 23, 1977, passed Resolution of Intention to. 77/684, and notice fixing September 27, 1977 at 10:50 a.m., in its Chambers, County Administration Building, Martinez, California, as the time and place when it would meet to consummate purchase of the real property described therein from The Chase Co., said property being required for the County Civic Center; said Resolution was duly published in the "horning hews Gazette." The Board hereby consucnates said purchase and approves the Purchase Agreement dated August S. 1977 between The Chase Co., and the County for the property located at 1127, 1139 Escobar Street, Martinez; and authorizes the County Administrator to sign said Purchase Agreement on behalf of the County. The Couity Auditor is hereby DIRECi-ED to draw a warrant chargeable to A_count ;;L. 005-4013 ir. :avor. of Escrow Humber 13-310170, Western Title 'rzurance Company, 821 Main Street, Martivez, California, in the swo of }97,300.00 for said property for payment to The Chase Co., upon its con- ve,,+ig to the County a Grant Deed therefor. Said Deed, dated August a, 1977, is hereby ACCEPTED and the Clerk of this Board is ORDERED to have it recorded, together with a certified copy of this Resolution. PASSED on September 27, 1977, unanimously by the Supervisors present_ Originator: Public Yorks Department Real Property Division f 5. cc: Recorder (clo RIP) Aaai ni s tr•.:_or Auditor PESOLUT103 W. 77/793 Yx 00669. 4-41 i v 2 �Yo p3 ''}, tit 7 � ri r r� i L� DIVISION 15 MECHANICAL 7. JAC� KETTLNG (Continued) b. Elbows shall be fitted with Zeston, or equal, PVC coverings over the insulation. . Coverings shall be painted with aluminum paint. C. Irregular fittings shall have insulation covered with Glas-Fab, or equal, fiberglass cloth covered with two coats of Benjamin-Foster GPM mastic. g. DISPOSAL OF MATERIALS a. All material removed under this contract shall become;, the property of the Contractor. 9. SITE CLEAN-UP i a. As the old insulation material is removed from the piping it shall be placed in containers to prevent the the material from blowing across or off the roof. At completion of the'work, the Contractor shall remove excess materials and clean the job site to the satis- faction of the County. J . ti-- a 4 C 9-`Lf soh. i z \ Ut)66`7 DIVISION 15 MECHANICAL 4. EXISTING CONDITIONS AND EXAMINATION OF SITE a. The Contractor shall examine the site and premises to . determine the conditions under which the work will be performed. Note existing conditions and be responsible for conditions which will affect work. No allowance will subsequently be made for extra expense due to failure to make such an inspection 5. MATERIALS a. Materials shall be new and of the best quality. They shall be stored properly and protected as required prior ' to installation. All materials shall be Installed in accordance with the manufacturer's recommendations. b. The Installation shall be complete with all incidental items necessary to provide a finished job. S. INSULATION a. Chilled water piping insulation shall be 1" thick Owens- ` Corning Fiberglas 25 ASJ-SSL, or equal,heavy density sectional insulation. V b. Low pressure steam piping insulation shall be 1-1/2t1 thick Owens-Corning Fiberglas 25ASJ-SSL, or equal, heavy density sectional Insulation. c. Steam condensate piping insulation shall be 111 thick Owens- Corning Fiberglas 25ASJ-SSL. or equal, heavy density sectional insulation. 7. JACKETTING a. Straight sections of pipe and valves shall have a 0.018 inch smooth aluminum jacket over the Insulation. Jacket shall have 2"overlaps at joints and be secured by 9/411 x.01511 aluminum bands at 18 inch centers. 0V FIG S 15D-2 ' DIVISION 15 MECHANICAL SECTION 15D PIPING INSULATION REPAIR 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work, and apply to this Section as fully as if repeated here. 2. SCOPE OF WORT{ a. It is the intent of these specifications that the Mechanical Contractor shall be responsible for all work required to repair and replace the Insulation and jacketting on the existing steam and chilled water piping which runs exposed on the roof of the County Courthouse, Martinez, California. b. The Contractor shall furnish all material, labor, tools, equipment and transportation necessary to perform the work described herein. 9. WORK INCLUDED The work of this Section shall include, but not be limited to, the following: a. Remove existing Insulation and jacketting on the low pressure steam and chilled water piping and valves indicated on Roof Plan, Drawing P-1. b. Clean and inspect piping in preparation for application of new insulation. Any leaks or excessive corrosion shall be called to the attention of the County. c. Install new insulation of the specified material, thickness and thermal resistance. All exposed piping, valves and specialties shall be insulated. d. Install new aluminum pipe jacket and plastic elbow coverings ` as specified. All exposed piping, valves and specialties shall be properly jacketted. ! #,Tyfvi3a 00665 5 DIVISION 15 MECHANICAL 8, QUALIFICATIONS (Continued) b, A statement of the mechanic's qualifications shall be furnished at the request of the County. 9. DISPOSAL OF MATERIAL a. All materials removed under this contract shall be turned over to the County. 10. SITE-CLEAN-UP a. Following completion of work. the Contractor shall remove excess materials and sweep clean the work area. t 4 t vat l i S t 1 s � h � h4 2:'i•{ r } J t e 00661 15C-9 DIVISION 15 MECHANICAL, 5. EXISTING CONDITIONS AND EXAMINATION OF SITE a. Contractor shall examine the site and premises to determine the conditions under which the work will be performed. Note existing conditions and be responsible for conditions which will affect work. No allowance will subsequently be made for extra expenses due to failure to make such an Inspection. 8, MATERIALS a. Materials shall be new and of the best quality. They shall be stored properly and protected as required prior to in- stallation. All materials shall be Installed in accordance with the manufacturers recommendations. b. The installation shall be complete and operating, with all incidental Items necessary for proper operation. c. SHEAVE-New drive sheave shall be Browning #8C92R. The existing bushing shall be reused. The existing fan sheave will remain in place and be reused. d. BEARINGS-The two (2) new jackshaft bearings shall be SKF 313 wlth Zerk grease fittings. The stabilizing ring shall be removed from the bearing mounted near the end of the shaft away from the coupling. e. BELTS- Two (2)matched Gates Power Band M4C-240 belts shall be installed. 7. WORKING SCHEDULING a. Work under this Section shall be performed during the hours between the end of the business day on a Friday and the beginning of the business day on the following Monday. The entire project shall be completed during this period, with the system returned to normal operation without any disruption of the Courthouse schedule. The work schedule for this project shall be approved by the County at least one (I) week prior to proposed starting date. 8. QUALIFICATIONS a. Work under this section shall be performed by, or under the direct supervision of. a Class A Journeyman Mechanic skilled in the use of alignment tools and instruments, and } experienced in shaft and bearing alignment. 00063 I5C-2 DIVISION 15 MECHANICAL SECTION 15C FAN DRIVE MODIFICATIONS 1. =LUSION OF GENERAL CONDITIONS AND DIVISION 1 a. The General Conditions and Division 1, Generai Requirements, are a part of this Section and the contract for this work, and apply to this Section as fully as if repeated here. 2. SCOPE OF WORK a. it is the intent of these specifications that this Contractor shall be responsible for the complete main supply fan drive change specified herein. b. The Contractor shall furnish all material, labor, tools. equipment and transportation necessary to install the new dt•ive sheave, belts and bearings on the main supply fan located in the Supply Fan Penthouse of the County Courthouse, Martinez. California. S. WORK INCLUDED The work of this Section shall include, but not be limited to the following: a. Remove existing bearings, jackshaft and belts. b. Remove existing drive sheave and bearings from Jac kahaft. C. Install new drive sheave and bearings on jackshaft. d. Remount jackshaft assembly in its original location. e. Install new belts to their proper tension. f. Align, pin. and secura jackshaft assembly to assure proper operation of fan drive. g. Lubricate bearings and place fan In operation. 4. WORK NOT INCLUDED a. Air balancing. UUFs2 15C-1 ----------------- 15B-10 - lJ � L 7 Zui ` y J b o OU � $ �1 ., LU :K w A\A I X 15B-10 15B-9 "1 lJ � Zmu- � J s � t- spvv 0¢ Y Z U1 V N a o a t- +� y ,a ml Z � 111 � > o v U lL a C LU X Qll 111 V % L1 ill , Z u1 4' Z Q is8-a nG � Y U7 S �'• vt �? d, 'Z u1 `5 2 • d� ` L�N+�RO�OL �f y DIVISION 15 MECHANICAL MATERIAL LIST Additional material needed for the installation of the 90 ton chiller in Boiler Room of Administration Building, Martinez, California. Description Qty' 4"Nibco #741, 125 lb. copper & companion flange 1 2-1/2 Epco TvIfg. #GX, CXFIP flange dielectric union 2 4" companion flange nylon bolt dielectric Insulators 3 sets 3"Garlock 1/16" ring gasket for C.I. flanges 1 4" Garlock 1/16" ring gasket for C.I. flanges 13 4 x 3 Grinnell Fig. #825 C.I. tapered flange reducer 1 4"Grinnel C.I. flange strainers 1 4"Johnson Control, Mfg. #N-5460-704 N.C. diaphragm 1 pneumatic regulating valve Johnson Control Co. #T-5210-10 pneumatic transmitter 1 Johnson Control Co. #T-9011-5 pneumatic controller 1 3/4" Nibco 0603 wrat copper C-FDT adapter 2 3/4"black steel pipe threaded coupling 3 3/4" HSG #AS7-035 30-240OF back angle thermometer 1 3/4" HSG #SS7-035 30-240OF strait thermometer 1 3-1/2"Unistrut Co. #J-1235N plastic coated pipe hanger 5 4" Unistrut Co. #J-1240 pipe hanger 5 Kinetec Mfg. #SFH-22A spring &fiberglass hangers 2 5/8" x 3-1/1" N.C. machine bolts 130 5/8" N.C. hex nut 180 5/8" steel cut washers 24 5/8" 0 mild steel hanger rod 40 ft. 5/8" N.C. running threaded 0 rod. i ft. 2-1/2"copper water tubing type "M" 3 ft. 4"Solder wrat couplings 2 2-1/2 "x 1/4"flat steel bar 20 ft. Y 3. { 1 uP 4 00658 15B-7 DIVISION 15 MECHANICAL INVENTORY LIST Materials on hand for the installation of the 90 ton chiller.in boiler room of Administration Building, Martinez. Descri tion 4"copper water tubing, Type1IM11 4 black schedule 40 steel pipep,E. 80 ft. 4"weld tee 42 ft. 4"weld 900 elbow 2 4"flanged flexible connection 8 4"flanged C.1. gate valve 2 4"Nibco lug butterfly valve 2 4"copper solder 450 elbow' 8 4"copper solder 900 elbow 2 4"copper solder tee 0 x 4 copper solder tee 1 4 x 2-1/2 x 2-1/2 copper solder tee 1 2-1/2 x 1 x 2-1/2 copper solder tee I 2-1/2 copper solder 900 elbow 2-1/2 copper solder MDT adapters 2 8"copper solder coupling 2 4 x 9 forged steel slip-on flanges I 8 Kinetic Mfg- OSFH-22A spring&fiberlase hangers l8 } ' t 1 15B-6 0OF15 7 DIVISION 15 MECHANICAL 16. VE NTILATION a. Prior to the start of work, the County will install a temporary ventilation system in the Mechanical Room to exhaust welding fumes from the work area. 17. AS-BUILT DRAWINGS a. Upon completion of the work, and as a precedent to final payment, the Contractor shall deliver to the County originals of all drawings showing the installation exactly as built. 18. DAMAGE BY LEAKS a. The Contractor shall be responsible for damage to any part of the premises which is caused by leaks in the piping traceable to work performed under this Specification for a period of one (1) year from the date of acceptance of this work by the County. 3 y k t � Y T O065 ` DIVISION 15 MECHANICAL 11. HANGERS AND SUPPORTS a. Install suitable and substantial hangers and supports for all piping. b. Horizontal piping shall be supported in accordance with the following scheduler Pipe Size Maximum Hanger Spacing Rod Size , 1 inch and smaller 6 feet 0 inches 3/6 inch 1-1/4 inch to 2 inches 9 feet 0 inches 3/6 inch 2-1/2 inches to 4 inches 10 feet 0 inches 1/2 inch 6 inches and larger 12 feet 0 inches 1/2 inch c. Shop drawings indicating support methods and hanger locations shall be submitted to the County for approval prior to commencement of work. 12. THERMAL INSULATION Chilled water piping shall be insulated with one inch thick fiberglass insulation with jacketing to match existing.' 13. MOUNTING EQUIPMENT a. All equipment shall be properly anchored in accordance with local codes and industry practice to restrain horizontal and vertical movement. Suspended piping shall he provided with sufficient bracing to prevent swaying. 14. CUTTING AND PATCHING a. Do all cutting and patching and provide all supports which may be required for work under this Section of the Specifi- cation. 15. CONTINUATION OF SERVICES a. The work area is located directly below the Board Room. Construction shall be coordinated with the County so that meetings of the County Board of Supervisors will not be disturbed. -- OOF5� 15B-4 DIVISION 15 MECHANICAL 7. EQUIPMENT AND MATERIALS(Continued) not be construed to relieve the Contractor of his respon- sibility to provide any items or materials not specifically mentioned which are necessary to complete this installation. B. PIPING MATERIALS a. Chilled water piping is Schedule 40 black steel with forged steel butt welding type fittings. b. Condenser water piping ti Type L copper with wrought copper soldered fittings. c. Refrigerant relief piping is Schedule 40 black steel with screwed fittings. 0. WELDING OF PIPING a. All welding shall be performed in accordance with the applicable portions of the ANSI Code for Pressure Piping, by the metallic are welding process using electrodes of proper quality for the base metal being welded. b. Pipe sections shall be lined up straight with abutting pipe concentric. All scale and oxide shall be removed and bevel left clean and smooth for welding. c. Weld metal shall be thoroughly fused with the base metal at all sections. Welds shall be free from laps, slag inclusion, excessive porosity or other defects, and without excessive reinforcement. 10. SOLDERING OF PIPING a. All soldered joints shall be made with 9576 tin and 5019 antimony solder. All joints shall be thoroughly cleaned before soldering. , . # 15H-s. DIVISION 15 MECHANICAL 4. WORK NOT INCLUDED Work not included under this contract shall include: Electrical power and control wiring. Chiller and pump startup. Water flow balancing. Painting of new piping, 5. EXISTING CONDITIONS AND EXAMINATION OF SITE XEt a. Contractor shall examine the site and premises, compare with the drawings and specifications, and determine the conditions under which the work will be performed. The original construction drawings will be made available to the Contractor. Note existing conditions and be respon- sible for all conditions which will affect work. No allowance will subsequently be made for extra expense due to failure to make such an Inspection. B. DRAWINGS AND ARRANGEMENT a. The plans shall be regarded as diagrammatic, establishing general requirements of the work. Exact locations, distances, levels, etc. will be governed by the building and site. Should it be necessary to deviate from the arrangement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. 7. EQUIPMENT AND MATERIALS a. The 80 ton chiller, new chilled water pump and spring isolators for the chiller are at the jobsite. b. See Inventory List. Page 15B-6 of this Section, for a list of County supplied pipe, fittings and specialties which are at the jobsite. c. Contractor shall supply all additional materials required to provide a complete installation under the scope of this Specification. A Material List, Page 15B-7 of this Section, is provided for the Contractor's convenience. Inclusion of this Material List should N , : 00603 15B-2 DIVISION 15 MECHANICAL SECTION 15B STANDBY CHILLER INSTALLATION 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1. General Requirements are a part of this section and the contract for this work, and apply to this Section as fully as if repeated here. 2. SCOPE OF WORK a. It is the intent of these specifications that the Mechanical Contractor shall be responsible for the complete installation of the County supplied chiller and related piping and components in the Boiler/Equipment Room of the County Administration Building, Martinez, California. b. The Contractor shall furnish all labor, tools, equipment and transportation necessary to install the new chiller, pump, and related piping and specialties. 8. WORK INCLUDED The work of this Section shall include but not be limited to the following: a. Place chiller and pump on new pad which has been provided by the County. b. Install chilled and condenser water piping as indicated on drawings. Connect new piping to existing piping at locations shown or as directed by the County. c. Install all piping specialties in locations shown. d. Pipe chiller refrigerant pressure relief valve to existing relief vent piping. e. Thermal insulation for new chilled water piping. f. Cutting, patching, and painting as required to provide a finished job. g. Pressure testing of new piping. 0O 52 15'B-2 DIVISION 15 MECHANICAL 8. CARE AND CONTINUATION OF SERVICES a. The Contractor will be held responsible for the care and preservation of the existing building, grounds, and utility services. Any part of them injured, damaged or disturbed because of his work, shall be repaired, re- placed or cleaned as required. b. The Contractor shall not Interfere with the County's normal operation of the existing buildings and services. When it becomes necessary to disrupt the operation of any of the existing electrical, piping or other utility systems, it shall be done at such times and in such manner as agreed upon, at least two (2)working days in advance, by the County. 0. SAFETY PRECAUTIONS a. In accordance with generally accepted construction practices, the Contractor shall be solely and eomplbtely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normaL working hours. b. It is understood that the responsibility for proper attention to the above stipulations is included under this work. in case of any doubt as to what is intended or what must be provided in matters of public safety, request such inter- pretations or clarifications from the County. C. The duty of the County to conduct construction review of the Contractor's performances is not intended to include review of the adequacy of the Contractor's safety measures. in, on, or near the construction site. 10. GUARANTEE Contractor shall guarantee his work to be free of defect in material and workmanship for a period of one year from date of final acceptance by the County. Upon receipt of notice from the County of a failure, the Contractor shall promptly repair or replace the affected part at no expense to the County. 006,51 15A-4 DIVISION 15 MECHANICAL 4. SUBMITTALS (Continued) C. The County, and/or the County's appointed agent, will review submittals. Rejection of submittal will require resubmittal within five (5) days. d. Upon completion of the work, and before final acceptance of the work, the Contractor shall deliver to the County, five (5) copies of shop drawings, materials lists, operating and maintenance instructions and complete parts lists. 5,' DRAWINGS a. Mechanical Drawings are schematic and comprise the outlines of the work included under this Section. Any work or materials shown on Drawings and not mentioned in this Specification,or vice-versa. shall be executed the same as if mentioned by both. b. Data given herein and on the Drawings are as exact as could be securedi however, their extreme accuracy is not guaranteed. Should it be necessary to deviate from the arrangement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. C. Drawings indicate required sizes and points of termination and appropriate routing of piping to conform to structure, however, it is not the intent of the Drawings to indicate all necessary offsets, and piping shall be installed in such a manner as to conform to structure, S. DAMAGE TO BUILDINGS The Contractor shall be responsible for damage to any part of the premises which is traceable to work performed under this specification, for a period of one (1)year from the date of acceptance of the vrork by the County. 7. TESTING AND ACCEPTANCE Upon completion of the mechanical installation, same shall be placed in operation for inspection and approval of the County. DIVISION 15 1�IECHANICAL 2. GENERAL (Continued) e. Provide all ladders, scaffolds, platforms, lifts or similar equipment required for the proper and safe performance of the work under this Section. f. Work shall be performed In a neat workmanlike manner and only by those skilled in their particular trade. g. All apparatus and material installed under this specifica- tion shall be designed to comply with and shall be installed in accordance with all of the requirements of all legally constituted authorities having jurisdiction, including all local ordinances, and the General Industry Safety Orders of the State-of California and OSHA standards. 3. MATERIALS AND EQUIPMENT a. Materials, fixtures and equipment shall be new and of the best quality. They shall be stored properly and protected as required. The Contractor shall be entirely responsible for damage or loss by weather or other causes. b. Thoroughly clean all equipment and materials before installation, and protect same during construction and clean again upon completion of work. C. All materials and equipment shall be installed according to manufacturer's recommendations unless shown other- wlse on drawings or directed otherwise by the County. 4. SUBMITTALS a. Within fifteen(15) days of award of contract. Contractor shall submit to the County for approval shop drawings (5 copies)and all other information necessary for a com- plete description of the installation. Approval by the County shalt not relieve the Contractor of the responsibility for compliance with the specifications. b. Any deviation in submittals from specifications will require a letter stating the benefits from the change and the reduction in the original contract price. 15A-2 009A(� DIVISION 15 MECHANICAL SECTION 15A GENERAL REQUIREMENTS 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1: The General Conditions and Division 1, General Requirements, are a part of this Section and the contract for this work, and ' apply to this Section as fully as If repeated here. 2, GENERAL• a. Responsibility of contract performance of this Section shall be that of the General Contractor, and after award of contract, request for information, interpretation of intent, equipment data or any other required information shall be routed through the General Contractor for sub- mission to the County. b. Attention is called to the GENERAL CONDITIONS which apply in their entirety to work under this Section and include, but not limited to, such requirements as follows= General Guarantee Subcontractors Cooperation Site Investigation Laws and Regulations Permits Temporary Utilities and Facilities as This Contractor shall examine the architectural, structural. electrical and mechanical drawings and coordinate clearances and accessibility for the equipment herein specified. No allowances will be made for failure on the part of the Contractor to properly coordinate the installation of the equipment and related material with the drawings. d. The omission from the Specifications or Drawings of any minor detail of construction, installation, materials or essential specialties shall not relieve the Contractor from furnishing the same in place, complete and in operating order. 00648 ISA-1 /f2J�P/PE• j ., ter. ±/'7rr RArL-WELJ 7V STL.F`.. �UX�rrt3UtLT{If� 574..AL-AS^L . F"IPL" RNL W/GT•UP AC OM F17Z•17 F'OC^—`T AAMAL..recx-1 !SUET t,P 6TL 13C�L.TS opt w� ' C"ewtJ'srwq 8'A-/700'k *C 5.4 SOWM7 m 5i�=/T Z167AI.C. nro Scr,Le CC?,V-^AD?'� 5t�'1L. VF..r<i'FYG�VOt'ION3 A3 II-�ED Cy D.TA/L AdOVA' 0)CM 4YELZ r"YPE .=eAvL µ/4U/4.ruP S;L.Pr. •"--I 6c1-/7OK 4054 A5 .�Le-0E,O. C.�P�E AGK,rN5u1h�1CW `',>-.RDQ=!NG G! �9�Of!'L:G P/TCl'1 f-2�G'C E T 2,MADE.'ALL A-P-xR,-rZO A/=,-^ W J17yC14 PROTCL7L"A. GtaV77::?A STA G N7Y /'MA VV r -r'b.NING �=C/�c31.JG W{ ' C5 /.M=7. tSjtA�t,TIN�ZU t��F X3U/L,O/AC7 13A-5 . exznvo A= Iry M4ti•.::D r^— •-i.e...y v •i .,. ., .Rvy�ji"``:�.: _ �,- Sw�,oare l�,_� ! .�.v;•=ti�t.i�+.:^"g/c�� PYA✓rL1fin { g. __4 � i l AMMO r-• �t i II � itiOT,lti l.. ` L `Lwa 7M A,C I I { , I r Wox-o 4-A.w/ i wrsAvdzln-a hDAZ PJA OS'N 6.01) 1 i � I i i +I t I • I Inca ! I S xos ,r���OJ :xS';.��.934d 4e`:dR:Taeaa'4rcnr(:t�'Ay' tr:rr•rias �p.,...� .� OIVISI0% 13 SPECIAL CONSTRUCTION 5. MATERIALS AND EQUIPMENT: (Continued) f. Welds shall be made using welding equipment of an approved type. Weldment surfaces shall be free from loose scale, slag, grease, paint and any other foreign material. Members shall be rigidly held together while being welded, and weld joints shall be pre- pared to proper detail as required. g. boles for bolts shall be punched to not more than bolt diameter plus 1/16 inch. When punching would distort metal, sub-punch holes and ream to required size. Burned holes and drifting to improve or enlarge holes will not be permitted. 6. STANDARDS: a. Structural Steel: ASTM A 36 for all structural steel work and F sce aneousinetal work, except as shown or specified. b, Mild Steel: *ASTM A283 or better for secondary non-structural miscellaneous metal parts where approved by Owner. c. Bolts: Standard bolts, ASTM A 301, Grade A. d, SLe_el�Pi�e: ASTM A120 or A53, Type E or Type S, Grade B, as most suitable— for the work required, galvanized unless otherwise shown. 1. CUTTING AND PATCHING: Do all cutting and patching and provide all supports which may be required for work under this Section of the Specification. 8, DAMAGE TO BUILDINGS: The Contractor shall be responsible for damage to any part of the premises which is traceable to work performed under this specification, for a period of one (1) year from the date of acceptance of the work by the County. 9, GUARANTEE: Contractor shall guarantee his work to be free of defect in material and workmanship for a period of one year from date of final acceptance by the County. Upon receipt of notice from the, County of a failure, the Contractor shall promptly repair or replace the affected part at no expense to the County. 13»A3 Q 7 DIUIS IOF1 13 SPECIAL CONSTRUCTIOtI 3. SCOPE Of WORK: The work includes but is not necessarily limited to the furnishing and installing of: a. Safety handrail b. Safety harness snap eyes c. Seal existing roof hatch d. New roof hatch and ladder 4. SUBMITTALS: a. Within fifteen (15) days of award of contract. Contractor shall submit to the County for approval shop drawings (5 copies) and all other information necessary for a complete description of the roof hatch and ladder installation. b, The County and/or the County's appointed agent will review sub- mittals. Rejection of submittal will require resubmittal within five (5) days. c. Upon completion of the work. and before final acceptance of the work, the Contractor shall deliver to the County five (5) copies of shop drawings, materials lists, operating and maintenance instructions and complete parts lists for all equipment installed, S. MATERIALS AND EQUIPMENT: a. Materials, fixtures and equipment shall be new and of the best quality. They shall be stored properly and protected as required, The Contractor shall be entirely responsible for damage or loss by weather or other causes. b. Thoroughly clean all equipment and materials before installation, and protect same during construction and clean again upon comple- tion of work, c. All r.,aterials and eqquipment shall be installed according to manu- facturer's recommendations unless shown otherwise on drawings or directed otherwise by the County. d. Provide all ladders, scaffolds, platforms, lifts or similar equip- ment required for the proper and safe performance of the work under this Section. e. Welding shall be done by certified welders, pre-qualified by tests prescribed in AWS "Qualification Procedures." Any welder not doing satisfactory work shall be dismissed from the work or requalified as specified. Defective welds shall be cut out and replaced, 13»A2 EF Ft 3 DIVISION 13 SPECIAL CONSTRUCTION SECTION 13A ROOF SAFETY ALTERATIONS 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1- The General Conditions and Division 1, General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. GENERAL: a. Responsibility of contract performance of this Section shall be that of the General Contractor, and after award of contract, request for information, interpretation of intent, equipment data or any other required information shall be routed through the General Contractor for submission to the County. b. The omission from the Specifications or Drawings of any minor detail of construction, installation, materials or essential specialties shall not relieve the Contractor from furnishing the same in place, complete and in operating order. c. The plans shalt be regarded as diagrammatic, establishing general requirements of the work. Exact locations, distances, levels, etc. will be governed by the building and site. Should it be necessary to deviate from the arrangement indicated in order to meet the actual conditions, such deviations shall be made without expense to the County and only after approval by the County. d. Work shall be performed in a neat workmanlike manner and only by those skilled in their particular trade. e. All apparatus and material installed under this specification shall be designed to comply with and shall be installed in accord- ance with all of the requirements of all legally constituted authorities having jurisdiction, including all local ordinances, and the General Industry Safety Orders of the State of California and OSHA standards. f. The Contractor shall not interfere with the County's normal opera- tion of the existing buildings and services. When it becomes necessary to disrupt the operation of any of the existing electrical, piping or other utility systems, it shalt be done at such times and in such manner as agreed upon, at least two (2) working days in advance, by the County. 13-A1 00643 DIVISION 1 GENERAL REQUIREMENTS 6. ACTIVITIES ON PREMISES: (Continued) b. The Contractor shall prepare a sequence of construction and time schedule for Owner's review. No work shall commence before approval of said schedules by the Owner. c. Premises, buildings, ground and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. d. Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract, includ- ingon grade, above grade and below grade structures, utilities, construction and improvements, whether existing or newly placed under the Contract. e. No service shall be shut down, transferred or otherwise interrupted without first being scheduled with the Project Inspector to be done at a time agreeable to Owner with two (2) working days notice. f. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other work under the contract, regardless of the hour of occur- rence. g. No additional compensation will be paid for overtime work scheduled for the convenience of the contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime differ- ential will be paid by the County. Two (2) work days notice will be required for all overtime scheduling. �., T ``. r E 00642 IA-3 a�.� DIVISION 1 GENERAL REQUIREMENTS 4. TEMPORARY UTILITIES AND FACILITIES: (Continued) b. The Contractor and his forces may use the public toilet facilities available at the Job site. Temporary sanitary facilities will not be required. c. The Contractor and his forces may park in unreserved County park- ing lots on a space-available basis. d, All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Martinez. S. CONTRACTOR'S OPERATIOFIS: a. All work shall be accomplished in strict compliance with all applic- able building codes, ordinances and regulations, including the California Administrative Code. b. All installations shall be per the respective manufacturer's recommendations or these specifications and the higher standard shall prevail. c. If during the work the Contractor or his forces mar, damage, or deface County property, such shall be cleaned, repaired, replaced or otherwise restored by the Contractor to substantially original condition at no cost to the County. d. The Contractor shall maintain a clean and protected operation; protection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, and all debris and waste shall be collected and removed at the close of each working day. a. The Contractor shall furnish the County with parts lists, operating Instructions, and maintenance instructions on ail equipment furnished on this project (3 copies each). f. The Contractor shall furnish the County, upon request, shop drawings samples andother descriptive data deemed necessary to clarify the installation of work. 6. ACTIVITIES ON PREMISES: a, Premises, buildings andother facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by Owner and in continuous operation throughout duration of this contract. Work under the contract shall be programmed and executed so as not to interrupt Owner's operations, and con- ducted to cause the least interference and nuisance possible, IA-2 000 t DIVISION 1 GENERAL REQUIREMENTS SECTION JA SPECIAL CONDITIONS 1. INCLUSION OF GENERAL CONDITIONS: The General Conditions are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. GENERAL: a. The contractor shall cooperate and coordinate his trade to the others in order to effect with the least possible delay his portion of the work; he shall be responsible for the negligent marring and scarring and damages affected to other work and trades, and shall replace or cause to be replaced at no cost to the Owner all work broken or damaged, caused by his negligence in persual of this con- tract. The contractors shall see that their work is properly executed and free from scars, mars, stains, and imperfections and shall see that the work is properly protected from damage by other trades and is responsible for such, within his control, until the final completion and approval of the building. b. All existing equipment, partitions, hardware, and other miscellane- ous items which are dismantled or removed and not re-used shall remain the property of the County and shall be delivered to the Building Maintenance Warehouse, 1619 Shell Avenue, Martinez, unless otherwise noted,'or shall be stored as directed by the County. c. Building Permit will be obtained by the County at no cost to the Contractor. Contractor shall obtain all other permits and licenses required. d. Any questions rearding the project shall be handled by the Build- ing Projects Division at telephone number 372-2146. 3. EXAMINATION OF PREMISES (Bid Walk): No allowance will be made for lack of full knowledge of all conditions, before commencement of the work. A bid walk is scheduled for October 12, 1977 at to OD a.m. All contractors who are interested in reviewing the project area should meet at the main lobby, Administration Building, 651 Pine Street, Martinez. q, TEMPORARY UTILITIES AND FACILITIES: a. Water and electrical power are available and may be used by the Contractor's forces at no cost to the Contractor. The Contractor shall provide approved connections to utilities and shall remove same at completion of work. 00640 IA-1 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 AME OF BUILDING) ,California, for year (s) use from date of filing at 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 dolnt. if we fail to comply with the above mentioned conditions within a reasonable time after being notified in wrlting,ws, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or matarlsls In the plans and specifications for this project. This guarantee supersedes any previous guarantees we have mads for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seat) 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. a,; N-16 t7Ul��i7 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. 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. 441i , 00638 ,„H-15 SECTION 17. CHANGE ORDERS A. Allowable Time Extensions - For any change in the work, the Contractor she I be entitledonly to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. 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 dal the work Is Der o�me7. ;. 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 A ree as to Cost - Notwithst-ending the failure of the County an t e ontractor 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. Dally 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 dally job record by the construction Inspector shall not preclude subsequent adjustment based upon a later audit by the County. SECTION IB. OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCE The County reserves the right to occupy ail or any part of the project prior to completion of the work, upon written order therefor. In such event, the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will It relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth In Section 20 or during the guaranty period after such acceptance, .45 Set forth in Section 21. 00637 H-14 E SECTION 15• SHOP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTERNATIVES (cont'd) 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. C. Whenever a material or process is identified on the Pians 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 relation to ail 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 not be responsible for any resulting deviations from Plans 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 comparative 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. 00630' H-13 SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, Including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designat- ions shall be considered as being those found in Industry pubilcatlons of current issue at date of first Invitation to bid. 8. 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 shalt 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, fitnbss 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 will , when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. C. Ail 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 manufacturer'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 letter of transmittal Indicating actions taken by the County or required of the Contractor. a. 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. 0of.3 J H-12 SECTION 11. INTERPRETATION OF CONTRACT REQUIREMENTS (cont'd) 4. Conflicts within the Specifications: (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 , end 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. s 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 shell 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 17 , this Division. H-1 1 0011 !g 2 SECTION g. INSPECTION A. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal 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 tan (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 I , 2, 3, and 4 below shall govern: 1. Addenda shall govern over ail 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 speclfi- 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" shallgovern over all sections of the specifications except for specific modifications thereto that may be stated In the Special Conditions. 0l►F1i3'13 H-10 Certifacatlon - The Information above Is true and complete to the best of MY knowledge and belief. Name an t a o 5 gnee Signature ate NPTE: The pensltY for making false ststements in offers is proscribed In 1B U.S.C. 1001. %t7 IS. ,'' b„ext{ "k tk E y- tt wVr,. . 4t 5`. ?� �. '}� f +alar t.6$tsv � 1 't f� t7�`�t-`� ��I '• �4`•u F 8 rj 2 3a�i�r. s 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-asslstedconstruction 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 facllitles" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other seting areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and hous.ng 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-asslsted 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 ( ) Esklmo ( ) 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-asslsted construction project. REMARKS; .,7., 1, ,i',-`i C r, r 1.u. ,1i 01 4. 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 whale 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 shell 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 Englneer/Architect, and such person shall not again be employed on the work. D. Certification of Nonsegregated Facilities - Notice to Prospective Contractors of Federally Assisted Construct on - (a) A Certification of Nonsegregated Facillties, 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,elause. Noticeto Pros ective Subcontractors of Requirements for Certifications o Nonsegregated Fac t es - (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. H-7 0063)0 SECTION &. 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 shall remove the some 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 w_illll pay directly to the utility companies connection fees, annexation fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associated with the temporary services are required they will be paid by the Contractor. The County will not pay for water, gas, telephone and electricity consumed on the project until after the County makes written request to the utility companies that' blilings 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 requlre�d to pay any charges associated with permits. (It 1s not this present policy of the County to pay fees to the Incorporated titles for permits.) H-b 0016211) 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 ail claims for labor 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 all work 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. 0. 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. 0. Subletting or subcontracting any portion of the work as to which no subcontractor was designated In the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public record of the awarding 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 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 6. TEMPORARY 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 H-5 00628 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 shalt cause each subcontractor to provide, adequate Insurance for the protection of his employees not otherwise protected. 0. Public Liability and Property Damage Insurance The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, u� 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 shalt 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. Ali 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 (i) year from the date of final acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. N-� 00V2 SECTION 2, GOVERNING LAWS AND REGULATIONS (cont'd) Contractor shall keep copies of Codes on Job 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, shad 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, brecing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. 3 "Nothing In this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing In this section shall be construed to Impose tort liability on the awarding body or any of Its employees. "The terms "public works" and "awarding body," as used in this section shall have the same meaning ws 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 all necessary arrangements, and perform all other services required In the care and maintenance of all public utilities. The Contractor shall assume all responsibility concerning same for which the County may be liable. (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 SECTION I. - DEFINITIONS (cont'd) Cou��ntyy�� - Shall mean the County of Contra Costa, a political subUTv-i:fon 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. 7 See Section 16B ) General Notes - The written instructions, provisions, conditions, or other requfirements appearing on the drawings, and so Identified thereon, which pertain to the performance of the work. Plans - The official drawings including plans, eleva- tions, sect ionss 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 t e 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 Archltsct 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 extenslott 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 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 shah 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 Man ower 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 t e 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, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly author- Ized representative. Board of 5u ervlsorss - Shall mean the duly elected or appointed offTcla s w o constitute such a Board, who will act for the County in all matters pertaining to the Contract. Chane Ord�er, - Is any change in contract time or price and any change n contract— ontract documents not covered by subcontractors. Pra ect Ins ector Construction Supervisor, Inspector, or Clerk of the narks - a main t a out or ze 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. Cry H-i 00621 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. EKFLOYMENT 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 oA 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 agree• to use and cause to be used in such project by all 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 doss not apply. SECTION 64. EMFLOYNENT 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). G+21 00M f. that it will include the prommons of puragrnpbs J.thrnneh g. in$very subcontract or purchase Order entered into rut the purpose Or accomplishing this contract.unless otheruise exempted pursuant Its the EPA regulahana impte• menting the Air or W ilcr Act(40 CFR.Part 15,5),so that such provisions%ill be binding upon or vendor: tach subcontractor g, that in the went that the contractor or the sohcootractors for the construction,supply and service contract$entered into for the purpose of accomplishing this contract%ere esempled from complying with the above requirements under the provisions or 40 CFR.Part I5.5{ay,the exemption shall he nullitied should the facility give rhe to a criminal conviction ISce 40 CFR,Part 15,10)during the accomplishment or this cunlract,Furthermore,with the nullification of the csemption.the above requirements shall be effective.The contractor shall notify the Govern. Ment.as soon as the contractor or the subcontractors'facility Is listed for having given rise to a criminal conviction noted m 40 CFR.Part 15.20. SECTION bl. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT The contractor agrees tti expand at least 10 percent of the contract, If awarded, for bona fide minority business enterprises. Pot purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business$ at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking. Orientals, Indians, Eskimos, and Aleuts. No partial or complete waiver of the foregoing requirement shall be -granted by the Omer 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 parform 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 is furnishing the Economic Development Administration with reports on minority business enterprise utilization after award and at 40 percent completion of the project- 088 G-20 SECTIO14 5$. SIG'45 The contractor shall erect a project sign (Exhibit X) as provided bthe Owner acco 'ng to the sp '`'cations set forth in the following and herein!°ter knawh as Gene Condit' r 'tum 58. The contractor shall be responsible for maintain- Ing the pro t s during construction of the project. Other authorities Include: Requi 's for ved Projects and/or Volume 65 of the Public Works Manual of Procedu '13 SIT£ GN, SPF: IFICATIONS ' Sire:4'X S'X 1',' Material:Face WTemperedmasoniteorcit ual. e s'X3V rdressedfour(4)sides Assembly:IVV X 3W Or(time to fit a'X 8'X i?'.`pane I two 12)center braces Paint:Face—3costs outdoor eroamel(sprrycd) Reur-I coat or enamel(sprayed) Lettering:Silk screen enamels where possible,or band painted enamels Calors:Red.!ha and blue-Specifically,white background;"new yobs for your co nity"in red,EDA'logo and In partnership with the US.Department of Commerce.Economic Development Admininr ' ." (Sec Exhibit X) SECTION 59. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The contractor agrees to contribute to the preservation and enhancement of structures and objects of historical,archi• tectural or archaeological sognoficance when such items are found and/or unearthed during the course of project con• struction and to commit with the State Historic Preservation Officer for recovery of the items.(Reference:National Historic Preservation Actor 1966180Stat 915.16 USC 410)and Executive Order No.11$91 of May 31,1911,) SECTION 60. CLEAN AIR ACT AND FEDERAL HATER 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"meant(Al any building.plant.installation.structure,mine.vessel or other floating croft,location or site or operations tb)owned.tested,or supervised(et by the Contractor and the subcontractors Id)for the con- struction.supply and service contracts entered into by the contracton b. that any rac m) to be utdved in the accomplishment of this contract is not listed on the Environmental Protection Agency's Lost of Violating Facilities pursuant to 40CFR.Putt 15.20; C, that in theevent 4 facility otihzed in the accomplishment or this contract becomes listed an 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.monilorsng,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, a. that it will promptly notify the Government of the receipt of any notice from The Director.Office of Federal Aclivi- tics.Environmental Protection Agency.indicating that any facility utilved or to be utilized in the accomplishment orthiscontract is umkrconsideration for listing on the EPA list of Violating Facilities. A G.1� SECTION 56. SUSPENSION OF WORK Should the Owner be pre,cnted or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution.by reason 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 lobe set forth in writing. SECTION 57. WLOYHEN'i' OF LOCAL LABOR The maximum feasible employment of local labor shall he mudc 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 he done as on-site work,shelf employ,in carrying out such contract work,qualified persons who regularly reside to the designated arca 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 Development District.except: a. To the extent that qualified persons regularly residing in the designated ares or Economic Development District are not svailsbla: 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 Shull the number or 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%arks or development facility project is located with u list of ull positions for which it may from time to time require laborers.mechanses,and other employees.the estimated numbers of employees required in each ciassi. fication.and the estimated data on which such employees will be required: The Conaactor shall for full consideration to all qualified job applicants referred by the local employment service• but is not required to employ any job applicants referred whom the Contractor docs not consider qualified to perform the classification of work required: The payrolls maintained by the Contractor shall contain the Wllowing information:The employee's full name,oddtess and social security number and a natation indicating whether the employee docs,or does not,normally reside in the arca in which the protect is located,at in the case or 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-site work. t 11i'{g tri{� .N c.^.t3�3'yS6 xe.7 ,�pY�s�C.ei.v. 4C1 A- 0OW40 t .'}x S F• .';x ..k.r,qr t ti i+�,afir] i,A'� �'4 r.i+.£-�+x. i t,31.4tAx r4 ^1n- ,yr::y ,tt•�,t�. ?�6,rha'r� s ,'.'r,e��,esr'rax�e.� o»�'sit#atmq��lot 'l:�. .ti�:a . g. In the event of the Contractor's noncompliance with the nondiscrimination clauses oft his contractor 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 he imposed(and remedies Involved)at 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 low, 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 24.1965,so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractoror purchase order at thecontracting 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 su ontraetor or vendor as a result of such direction by the contracting agency.the Contractor may request the United Statea to enter Into such litigation to protect the interests of the United States, 1. Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts and whtmtttracis not exceeding 510,000(Other than Government bills or lading)are exempt.The amount of the Contract.rather than the amount of the Fedcrul financial astlatnnt~:.shall govern in determining the applicability of this exemption. (2) Except to the case of subcontractors for the perfonnunce of construction work at the site of construcikn, the clause shall not be required to be inserted In subcontracts below the second tier. (3) Contracts and subeottuaets not exeaeding 5100.000 for standard commercial supplies or raw materials are exempt. SECTION 54. OTHER PROHIBITED INTERESTS No official or the Owner who is authorited In such capacity and on behalf of the Owner to negotiate,make,accept or approve,or to take part to negotiating.making,accepting.or approving any architectural,engineering,inspection. construction or material supply contract or any subcontract in connection with the construction or the project.shall become directly or indirectly interested personally in this contract or in any part hereof.No officer.employee,architect. attorney,cnetnocr or inspector of or for the Owner who is auihoritod in such capacity and on behalf of the Owner to exercise any Icgnlstive,execulise.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. SECTION 55. USE ,AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The Contractor aeras to the use and occupancy of a portion or unit of the project before formal acceptance by the Owner,provided the Owner: a. Sutures 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. Sxures consent of the Surety: c. Secures endorsement from the insurance carrier(:)permitting occupancy of the building or use of the project during the remaining period ofconstruction:or d. When the project consists of more than one building,and one or the buildings is occupied,secures permanent fire and extended coverage insurance,including a permit from the insurance carrier to complete construction. G-17 ; _ 006]9 SECTION 53. EQUAL EMPLOYMENT OPPORTUNITY No person in the United States hall.on the grounds of race.ailor,national origin.or sex,be excluded from participa. tion in.be denied the benefits of,or he 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 200Dd)and Section 112 of Public Law 92-65. Form EDA-503.The Recipient and all Contractor,subcontractors,suppliers.lessees and other parties directly partici- paling 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,as 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 g of Subtitle A of Tmk 6 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 ugainsl uny person on the grounds of race,color,or no. lional origin in their employment practices.in uny 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.Iii)they will provide information re- quired by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances,and(ill) 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 ugreements may be cancelled,terminated or suspended in wholeor in part ormay be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246,30 Fed.Rea.12319(1965)(Equal Opportunity Clauw)•During the performance of thiscontruet. the Contractor agrees as follows: it. The Contractor will not discraninate against uny employee or upplicant for employment because of race,color. religion,sex,or national origin:The Contractor will take affirmative action to ensure the applicants are employed. and that employees are treated during employment.without regard to their race,color.religion,sex,or national origin.Such anion shall include.but not be limited to the following:employment,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 un d 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 employees placed by at on behalr of the contractor, Nate that all qualified applicants will receive consideration for employment without regard to race,color,religion. sax.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 contras or understanding.a notice to be provided by the agency contracting officer,advising the labor union or workers'representative of the Contractor's commitment under Section 202 of Executive Order No.11246 of September 24.1%5,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. L The Contractor will furnish all information and reports roquired 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(EEO—I on Standard Form 100)annually on March 31.Forms and instructions are available at the EDA Regional Office. G-16 00618" i. Any deductions to pati regular unwis intiation fees and monhcnhip dues.not including lines or Special assessments: Provided.howcmer,that a collective bargaining agreement between the Contractor or subcontractor and repre- sentatives or its totpiuycc,provided for such deductions and the deductions are not otherwise prohibited bylaw, j. Any deduction not more thin for the"reasnnahie ant"of hoard,lodging*,or other facilities meeting the require• mcnts of section?(rm of the Fair Labor Standards Act of 19!8,as amended,and Part 511 of this title,When such a deduction is made.the additional records required under S516.25ta)of this title shall be kept. SECTION 50. SUBC04TPACTORS The Contractor will insert in any subcontracts the clauses Contained In 29 CFR 53(all 1)through(5)and(7)and such other clauses as the Economic Development Administrution may by appropriate instructions require,and also it clause requiring the subcontractors to include these clauses in any Iowef tier subcontracts which they may enter into.together with a clause requiring this insertion in any further subcontracts that may in tum be made. SECTION 51. CONTRACT TEMNATION A breach of sections as through 50 may be grounds far termrnution of thaContract.and for debarment as provided In 29 CFR 5.6. SECTION 52. OVERTIME REQiTIREMENTS No Contractor or subcontractor contracting for any part of the contract work which may require or Involve the sum. ployment or laborers or mechanics thall require or permit any laborer or mechanic in any workweek in which he is employed an such*ark to work in excess of eight hours in any calendar day or in excess of forty hours in such work. week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his bask rate of pay for all hours in excess of eight hours in any calendar day or In eaeus or forty hours in such workweek. as the case may be In the event of an) notation of the clause tet rorih in the subsection above,the Contractor and any subcontractor respontihle therefor.shall he liable to any alfected employee for his unpaid wages.in addition,such Contractor and sub• contractor shall be liable to the United States On the case of work done under contract for the District or Columbia or a territory,to such District or to such territory).for liquidated damages.Such liquidated damages shall be computed with respect to each individual falterer or mechanic employed in violation or the clause set forth in the above subsection in the sum or S10,00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the Nandard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above, The Economic Ossclopmcmi Administration may withhold or cause to be withheld,from any moneys payable on ac. count of work performed by the Contractor or subcontractor,such sums as may administratively be determined to be necessary to satisfy any liabilities or such Contractor or subcontractor for unpaid wages and liquidated damage as provided in the clause set forth above. The Contractor shall inscri 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. 00617 gg' G-15 t Hifi#� i. Ans deductions to pas regular union intiation fees and miinhership dues,not including tins or special assessments: Pronded,however.that a collective bargaining agreement between the Contractor or suhcuntractor and repre• scntauves of itsemplovees provided for such deductions and Ihededuct Ion%are not otherwise prohibited bylaw. j. Any deduction not more than(or the•'reasonahie coo-of hoard.lodging.or other racilitics meeting the require- mints of section kmi of the Fair labor Standards Act of 1938,as amended,and Part 5.11 of this title,when such a deduction is made.the additional records required under 5516,25(x)orchis title shill be kept, SECTION 30. SUBCONTRACTORS The Contractor will insert in any subcontracts the clauses contained in 29 CPR 5.5(aH 11 through(5)and(7)and such other clauses as the Economic Development Administration may by uppropriute Instructions require,and also it 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 runher subcontracts that may in turn be made. SECTION 51. CONTRACT TERMINATION A breach of sections dd through 50 may be grounds for termination of the contract.and for debarment as providod in 29 CPR 5.6. SECTION 32. OVERTIME REQUIMIXENCS No Contractor or subcontractor contracting for any pun of the contract work which may require or involve the am• pioyment of laborers or mechanics thall require or permit any laborer or mechanic In any workwaak in which he is employed on such work to work in excess of eight hours in any calendar day or M excess of forty hours in such work• week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours on excess of eight hours in any calendar day or in excess of forty hours in such workweek. as I he cast may be. In the event of any Noiaaon of the clause set forth in the subsection above.the Contractor and any subcontractor responsible therefor,shall he liable to any affected employ"for his unpaid wages,In addition,such Contractor and sub. contractor shall be liable to the United States(in the case of work done under contract for the District orColumbla or a territory,to such District or to such territory),for liquidated damages.Such liquidated damages shall be computed with respect to each individuai taborer or mechanic employed in violation of the clause set forth in the above subsection in the sum of 310,00 for each codendar day on which such employee was required or permitted to work in exeetr of eight hours or in excess orthe standard workweek of forty hours without payment of the overtime wages required by the douse set forth in subsection above. The Economic Development Administration may withhold or cause to be withheld,from any moneys payable on ac. count or work performed!by the Contractor or subcontractor.such sums as may administratively be determined to be necessary to satisfy any!abilities 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 douse requiring this insertion in any turther subcontracts that may in turn bemade, G!-15, 00616 SECTION 49. COPELAND "ANTI—KICKBACK" PROVISIONS These provisions of this section.29 CFR Part 3.prescribe"Ant i•Kickback"regulations under section 2 of the Act of June 13,1964.as amended(44 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 o(payroll forms. Section 140)of Title 18 of the United Stases Code(Criminal Code and Criminal Procedure)shall apply to such staid ment as provided in 72 Stat.967(18 U.S.C.1401,among other things.provides that whoever knowingly and willfully makes or uses a fraudulent ducument or statement of entry.in any matter within the jurisdiction orany department or agency of the United Slates,shall be fined not more than$10.000 or imprisoned not more than five years,or both). The requirements orthis section shall not apply to any contract of S2,OOOor 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 orthis 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: r a, Any deduction made in compliance with the requirements of Federal.State,or local law such as Federal or State with. holding income taxes and Federal social security taxa. b. Any deduction of sums previously paid to the employee as a bone fide prepayment of wages when such prepayment is made without discount or imerest.A"bona fide prepayment of wages"is considered to have been made only when cash or its equivalent hn been advanced to the person employed In such a manna as to give him complete freedom of disposition of the advanced funds. c. Any deduction or 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 orcollaboration exists. d. Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representstoe of employees,or both,for 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 or the foregoing,or unemployment benonts, vacation pay.savings accounts,or similar payments for the benefit of employees,their families and dependents: Provided,howcra,that the following standards are met:(1)The deduction is not otherwise prohibited by law; (2)it it either:(1)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 or or for the continuation of employ mens,or(ii)provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and repmentatires of its employees:(3)no profit or other benefit is otherwise obtained,directly or indirectly, by the Contractor or subcontractor or any athiliated person in the form of commission,dividend,or otherwise, and(4)thedo3ucteons shall serve the convenience and interest of the employee. C. Any deduction contributing toward the purchase or United States Defense Stamps and Bonds when voluntarily authorized by the employee. L Any deduction requesud 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. g. Any deduction voluntarily authorized by the employee for making of contributions to governmental or quasl- government agencies. h. Any deduction voluntarily authorized by the employee for making of contributions to Community Chases,United Given Funds,and similar charitable organizations, SECTION 47. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be 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 ilmribcd in section I(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 but round under 29 CFR S.S tai f t)(ry)that the wages of any taborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section I(b)(2)(B)of the Davis-Bacon Act,the Contractor shall 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 of mechanics affected,and records which show the costs anticipated or the actual coil 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 Porous to the applicant ippnsor.or Owner,as the ease may be.for transmission to the Economic Development Administration.The copy shall be 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 show determined by the Secretary of Labor and that the classl• ficatio is set forth for each laborer or mechanic conform with the work he performed. A submission of a"Wgckly Statement of Compliance"which is required under this contract and the Copeland regulations of the Secretary or Labor(29 CFR Pan))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 5.3(a)(1)(iv)shall satisfy this requirement.The Prime Contractor shall be ration• sible for the submission of copies of payrolls or all Subcontractors,The Contractor will make the records required under the labor standards clause of the contract available for impaction by outhorieed rFluesentatives of the Economic Development Administration and the Department of Labor,and will permit such representatives to interview amploytrea during working hours on the)ob. SECTION 48. APPRENTICES AND TRAINEES Apprentices will be permitted to work as such only when they are registered,Individually.under a bona fide apprentice• ship program regestercd with a State apprenticeship agency which is reeognited by the Bureau of Apprenticeship and Training,US.Department of Labor.or.if no such recognised agency exists in a State,under it 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 farce under the registered program.Any employees listed an a payroll at an apprentice wage rule,who is not a trainee as ddtned in section 2e or is not registered as above,shall tie 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 apprcotica as well as or 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 wfien 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 provitions of Pan Sa.Subtitle A.Title 29.Coda of Federal Regulations. On contracts in excess of 110,000,the employment or all laborers and mechanics,including apprentices and trainees, as defined in Section 2 shat)also be subject to the provisions of Part Sa.Subtitle A,Title 29,Coda of Federal Regula- tions.Apprentices and trainees shall be hired in accordance with the requirements of Part$a. The provisions of Sections 43,46.and 49 shall be applicable to every invitation for bids,and to every negotiation, request for proposals,of request for quotations,for an assisted construction contract,issued after January 30,1972, and to every such contract entered into on the basis or such invitation or negotiation.Part 5a.3,Subtitle A.Title 29, Code of Federal Regulations shall constitute the conditions of each assisted contract in excess of 510,000.and osch Owner concerned shall include these conditions or provide for their inclusion,in each such contract.Parts 5a.4.50. Sob,and 50 shall also be included in each such contract for the information of the Contractor, G-13 i 8 00614 SECTION 45. MINIMUM WAGES All mechanics and Ialxrrers employed or working upon the site of the work.or under the United Slates Housing 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 erne of payment computed at wage rules not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made it 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 it the site of the work in a prominent place where 4 can be easily seen by the workers.For the purpose of this clause,contributions made or costs reasonably anticipated under section I IbM21 of the Davis-bacon Act on behalf of luborers or mechanics are considered wages paid to such laborers or mechanics.subject to the provisions of 29 CFR S.S(a)(I)(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 this particular weekly period.are deemed to be constructively made or Incurred during such weekly period. The Owner shall require that any lass of laborers or mechanics,including apprcriticcs and trainees,which is not listed in the wage determination and which I%to he employed under the contract. or reclussified conformably to the wage determination and a report of the action taken shall he 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 taborets and mechanics,including apprentices and trainees,to be used,the question accompanied by the rec- ommendation of the contracting officer shall be refereed to the Secretary for final determination. The Owner shall require whenever the minimu n wage rate prescribed in rho contract for a class of laborcus or mechanics includes a fringe benefit which n not expressed as an hourly wage rate and the contract Is obligated to pay a cash equiv. alent of such a fringe benefit.in hourly cash equivalent thereof to he 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 taborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Libor which is a put of this contract; provided.however.the Secretin of Labor has found.upon the written request of the contractor,that the applicable standards of the Davit-Bacon Act have been mel.The Secretary of Labor may require the Contractor to set aside In a separate account assets for the meeting of abligations under the plan or program. The Contractor agrees to comply with Executive Order 11599.issued March 29,1971.and any other Executive Order. statute,or regulation regarding the stabilization of wages and prices in the construction industry. SECTION 46. WITHHOLDING O! PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the contractor so much afthe accrued payments or advances as may be considered necessary to pay luborers and mechanics,including apprentice and trainees.employed by the contractor or any subcontractor on the work the full amount of wages required by the contract.In the cvcnt o(failurc to pay any laborer or mechanic.including any apprentice or trainee employed or working on the site of the work or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the con- struction or development of the project.all or pan 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 cased. G^�2 00613 SECTION 38. QUANTITIES OF ESTIMATE Wherever the estimated quanWms or work to he done and materials to be furnished on a unit price basis under this contract are shown in ani 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 he deemed reasonably necessary or desirable by she Owner to complete the work contemplated by this contract,and such increase or diminution shall in no way vitiate this contract.not shall any such Increase or diminution give cause for claims or liability for damages. SECTION 39. LAND AND RIGHTS-OF—WAY Prior to the start of construction,the Owner shall obtain sit land right""-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 not partial or entire occupancy of the premises by the Owner shall constitute an acceptance of work not done in accordance with the coni ract documents or relieve the Contractor of liability in respect to any express warranties at responsibility for faulty materials or work. manship,The Contractor shall remedy any defects In the work and pay 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 wdi 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 or the paragraphs to these Oencral Coodittons shall be soul to the extent of such conflict or Inconsistency. SECTION 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owncr relative to any part of this contract shall be in writing and considered delivered and the service thereof completed,when said notice is potted.by eanificd 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 DEEMED 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 ami 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 theeontract shall forthwith be physically amended to make such imenion 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 pent- ncnt provisions of the Contract Work Hours and Sorely Standards Act.as amended,commonly known as the Construc- 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 responsibte for the safety,otficiency,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. G 11 . ; ., 00612 SECTION 35. ARCHITECT/ENGINEER AUTHORITY The ArchitxtlEngineer shall give all orders and directions contemplated under this contract and specifications relative to the etecution of the aork.The Arrchttect/Engineer%hull determine the amount,quality.acceptability,and fitness of the several kinds of work and materials which are to be paid for under this contract and shall decide all questions which may arise m 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 be a condition precedent to the right of the Contractor to receive any money or payment for work under this contract affected 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 plan or drawings where the some 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 36. STATED ALLOWANCES The Contractor shall include in his proposal the cash allowances stated in the Supplemental General Conditions,The Contractor Mall purchase the"Allowed Materials'as directed by the Owner on the basis of the lowest and bat 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 injuries to persons or damage to property; Is. To store his apparatus.materials,supplies and equipment in such orderly fuhion at the site of the work 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 put thereof only such loads as arc consistent with the safety of that portion or the work; d. To clean up frequently all refuse,rubbish,scrap materials,and debris caused by his operations,to the end that at all times the site of the work shall present a neat,orderly and workmanlike appearance; e. Before final payment to remove all surplus 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: E To effect all cutting,fitting or patching of his work required to make the same to conform to the plans and specifics• tions and,except with the consent of the Architect/Engineer,not to cut or otherwise alter the work of any other Contractor. - -' A-1 0- 00611 SECTION 30. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owncr for justifiable cause.shall be or become dissatisfied with the Surety or Sureties for the Performance and/or Paymcat Bonds.the Contractor shall within five(i)days after notice from the Owner to do so. substitute an acceptable bond for 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 bund shall be paid by the Coniraclor.No further payments$hull be deemed due nor shall be made until the new Surety or Surctics shall have furnished such an acceptable bond to the Owner. SECTION 31. ASSIGNMENTS The Contractor shall not assign the whole or any putt of this contract or any moneys due or to become due hereunder without written consent of the Owner.In case the Contractor aulgns all or any part of any moneysdueor 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 or,if persons,firms and corporations for services rendered or materials supplied for the perrormance of the work called for in this contract. SECTION 32. MUTUAL RESPONSIBILITY OF CONTRACTORS If.through acts of neglect on the part of the Contractor.any other Contractors or any subcontractor shall suffer ion of damage on work,the Contractor specs to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractor will so settlo.If such other Contractor or subcontractor shall assort any claim against the Owner on account of any dumage alleged to have been sustained,the Owner shalt botify the Contractor,who shall indemnify and save harmless the Owner spdnst any such claim. SECTION 33. SEPARATE CONTRACTS The Contractor shall coordinate bit operations with those of other Contructors.Cooperation will be required in the arrangement tot the storage of materials and in the detailed execution of the work.The Contractor,including his sudxomractots.shall keep informed of the progress and the detail work or other Contractors and shall notify the Architect/Engmcci immediately of lack of progress or derective workmanship on the part of other Contractors.Failure of a Contractor to keep informed of the work progressing on the site and railure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. SECTION 34. SUBCONTRACTING 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 be given until the Contractor submits to the Owner a written statment 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 or his subcontractors,and of persons either directly or indirectly employed by them,as he is for the acts and omissions of persons diroctly employed by him. The Contractor shall 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 core*over the Coatractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. G.9 00610 SECTION 28. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all 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 Cons, tion Insaance 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 tablet,the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the lalter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Con- tractor's omtractor's Workmen's Compensation Insurance,In ase any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmcn't Compensation Statute,the Contractor shall pro• vide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection orsuoh of his employees a are not otherwise protected. b. Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance.The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance. Contactor''Property Damage Insurance and Vehicle Liability Insurance inrthe amounts specified in the Supplemental Genual Conditions. e, Subcontractor's Public Liability and Property Dsma a lrsturance and Vehicle Llubilit Insurance.The Contractor shall either(1)require 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 Is hereon, or.(2)insure the utivnm of his subcontractors in his policy,specified in subparagraph b heraof. d, Scotx of Insurance and Special Natards.The insurance required under subparagraphs b and a barearshall 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, alto against any of the special hazards which may be encountered in the performance ofthu 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 contrastBuilder's Risk Inta`tTn_c_t__(Fsrcand Extended Coverage),on a 100 percent(100%)completed value basis on she insurable portion of the project.The Owner,the Contractor,and subcontractors las their interests may appear)shall be named at the Insured. L Proof of Carrtaze of Insurance.The Contractor thall furnish the Owner with certificates showing the type,antoont. class of operations covered,etTective dates and dates 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 shared.except after 'thirty (30) days written atotice has bean received by the Owner." SECTION 24. CONTRACT SECURITY The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent 1100`b)of the contract price as secunt)for the failhful performance of this contract and also a payment bond in an amount equal to one hundred percent f IO(KI 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 contact 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 focal law, Before final acceptance,each bond must be approved by the Economic Development Administration. .; 00609 A accordance with the progrms schedule,The Contractor shall furnish the Owner (a) a detailed estimate giving a complete breakdown of the contract price and(b)periodic itemized estimates of work done for 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 it basis for additions to or deductions from the contract price. SECTION 25. PAYMENT TO CONTRACTOR tach calendar month,the Owner shall make a Progress payment to the Contractor on the' basis of a duly certified and approved estimate or the work performed during the preceding calendar month under the contract.To insure proper performance of the contract.the Owner shall retain ten percent(10%)orthe amount of each estimate until final completion and acceptance of all work covered by the contract. In 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 been 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 coroner. The Contractor agrees that he will indemnify and save the Owner harmine from all claims growing out or the lawful demands of subcontractors,laborers,workmen.mechanics.materialmen.and furnishers of machinery and pans thereof, equipment,power wait.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 all 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 end all such lawful claims until satisfactory evidence is famished 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 Surely. 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 FINAL 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 or 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 pan of the work in or on which such materials,tools,and equipment are incorporated or used,and(c)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 tach subcontractan interest therein. G-7 r' 1641 00608 SECTION 20. CORRECTION OF WORK All work.all materials, +hcthcr incorporated in the work or not,all processes or 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 thc,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.Ir.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,she compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of She Archaect/Engineer shall be equitable. 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 Spocifieations.he shall immediately give notice to the Archlteci/Engineer of such conditions before they are disturbed.The Architect/Engineer will thereupon promptly investigate the conditions,and If he finds that they materially differ from thou shown on the Plana or irjdicated in the Specifications.he will atoned make such changes in the Pians and/or Specifications as he may find necessary,and any increase or decrease ofcost resulting from such changes to be adjusted in the manner provided in paragraph 17 orthe General Conditions. SECTION 22. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed union the same was done In pursuance of a written order or the Architect/Engineer approved by the Owner,as oforessid,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(e)of the General Conditions,the Contractor shall furnish satisfactory bills,payrolls.and vouchers covering all items or nest and.when requested by the Owner,give the Owner access to accounts relating thereto. SECTION 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions orthis contract are violated by the Contractor,or by any or his subcontractors,the Owner may serve written notice 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 or 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 i IOi dugs,cease and terminate,In the event of any such termination,the Owner shall immediately serve notice thereof upon the Surety and the Contactor,and the Surety shall have the right to take over end 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 promote the some to completion by contract or by force account for theaccount 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 to 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 data or 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 �. a-b 00 U'1 t$ ilk c= SECTION 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 otsained 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 claims 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 it 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 contrifcc and it is further mutually understood and ugreed 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 ogreed.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 otthe same,taking into consideratipn the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect,fail or refute to complete the work within the time herein specified.or any proper extension thereof granted by theOwner.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 conttucl.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 times ipuisted in the contract for completing the work. The said amount is filed 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 told amount is speed to be the amount of damuges which the Owner would sustain and said amount shall be retained from time to time by thcOwner from current periodical estimates. It it 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.Pr v that the Contractor%hull 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 excestcost when thedelay 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 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 irom the beginning of such delay,unless the Owner shall grant a furthtr period of time prior to the date of final settlement of the contract,notify the Owner,in writing,of the cause of delay,who sball ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter, �•,s 00606 Where the Contractor has not taken action but has notified the Architect/Fnpineer 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. 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 Ccnditions. 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 ormateriais.and other relevant data and records. SECTION 15. REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs,progress achedWas.payroils.reportit, estimates.records and other data as the Owner may request concerning work performed or to be performed under this contract. SECTION 16. SUPERINTENDENCE BY CONTRACTOR, At the site of the work.the Contractor shall employ u construction superintendent or foreman who shall have full authority to act (or the Contactor,It is understood that such repretentative 11119111 be acceptable to the Architect/ Engineer. SECTION 17. GANGES 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. (1) Labor.including foramen: (2) Matatals entering permanently into the work; (I) The ownership or rental cost orcOnStructiOn plant and equipment during the time ortue an the extra work-, 14) Powa and consumable supplies for the operation or power equipment; 15) Insurance: (6) Social Security and old age and unemployment contributions. To the cost under 17c,there shalt be added a fixed fee to be agreed upon but not to exceed fifteen percent(15%)or the estimated cat of the work.The fee shall be compensation to cover the cost or supervision,overhead,bond,profit and any other general expenses. G`4 00605 License or Royally pee-License andlor Rovallr Pees for the use of a process whic;i is authorised by the Owner of the project must be reasonable.and paid to the holder of the patent.or his authorised licensee,direct by the Owner and not by or through the Contraaer_ It the Contractor uses any design.devise or materials covered by letters,patent or copyright.he shall provide for such use by suitable agreement-ith 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 royallics 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 shall 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.deviceor materials or any trademark or copyright in connection with work agreed to be performed under this contract.and shaft indemnity the Owner for any rest,expense or damage which it may be obliged to pay by(Cason of such infringement at any time during the prosecution of the work or sifter completion of the work. SECTION 10, SURVEYS AND REGULATIONS Unless otherwise expressly provided for in this contract.the Owner will furnish to the Contractor ail surveys necessary for the execution of the*ark.:The Contractor shall comply with all Incas,ordinances,ruin.orders.and regufaiksnt relating to the perfurmanct of the work,the protection of udjacent property,an#The maintenance of pusmgeways,Suard fences or other prottstive tacibiiea, RECTION 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.Cgmpmrni, 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 lime herein specified.in accordance with the provisions of thn contract and said specifications and in accordance with the pians and drawings covered by this contract and any sod all supplemental plans and drawings,and in uccordanee with the directions of the Architect/ Engineer as given from time to lime during the progress of the work,He shall furnish.Crecy,maintein and remove such construction plant and such temporary works as may be required,The Contractor shall observe,comply with,and be subject to all terms,conditions,requirements,and limitations of the contract and specifications.and shall do,carry on, and complete the enure work to satisfiction of the Architoct/Engineer and the Owner. SECTION 12, WEATHER CONDITIONS In the event of temporary suspension of work,or during inclement weather.or whenever the Archilca/Engineer%hull direct. the Contractor will, and will cause Ito subcontractors to protect carefully hi% and their work and materials against damage or injury from the weather,fr.in the opinion of the Architect/Engineer,any work or materials shall have been damaged or injured by reason of failure an the pan of the Contractor or any of his subcontractors to so protect his work,such materials shall be removed and replaced at the expense of the Contractor. SECTION 13. PROTECTION OF WORK AND PROPERT!-EMgRGENCy The Contractor%hili at ail time%Safely guard the Owner,property from injury or loss in connection with this conlract. He shall at all times safety guard and protect his own work,and that of adjacent property,from damage,ThcCantructor shall replace or make good any such damage,lass or injury unless such be caused directly by errors contained in the contract or by thcOwnct,or his duty authorized representative. In case Olin emergency which threatens lou or injury of property and/or safety of life,the Contractor will be allowed to act,without previous instructions from the Architect/Engincer,in a diligent manner.He shall notify the Architect/ Engineer immediately thereafter.Any claim for compensation by the Contractor due to such extru work shall be promptly submitted to the Architect/Engineer for approval. G.3 ' , 00604 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- formity 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 specificully stun sl 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 Ncilities of every nature whatsoever necessary to execute, complete.and deliver the work within the specified time, Any work neccssar> to be performed after regular hours.on Kunduys or Legalflloliditys,shall be performed without additional expense to the Owner. SECTION 6. CONTRACTOR'S TITLE TO MATERIAL No materials or supplies for the work%hull be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional talc 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 materials and cauipmcnt used in the construction of the project shall be subject to adequate insptxlion and luting in accordance wnh atiepted 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. hlaterials of construction,particularly those upon which the strength and durability of the structure may depend,shall be subject to inspection and toting to establish conformance with specifications and suitability for users intended. SECTION S. "OR EQUAL" CLAUSE Whenever a material,article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers'or vendon'names,tmdenames,catalogue numbers.etc.,it is intended merely to establish a standard; and,any material,article.or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material,article,or equipment so proposed is,in the opinion of the Architect/Engineer,of equal substance and function.It shall not be purchased or installed by the Contractor without the Architect/Engineer's written approval. SECTION 9. PATENTS The Contractor shall hold and save the Owner and 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 unpatented 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. 00603 G-2 • .,i �i't Cd, '�i<.': �. x.� 3.4..Y9'f,.'!b" >3w:�7` �}}}rs��- D I V I S(DN ti. - GENERAL CONDITIONS— SECTION 1. CONTRACT AND CONTRACT DOCUMENTS The pians,Specifications&ad Addenda.hereinafter enumerated In paragraph i of the Supplemental OerttralConditlons. shall form part of the contract,and the provislons thereof shell be as binding upon the partly hado as If they were herein fully set tomb.The table of contents,fides.hesdinga.running hasdilan and marginal notes contained hershhrend in said documents art solely to facilitate reference to various provisions of the contract documents sod In no way affect. limit,or eat 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 a follows: a. "Contractor":A parson.firm or corporation with whom thii Contract is made by the Owner.(The Owner israterred to by EDA,in other documents,as the Orantee/Borrower). b. "Subromrsctor":A person.Arm or corporation supplying labor kind materials or only labor for work at the site of the project tot.and under separate contract or agreement with.theConimctor. c. "Work an(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 or the project by employees of the Contractor and any Subcontractor, d. "Apprentice 11►A peson 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(:1 a person in his first 90 days of probationary employment as an apprentice in such on 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. "Trained';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 or Apprenticeship and Training.and which is reviewed from time to time by the Manpower Administration to insure that the training meas adequate standards. SECTION 3. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The Contractor will be furnished additional instructions and detail drawings as necessery 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 Contractor and the Architect/Enginecr will prepare jointly(a)a schedule,fixing the data at which special detail drawings will be required,such drawings,if any.to be furnished by the Architect/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 complction 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. 00602 G-1 i MOMEATIMS P. I NXIFIGTIOIS P.2 ca - o0 at a•ar r«•.*.•�•.►•Iw.w �ttlstpt co.an-w»-s.a♦a �,S...tt.tti....w S.r. MLR r...l... Y•[•rr tat tt 1O.'al-Arrll 22. 19171 0�r1►f«w 1 urf-1010- «ha,7r, ♦Ira..AIN...«..«.r,Ytl•, R•tt• MtT P••N..• T-0- •.a[« Nt natfsl-«rru I, Itrn oa•,0.1 w.rt.,ci w..a.. — wl.ra cwwtr.«1•I.rt rr.•.•.cl•w...w••.1N.awa., Cbpm.. Ibr[rr,...rra.ciw.w[rcM. , Li«ott icl•n•.t1n•r• l0.ii .tt 2t..15 .02 to a•c,14,ter.•i,4r•,MwY, rt•twr.ilr<.a.<rtr•t•. �.•t•Nt•,L.rt•wtaw«.2n t .l tl,Z2 ia...•aN.iru•.al•.r•, /, 3 M-2 n-It/!/-duw•1, Ifffl al••Ir+w.Sw l•..S•rr, «luwa.J•!!•1•u..M/wt CIN[. at•N•1w..S•tast,Y•«rr, Y•ta1,fi•il•aty.r«d Wtk.[ Yrlw/tfi,T.1«n.Trlww•, Cowtlo, 54L•«t. Y•4,M Ywi•C«••tp•. 1211t1«r«l« �t lewl•tin•Wllntota 2.�fi L60t.rs 7.11 LLetYlatr r«1«t«r•.W.6 d.ta a«s'/4tar Crct {n.ri 1.15 A t 1.00 .01 z St«trsi,al«w .. m W W 1 513.50 1.50 2.10 .O1 A.—it-d.iff 15.20 L40 1.10 .03 .. •. l.i PIMNA/LictSilt,VOL 42.MO. Ic•—Mchy. hili 2f, 110" ! MOIFICATIOIS P.3 ( "IFItAT7O[S F.4 ' - 19MIIFIGATIM P. it MID1FICAT101S P. 12 s :l. a OS !std.a.ut7.5o•0 lcant•al i OaN. pa.f.4...at.♦a....r iaJ. Fa•!.41-A.P"-.. Nw.ar [pN.Na• 1.... M f M www.. Y«.r. a.arsr [aw.tb. Owa N t• p..Mwa &it float tai.r.. qa/a•Ir}�1 F OL7T-I00!-".0.!.1 T • ��T~ Uplas.A-d".C.I.Y...., -tPl-17113$-tri 11,1!773 lot-d 13...at too 5- Maw+l/•Palwa.M.P.aa.a.q .bwaln tl.r.l.f.a J.R.M. 0►taa Otgbt r-t"-4 Met.rnto,lwtt.e,TO-. Ruisa Air V--sas.air.so fi.olwa.,V.S.-4 Taw twal"hoo RLa.t .a"Sita). r 0.uul1... .n th-P- l7aa11.. ' it- of it/.Malo.a,I" cl.dlny VY.T.nw Atu> P/4.71 .04 0 t.k !1.N .1/ it.t. •1 u a,..1.I!!t Ra[a d Ta.rum liw urs. P^a..eN pwallt.tl.a to Mat.1 At..ad..O t..Owl.. 0.1 tall.,Vu.oalat,tl.r ut t.- M.M.4.Y FC-low.0on T)17 -9sOt.Wr 27.Im Mata./ot..a.ad loaaa. St.tarlM,a-aw a Cw.nt t.. 11,41 1341 1.11 1.99 TI1PINlu[.t . pa..m.$!..!pose-A tal�• ft-4 C-ttq 10.15 1.00 .50 06TTtlt/D►11011 to Wait wau..I,No Lento Crag t Cs attt.. 11.41 1.Ot '1.10 14p.or Cowttmu-(0...Met tahorarat 1ttalda airport:.WAWM air z 6u.p 1 O."s 3.21 1.10 1.10 .10 1aalNgs;bride-a rar 00rtf- � Grow Itai !.N l.ls 1.79 1.11 .10 ►)a aeaerrl tatty I.;rat -t Draw 116) l.27S 1.15 1.70 1.11 .tt tA1cY Iae10Pa M111104 etr n Cso.p tic} 4.0 1.15 1.70 1.10 .10 1-."-it-"aaestrosts " N Gay Ildl 4. 1.15 1.70 1.11 .it Grid paTRl[.aastl.tsa rltY -.up 1 m 1.12 1.15 1.70 1.10 .11 0a1IdltY aN01tr0etlaN�. &POP tit) 1.17 1.15 1.70 1.14 .19 cramp 1 0.R 1.25 1.0 1.is .b GOO"1ro7 - 1.5 1.15 1.70 lap .10 I Grmp I Ifawllula Q4C1 tN 111TA76t.S-/1N fa/a ow 1 !. 1.15 1.70 1.11 Grp Grow u f1 NSTT-tty it, ri7F} croi 1. 1.15 1.70 1.10 .to Sa.t.r1Y la.ae Grave 7 - 1.! 1.15 1.71 1.14 .W ... � T�ia.rsMrat • _ 1.a.1M1a1 malas asa a0ar P . pattlaao at Aaaas.144M. •1't1. OLltap W-C. 4.4 at taa 0.4 C401artttlo 11PA Sa.l9 .43 X1.15 .01• t FFDHAI 1[6151[1,VOL al. NO.131--0MWr.Jilt 1. 1977 r i a i I r1ot..t Rwnn+,vo[ .a.No r,I-1410AY, JULY 72. 1977 t170iricAllowS r.• r.tulnunurS r,1 fu:rt:Iar!ew. 1417.lbi9•H.d.ET �...,_,_, Mfcesly a uaa-w»(ra.r'+1 .----•--• . {c2 Ff H+TYI ) ~-TM.f,tart•.Ern.,., Rwa,a..Mw wi..r•• At- C.I., treC.iI.,tkl Mar it.45 N'd. R.w Nt. •'••'�•* M T.. Ata.Tw /.e.nn.Cirnx,fixrY.idt,fi M\+. ' Wriro+.,MrndAciw.,tlrttaA, 4t4c.s Ned«,M.trrri.M+pr,Mrina. Sr W.la.id fMl.Ct+f. ricer,flux+.,f.crrve.ta, C A'. 7 17.N f.N 7 2.77 f+.I.nt Ca„FH,ftax/ice.F<n ti.0.. fi.Mti it...I Jo+<uln.Ern N.I.a,/ r A..Avt(firths.Mit.t Gl.r+,Lnt+Crw,SWiW. C ti).S-ft.TUB. Ji.rr.,itshi Lav,t+i.na, it trf+At.w-"o.rtun. 6ennxr,se.nf.iru., fvtr.r, -0 so....C-to..(..- Trhw.,Tt 1771 tl.Tulse. <I.ftY[+h T~A-) 13.64 1.32 l.Rl at Tu.iu.ee,Yoto+nd T.W sh.et M.l tttitatit Gmli r+,G11lerni+ • A..A+r.t.ttt.61..1. [f O+e.A+.Cise 7-r Gip.nikr.t 3.<t.Y.1..Sh++t..f9". i rpmtris 11.63 1 1.22 1 1.11 .RS .NL Satan.T+\r.V.I.-4 f tl.rAw.d tiwr V f.rrl r- 1.6.C-u.. t1,H .13 1.13 S..apr<r t.r+i Au rlt<r+I - ShiM4lrr.1 Ftest Su(t.14 AYr l Eucten+774/er u"St..l Fhir- w I:.NTt2 tGtwt I,p 2r<s ter. il.lW 2.22 2.72 .R3 .R\ _ GM.Itatn.Ift./ncir MMA Mtiirrl3hu MIS 1.22 3.11 .Ri .►f �' 4 [Irclrld.an 1.11 %It 311^.10 .02 -cf.,N.twefiae.ad LNt iMi�+t A+++�+ TL 11 Gal x+.10 C."d s mu tau 3t+.80 ar M 41rc[ilc/+n. 17.71 lal ,]TA .70 .07 hNt ftltta► Lk\l l.11 3%+.80 •tT Gbie SEiicrt+ 13,ft 1.22 Il+ ,3R .02 forte,C1rnn,l+rirhr N.Aac. • rl W.,iha+V,Fl.ifinu, � Trh..t I.d TC1.l t7 6tnilet tl.ctticlaR. 12,21. 1.17 37+J0 .N Gbie irllux+ t3." 7.42 34+.70 tlutrlrlARfl CA42.STUar r - Wtryra m" 2.12 S2+.7R Gbl+fr71<riI lA.1i 2,12 349.10 .OI .. .. G MY FEp(E0t\ECISIER,VOL 42,NO 141-fR1w1,Artr I2. 19" - r"' t IFICATIOMS p. 10 Ci2 ttUUIF1UTIDN3 p.9 � i - r WcmcW W.CAI)-3040-Moa e/ 47 R 2[011-April 22. 1977) FA_a-A.[•.rear. LrYTSit1[1•o_R1t-7177-/W.12 p.yg•L...An par..n •Iretc,Alpl...Armr, Wet, 41 La]65.1-aee..•.r IS.Y )hw EA.a.a.• Eal.r.ru. Co.r.C.u,lkl M••'lr. LA•ra. M.rtttN,Mlddletu,Mar M.M M.dr M.eu.Ll wr.m,tr••aa. a.... ML• ►«we T..wl.• 1.w L•rrr •4 1.11.td a- maw P-6- V. Mdrold[,W.la,Wrl A_T.. tw•a/r•,4r•etle•a IMrtN.WAutrp,M•p.,Wr.M t ►I.a.,.Y.,.crate.S.•..•lu S..►.rorl.a., S..J..gals, S..M-..seat•cu..,S.A. E1ILTLICl11161 c.ra, S.i.r.s-,s.-. tMdAI-c.• v T[nr..Tuol,rA,q I.[...d C---".o.u•r.UI• raw Cru..,c.111-1• c b lq seep t o"hr. t.•.aper,Lu•a.t1.dAr, [.,p,a u... W.1.•.droA..OAA!qM Cl p.au.. )I1.63 1.77 1.77 .05 .06 Locu.tl.W W..6..A 119.16 410 1i..40 A.[dA.e Haar l.p.r.1 rare La Optuuut S••rt 1•r.i Mn M..t•Estttp Shlo{ler•i su.i Su/told .•0•.1..at..rwA,t5r.hlr• L nctort wd/or Sle.l fAot a..ld 411LorA.MJI.[rl. /01 Lr•cton 11.00 1.11 t.71 .d5 .00 Morldr.".tYt.•. MlllvrlLhls 11.13 1.21 1.71 .d3 .d M.ha•[.td,M.[.cafe natrl.trtl futffdd,Or.q.,Swth W tlo..A f•A.•.Crtl..: dH tat*mA lrulogfard 19.16 1.30 W.40 Lbctrlclro I2JS loll ]Xt.30 .03 CAI.spot.r. 1 13.61 1.11 A+.30 .91 Mier ld.d.A C tLgt T.A...co,nq 1 old t/r•r M•todod 19.36 1.20 IX..40 ZO Q.c tcic lsA.(L wort.A'' Elaarteun. 12.24 1.11 7X..70 .Oi _ Ch1•fpitc}u 13.46 1,11 7X..76 .94 m Wa.r.l N ar d..tto..d aro ct...l Cr[I... 11.69 .90 1.73 rl rtr rel Eurt.lur•t / - � - • Y•mr(Horth.-lul(At Cr[pl,f.c:rAra,Tolo. EIA-Ado.Moral."a 71.-C.-ti..(aladi x late T.Ir.A-) L7.Ei .1.71 1.61 .14 &A-L Mrul W.'"... Plaut.f.ee••ru.'f•[4f T.b-.Taf..d TAY Crtl.. Il.6a .73 1.63 C •: CA ►10EEAL t6O1STEa•VOL. 42. MO. 141"'OAT.JUlr 12. 1977 1tr1IFIIATI0n5 K-11 ,,,q tAlpltlUti0N3►.s tO0Sf1Uil0115 t.)0 { PMUOR act. 7_Smil4 - ►d...w.w.►.,w. , u.+4 !•+: ►din 4...t,.1'ar�.•ta tttoN ta.cF))-sere-tw. n M..dr t1rr., tt..y u...d•. !43 FN 11011-Apt 11 27.1►)7t R•t.. tt t p 14.A.. f...ww f.w. 1F t f p~'fit j (w Al.0.d.,Alpin..A-do.. AW.7r^ Ul.eetr4.Cunt[. bl Mott.,!1 Dor*da,rr.rna, p•eirlei*w*14 �N."Idt.Mas M,rNi ip.a., i llet'tricl4 t 0 U_M .07 37..101 .04 ,f...a,wnt.r.y,Nrpa, CMI.p14er. 13.1! .07 34•0tas 1 .H Iq..d.,/lint. !.c[a..nl0' C.I0 -8 4..^FtupiR 0. din bonito, Stn rr._I4co. 91"two.t- 11.15 .!2 307.75 ".t1 A..wt•o, cpl.pit-. 77.07 .02 20.1.15 .01 Sant.Cwt, *_=hit.tb�..ty { wtt.t, tlectriei.r 13.70 .7r n.1.M 1•IaY,Tw,l-, lit.aad ty3.S►I3¢et. Ll.70 •H IS-1.M tuba countl0,C.M.M. i tea"o,",W r dt cm. geelrltl*M! 11.35 it ica l.7•r.l 6toriew.con.rCablo Wla+sd MIS .20 30 IAS tN I.tt lM t+.•tWYM cult 1.4 Del Mort., Mu0 ldt,Morin. tle 'Sclr 12.66 .61 35..24 .ft P.P., San Son Cpl.[►Iter. 13.91 .41 30.34 ' .N j n.t•o,s.l.ro ud p.nowt ib..tereT as.FtT CounUa. 4 11.51 f 1.54 i 7.10 S l.N .OS ttatslclr 12.70 1.10 IS.2.30 .45 , ft.•ro.M.tlpos...d' CM3.Spllclt. 33♦!1 2.10 30.2.34 .44 i M.r.•d Cunt I.. U.SS AS 1.00 ".W S.im cb-tt" 4z ick SeM.ru [Lttttlel. Mel .!0 37..[7 .44 room County !]4.]S .44 Id +� ^ Rirrcl.n.t t ft 0 st..S 4 23.50 .W h..0! .t4 V A=at.=.ly 11rb CmCLnnt1.s 4.1d i tl•et[Jebn. I7♦SI 3.fS 31.1.15 ..4/ 23M./e4.0. U." .77 U-1.30 c.nl.spltt.r. 14.72 IA$ 301.17 Al cm3.Spl M. 3S.S7 .77 31.t.SR .03 't^ A". f.t.er.rent..Sutur, tut F.~IKy C OWAT I.", Tub•..d tb.a.port[ t7eett'Ic1.F! MISS 5.00 31#." .K .t F,l_' El Polio.,0r..0 s CMI.•plit*e0 11.53 IM 30,10 .O{ ..aPlitt[countl•*Nr.t or 100*f*, the Mom St.=rkw..t*!n Ai*..t.*W 50.b.0•lw [ N.It[4hed C_tle. 31.30 4RcUJclA+u 14,70 .OS WAS .04% 03smat"r.. ^ C.bt.Splleers MIS .►S 30.87 .Ni pI tSette.41�Iak.Mgl0. l+k. th uAr*. �.s"ON6 some r4 tatctr Scl4m 13_00 .47 3%.77 .K Tablom Ctaltls 34.33 .94 .30 2.35 .4i CW1.bplten li.IS ,it 0•.77 .M Teh.F.County tlettr Jei.nO irrlly re.fdene4,ilslt.d to . 3*tot IX !.0 LU 3%-.Sl .04 r . V{ g ` N I St0ttAt IMM IA,VOL 42,pro. 133--FMAT.JILT Ir Im Piot , i MOIFICATIONS F.7 "WIFIOMONS P.NOWNICW Gd. Olar IDn77- 77 •1 77- O.M. r.l•••fw•0n►•t�..n 0+•••O..dir p•rrr N•dr �s11- tia.Ir..N L• P.-j- Y•.•er ter.. N L• r...I... Yw•N.. ./•a SOL Item L>. . Ie�•e•t�7pit r.1 Goy 1 i f. i l.ri !1,10' i 3,10 .19 Llplw,•e.•er,Mtt•. LI 4.0 2 0.H 1.11 1,70 1.70 .10 [•l.r•ru,rola••. mr�,,,cI•m. V...w 0.•.t.1 6.333 1,ri 1.70 1.10 .10 � N•alu•Ir,y Mw,•v Int• 11w•.1 W feet,Ott •,wl.,Yr u• bwt ut Orr•,0 I 1 10.]. 1.H 1.70 1.10 .10 Mn Juy„le 011.11.riur., w.t* ir,Jo•0„Iw,t0•.1.. re"/ 9.B SS 1.]S 1.70 1.10 .10 #a►L wnrrwLo.S .w, M..k+rate wet•1.7.1....,l T17r1euy, T,olv..,mlo.m Puce @.w 2 S.M l. 1.70 1.10 .lo oet mune b•••0 tM••plen• G-02'. - t. 1.21n 1.70 1.30 .30 of at wr.m,w•.•., Yt..,t] !. 1.25 L.70 1.1f .lf rl.ar•m 11.11.mantle• pta1u0/np l.r•7•no.u•.1 t 10.73 .24 1 L.30 i 1.0 - Jf 1.rr.rw Iwdun •1•i•••,rpotr.m.4.wl bre•.IYdt10t, Int•. - ' • wrlw.w.soclwo. wp, .,- Z t.•►r•ncl.ae.f•1.wt•e. flailyou,blr,fwr W M.Ity cb-tl.• 11.02 l.So 1.10 1.M Til•Miler•, A • m Mulpew,wrc•f W , Tubn mu„tlw 10.75 l.N .10 ' Ib•ur•y•m i.•4 Cow '' me•tH• 11.01 1.0 1.is uo•p I f. 1.21 1.H l.lf .10 Gw,p 11.1 1.00 1.25 1.70 1.1t .lt - - Group 1101 f.T) l.2s 1.7f 1.10 .0 trop IM r 0.02 1.25 1.7f 1.3a .0 awp 1101 S.72 1.25 L.70 1.0 Greg 11•I f.] 1.21 1.70 tall Group lief 6.97 1.25 L.0 i.10 .10 ' ,leap 2 0.•2 l.ri 1.70 1.10 .0 <' Group) t. 1.25 1.70 L.M '.0 t a - ' s S'7c t 3l C ' V' e - t1Dt0AL INWf7lt,VOL 02,N0.121-•t111AT.MILT 0. I977 w CCtMtliiiltidlS►.6 71101ittATldl5 P.5 ' tst.>f m.caro-x»_.s„e+'•+t g, I,OC{alq Mo.G»-Splf IGne'dl nt...IM«N•p.1.w. 1 pd...ate..p.,...e 1 a.w 1d•taw a.- N Mar rw•1... Y«.we. .,d:w ca».w.. a...r. 1iw h f w pw.1w. YwwM. a�Ye. , ... , asnww.81.1t.4.&,..M T.I.r.t-wri..6-. F t2./• .ts W." .a3 cast,Mrs..W.6-j-.w} L6-. 1 a-cabntl.s lw•w,tti-}y+lYw,+t aM tF.wtrw 12.11 ..} 1}•.!! .as L1Ktt lClIs .dS .!1 2}f.M rat 14.241 .T! 32•.16 CO.tpl in.r. If.11 .}t N.,341 .412 M+.t.wl.r Pwnt7 N.e ipns..M4.aunl.l.wp c...w�f... 5.q 1.140 111-2440 •/a co.ntl.f Liwwww.3rclw.iel..a 12.52 1.2; ri•2.is cl.svinl... 0,H ./t It a Ca W vltsn. 2t.K 1.» A.2.341 +/f C. Syllur. 1t.p ./2 f} 10 1br.-a 2blawn M.wtN. 7 w 7 12.417 .b ri.i.34 ,41i Ll.rtr lcl.n t 22.50 1.141 32.3.20 Al. YKre� 13.Sa .N ri•1:111 •/d Gat.aptt«.r. 13.411 1.141 It.2.10 .K ua ew.�cmrt} w.p..nd Solaeo tbdntle. tr,wY4ew t.fi 1.OS 7121.1! +Ol rl-rlcl.n. 22.111 .N lS.,aS .M Li- 22.11 1.05 ri•1.15 •411 e.at.spit 11.50 .Sa lte,/S .N U-}"If."A ope}ata.. 11./2 1./s 32.1.13 J .03 S.n P��tto,2ant.Ll.t.and Maloldt a w,,tr a.nt.cru,C-sits.. r n_It.w 1.M .041 Ll«et[ICIlnt 21,N .77 7t.1.st ./5 ttw..�. 11.22 Ae ri•2.1tS •/s c.b1s apt1-1. 13.51 .77 2trN .K hut.trilc.«a 12.1! .14 32•I.1S ./s = a.n fr.nplaco ca.wtr a_vv_lS ck"tttr O csectvicf.M 35.50! 2./4 32..as .K a....sww m2! 2.N n..M •K K C.bi,Spot...0 17.33 1.114 ,102.20 .K u-,7Yc5wtYla,w 13.341 l.N41 jt::"" " •of 17 a..lu1.o cwntr - C 1.spun•.. 17.33 1. f.a •/f arms cl.ctt lcl.ws 11.77 .0 32 .,M ..s0 .23 alto.sro ciar.. um«r., mod s..t.C.-c It- c.1...us.nd a..2w."i. gpwwrw•w it.fs .17 21.1.so .as ,.its. 11.30 .N .55 .ft 411. 2 aloe o0•iwn.t Llu Lanttl_titw. q..r.tnta 11.741 .11 3}•1.30 •/5 c_rt Casa o.-ty cul.splims 1S.sl .aT T.3.S0 G::r"-' 11.do 70 31.2.N plwttrtmr q.11'•.,,t gxtltaca 1l .N .70 11.1.00 wt owl..oo-d lat.I- Lt 32.E , ztawn 13.20 .70 3/.2.K fm v1..1"-.tests.loss.. Gbl.spllwn 11.70 .10 25.3.00 ltwbe.11m0w.116 1. e strlt..,awf.ws.sew... rtew..w1 niwlt2 a•,we1-+ 111.23Al s1 2.25 Al f �+ w u. 7t0711at t7Ct571t,VOL,Al. NO 131.--itroAY.'AKr S.7177' IDflif IRAUM Y.3 ' n•�w,a�„t-w» rart'�n r,r�.n..a..nr�..+. U0F1.2 n fit)-3040-N.e. tai n 2.H3-lPr Cs JJ:inti MASSA,.Rilirul.WA1ne.e.t{a Mil. ti..w. 9,M M9T rrrM+ 1r« M19 9rw Trwr. rl,r CAN ar.0<r.Ca 11., 1 v'a aaa.Iw coa.a.WI Orta,fl inraM. I+Ya,i+Cam,wdrta,w .rw«r'r u.r.ut Mµr.. TfeiWa+.wMa:sw.Iwrab. tl M+9y Ma.4.91M< •.re.:,Mn C.Y.wpa.w«aM. J aA«.ta a...0wa M.a rla..r.II A«wa,lw::.rnto, Juryu�n,Atan w.ao.lams T.0•<aaat tial..sant.cr.a.9A.au. 9l«.1a a.law. i Ia.» a,Ststtynu.iuiana, 0.41.frl/c.r. 13.0 .K la..lS .N1 a aw.lar Mu . ltanialaw,l.. Co.- TO- Cct<Ma K Ia«.la .Ns T<Faw,Tr tnity.1vla.a. C.Ne Srlk.rr 13.91 .ta ].a.Rs Ml To2.9na.mio..d Y+dx Lar r 4v cauntln.Cattorn/, tl 8C.0 spa-. c » .13.M .e'tY Ii.h..h .9a u.t !3. tS ..r .l+ Wvr.rbiae. 4/Cl]ay.r.I Rtu.rpMl -rl.ra..Stw.ta. Ml M.r t..0..ml.C.W., Its-a --Al Mark.rM+.dacim.wpar San ti.csaicirs U. _0 lr•.ws _N Ctanc 4. Arco,!an wtw. 91.S,I-. 1].11 .it 1t..t.a .N 11LL AN,5.1.rp.aw...a T.ratl. Z. arN fCintty tb.atl.. IF 11.42 f 1.39 f 1_10 1111.11s .!! tq..4a W-.C W rr..ro„Riny..M.dara. tpllote••kiynf 31.Se .ei 31r,I0S .N O mlipW and wrw9 m..rtlo 11.33 .93 1.11 table 3µi lrx.S 13.f1 .11 "*Lief .N A ettcl i.n3ar.f C.i.w<u. 4 5d..w../.0 ».aaa.e1Cp..R.91r.9T/ . O.tta kta.ai traalc.aa 1].13 .91 1.11.x5 ..t to SvLr.Dor.tra 11.73 .M 1.a1 Dial.ipl/car. :1,91 RLctrialaur m.ara a..ts nwraT Alr4 d••lY ` 93 .1.1- 13.19 .N h<i.9e RJMCkir. 13.91 1.011 3.3.13 .03 CAN.lµla 11.79 .10 1..1.00 C.".Spltmn . 14-SZ 11.13 34.1.13 .p tri-LA a t MwmAdt Dr. 9ktl.i.11- 11.13 .p htl.9l ..4 Cs Sy11t. 11.13 .N 3.11.1s .N hewn.%A-*Marr.-I .rt trTar.Ci_ ' 13�.{Iks- 11.11 .1S 14C.l3 .OS CAIN"Saplkv l{.le .ts l0<:95 .oS ' f Fib""REGISTIe.VOL.47,ICD-1]i-.JtID3AT.1DCT i"tfil • IDIFICATIM P.3 MOInCA7l nS P.a w o O � N aeaily ao.a77-So» area a¢1a7a1M.an- (Cmt.44 M.1. FAW ar.aw P.r..rs aw. Fw".arts P...rw 5 M a r Pr.,... ♦....r r[!«r saw Prd... Tw.Yr. rSh. Srw Tw am' ar arlr,srr clr. rlrYnn tr0...• ary C_CPrtl.. w Irr4.m ra S..r.t.. - mru.. f.a0 .00 S1.20 L21 ■I.cvtdw M5 .77 1..1.36 .OS ofl.fplirn 15.31 .» IN1.50 .OS hrM.r C-t7 slw.4 a,sip 1.w 1...90 ,ca ap.ir rt"71-SO.c-Ibf. SI Cbl.Ap&Lr 1).10 1.06 1...% .Oa U n 3wu-Spril 22. 19771 ar Mtw Crq fl..ea.ldr 1L71 I.0 ]..L00 .Ol U .Y.UPlr,arlol,' Plr.r.r/rr[lttr.r ' 4l.wrr,mtr.aw Y,dl I awY.U bor.b.Lr.ro. lrl Y[Y r0 ur.lal m.. 11.41 .7l 1.31 ,03 a.rmlat,IY[L.f.rlpr., tp.lsas.r . ' frrra, bp., lrri.)q OrUC_tA.. 11.0) .a5 AS .Oa a.ra.,al.-.,f•c-w, ar frim,ar rrru.ao, �• ar 2..f.t.,ar ft-. 1 lirir..s fa.a.as. ary ct-..arb trr,bl fr Prs..l.s r lips hrtir f.p .p 1.20 1.25 !!altar•t.l..e0 t,4. - m.a[L., p M• al.culair., L7 Ll-.&O,wwtr N a4cvidr. f12.93 aLOS 1..Ln .03 Cbl.apl/rn 1x.52 1.01 a..0ur.a.<r.r..n,lutYi. Polo,tr4.ra rao.. rl.rr mru..a....[ - a".as.rra It-tal. .. f.unb.a sl.evlelr. 34.39 .11 M.as .Oq ' C:.bl.apllmr. 13.0 .f3 U.f3 .00 - al.ctrlclr. tv 15.30 .70 ..Loc -- - C.bY SPllrra 10.10 .70 M1.00 �Ywt mrtt aLctriciw 32.50 1.10 ll.j.jD .ca - .. C-bl.aPllrfs 1]461 1.10 U2.30 .06 - �.. FEDIRM 2EGIMk VOL al.NO. 113-MIDAT,AM 10. JUT --. FMIFICATIM P. 5 I -. MWIrICATI0MS P. 1 IOOITICATIONS P.2 f101.Gii-SY)r-rod. .l ' 442 to 2"51 -AVrll 22, 17771 Al.rd..AI V1nr.Ardor,Ant. a- ►.rr�_ ►rrrr. �1CR71-%T dt• dl.wwr,rul.n..Ca.4.Cor �[ f+'��^r�, Al.nru,91 I.-ft,7r...o, e.r. Nt► ►r.l... 9w.Mw Oi.i/w M Ntf ►r.1..r r...d.. �.N~ Cl.nn.Mr.wldt.[lM..41.r, lw.Ta • L...r,we...,wrin, Aww T. .. wtl/wr,wnsr:l no.w[ud, .r N.ltr.sou CL.. r.14 Swt.as a-tle. l.n.enl u,l.n rrulel.m. Ol.ctr/.I- 112.80 .77 I-t.So .05 /r lnyoln.rrn wt..,.ru 40M lrltwr. t5.55 .77 INI.So .03 cl. Lrtdnitl. Artr rrw, uu .0 rl. .o,Nh" , el.clttet. 35.NLN I%-.go Or, 7.A...,tr lnl t7,Nl.n, dt.trllww 17.51 1.90 1".90 .90 7Y.lYlrn,YWl Nd 1" iw Yt"Q f tr ' Ormtl..,Gll l.mi. sl..erld... 1].77 1.10 1-1.90 .03 , IL.a..9..ala. a.".C1 cm-t7 cl.ctrlc/�,.1 Yw momp wa ty4s..a. 3].Y Alwdr-LyLl-LlIS.0 91-ulclrr 711.91 MOS1"1.15 .01 .Y•f. •� C.LI.SVllww 14.51 LOS 1N1.1S ,e) VM y CL r 16•7e .10 2"1.90 Ardor,Cnl....Naawto, eR AatT SYtLer,TYlo, TW.-dGomer 9.41 1.10 1"7.30 .00 uo..inrA et•lpin., U-,Ad.lda 31_% 1.0 1-1.70 .49 ci n,r.dd,Nr.d.,►Lar CM1.Srll-- 11.49 I.0 1"7.10 .00 Z M".M 9.1.11.C~A- md Sl.r[.Cm U..Mt1[ 17.e1 .Y 1"LIO .04 0 r.t.[.wd•rw rount.ln dl.Dpllten 11.Se .Y 1"1.10 .04 ^ cl.clrlcl.n. IS." ,ef Iti•eS .04. as-."tsr't7 ^I 9.4 1.05 1-1.15 .07 C.bl.Dpli-.. 14.93 ,95 l.t.p .t1.1 a^rAr N Llaew 77.93 1.05 .O] nn°.11 Ll-Ow b mt op.[.t.r. Il•. I.OS I"L13 .e1 cl.nrlclw 14.37 ,93 1".K . r.-.&-S S-r. c-t7 l/.t C..le Spd 15.97 '.K I-As .o0 4eA�r 17.15 1.04 M." 1.90 ' rnlltr.r .OwncT LI0[.a1 7.2.ftl- mss 1.04 1".90 .49 M.plrlct... 15.70 .b 16.1.00 AOi.Im S- 17.53 LM 2".!O .K Cl.r cb-tr IS•70 ,70 1NL90 '�tales.Oat.CL[.. Msts.y C.IwaY 'tlererld�[ 17.SO 1.0 IN7.70 .K M S..f..art t51at1.. C."totter- 1L el LU 1N7,10 .K 'M1�d"r r ILCf .e7 7"L% '.OS lls...ler 11a 111.Op.st Op.f t..s 13.M .O7 1"1.30 .01 • AOM*PH- 15.41 .e7 3"1. 36 .06 Str..tltOn1 0.111-W "N.9r14t C- M93 .71 1.72 .05 ... .. - 91.01Vw O1�t790 19.07 .p .93 .00� •• !• O 0 SEDEEAI IFOISTEO.VOL 41.`)0. 112- -VAT,JUNE 10. 1977 _ ttetattU.�s tKCT17Qt t� atttt".e. 01.77-ta•t, 7'at.» - .7. St M—.--M—.-- COUNTY,C".41.0 YIRi1^: Mitt u-.•t htrtta•Ltwa CJLITMtA SO,...e..M-1.9-W'7-3 I'lln-2Y7t.w•t.o t h to.1177 to Q fa 13243 1 tKttt!2ptitt72rt otltAtats lertVy t113atmNte ar won *N•7+UtSirey Caw.tnAeaN 1 ' .Ys.N.Wwbriy elect th.M•ittrrty 1!N b brM1U lOU*uti tk . . td•.•trwtta M•a•aA• 71L1 tit...•a. W/L ♦c•w 1.lee 1.c1•a••th•t wrlt.a.t q.r tf••a Gttl.nlr laclalaa rtt�- ' 1. ' Awe Mti r••.w, riNM•a - to 0.tel iesAet it 40,1.. fairNla{.t th•It.rtt•tly 10MASTy Of tb•Stab Of O•YUatTtla �:.. "e at tW M.L.eetrvt et b.oehly Uta.r.aa•7U,wt.CteStw tw.a- !l—..r...tate, 714,tt.S.ah.tly b th•S,tl.tara•t at ta.ta.h17 40.TNp To. •iMacs!a•a•rty b dr S.L.atrt rt�10'am.salp 7w. TMeu W.Orrty b th•fX,rwsrri at twoaat3 UM.nttp M. ttlAtltM7t[ . 1Teac•t•rt•rly b th.l.2,taut at tw•a.fit7 atm.rattp so. lb—a..tLwrty b a.U.t.ura.t wt•—his,W.-~SY. !•Ua•tt WMtritw.t-St*..MU 7.ta :22. l .t3 •n W wrta.rly N.atet7 wt i`Y Stab wt G/ltarrla. agaelt no" . .M .1! Trac.Il..L""ataaS too tlaetWtYy►aaUtaq rt ilii luta wt - T.4 ,K .13 bti4wla tw thw Mint at twgtrltY. Saitaw•ar LYr.awra Sa..atwt n..t 7.w .2t .[S et esr vet—t. 1 si .26 .t3 erttars. S+aa 6.33 natty 1.406, A�'♦ !t t A `� Statcwn'O"tt O*2 S6•i t.13 .Yi .13 ZO ' - 'i ;} :- '(#�` '3 ''' t, rg• to .-et IY Uwr iaatt:7arla .35 rtata![at Tttlat .26 .a. .4.3 J) t IT 41 r t: t r O.-OhIIOEUt 71GIST[S,VOl 47,NO. 7H upa Y, atUt 77. tq i 0rrlLItYI YJ. G71-'AIL _ 1-ser 77 zmczxlox M. dt77-SOIL ` P.S.al - CALZ1,OrM1A ALG MINITIYMS fee - MVCS wrNU9r 001.I.701tC(..tr'dl r'mu amiRLMr Ormlolk5 cc•wt'd) ' -Arra I (cent•d). Me..I (rased) - TM«.V.....It to to.N.Y.Termor of t-hip In.aM.IAL, Tbrvto Ve-..tI7 to tM S.C.p...r of toWasup IGO.rasp law. The«.wn6rrlr to tM M.L.u to-ship toship M,S.y.IJL, Tft- kip wn Mrtr to the I.E.It -.l tblp lea.rasp'lar. M Th-V..t.[IS to tM.W.M.Y,c-[ c -f to-X•219/SM,I-"-IX, %be-.or.sco,ly t.tM N.V.eserr of.-hip It.,aov 17J. Thin..0e11rrlr to the M.C. ..-I.f temosAlp 101,rah-IM. Trac.wnrAr a.-be M.T.n mo ... r•t t -tlp 190....a.I3.. The-u•t.rlr.e tbe S.L.-,-r•1 to-kip 11N,eoorr Iy. TLs-Va.lvlr to to,M.V.ntrr of[eue+olp Ism,e-.po INV. . Tl"- 0..rd5 to to.N.C. .-- .f L-Alp las,riot ILt. Trac S.Nrrir to the S.Y.rather of t.r.rup Iql,grilse 14". ) �-Th-Y..Ler{r to/A.M.. atmor Of-OLIF IIM,-..e.IOL. Tbo -usterl7 t•the S.S. N of temoeolp Is0. req.IW. -""1Wuer wrcrrif to aM N.C. co-.t.-'air IV....1•lot. Tbooce S-.tb.ril t-the S.V.oomor of t.Votolp 100. reyo IJY, 1Mmor tarter 117 t.tMs S.[, citmor•(a..++Lt/ISM,...1•lir. T6.ete N•n.rli L.the N.V. Herr of a.•..hip 1711, r-.1.lW. TI.«.No.'M11 t•LW N.C.o-,.t t..ta+b1 140 M.IIt. Tree.So-Mt II t-%be S.V.. r•f.• .k"1"..2. Iw, .sy-awl \ Tbr«•fael•rrr to tF.N.L. u .f a NI,IM,..Me.Iat.. To-:t•.t•r if a tM S.S.acre of t-.blp 1M, [.yA IW. � TFat.c.1ull.srlr.•IN.S.V, o mor-o1 t•..s11I INN...ft.ISL. - Tber.-.a-Mrlr a Lbe S.W.n-of!-Aid,ISM,a.a.I3M. flw.,c.Y.rs[ert7 a to..t.L.un•r of t_-'.U1p l4O...M. 130. _ TMatr C-..•r Ira the S.C.nese-.t a-,r•blp one.re g.Ile. r . iMuee WMtlt.rl/to t4.S.V.toof a..V.FI►ISM,...1.I.L. 'Corr.arch-lr a•tM a ...s.S.Y. •r..-LIP Ito.t. -IN.• TM«r Geterll to IM N.V.w .1 t.u.oFl1 IgM, r.wp tee, TMX.t-.l.tll t•the/.t."woof of.. Ial,tilde.40"lar. 7MX.»U.,e,1. It Ie 1M S.Y.c .1AIF alp..M.Ift. To-toRb..11•1-1 ase a.-.-II_of r.y.13I..the . IN I......117.1.,121•S-bo-It-.1-.hip 17A a tr I.nIAC G 10411,e 10411, M tL porlloo.f Ilsnru Gllf-e.1. MI-11 Inwd.rf.r tF..let..f Gllhtwl•, [debt.Stet-Cl...C-1'-led"rtLAle the foll of.li ISM, Tlnoe•Nertb+•.t.rl r. lMwe.w1aMr17 r1,ahe[.sato o.tmmd.y - eo•-oea-S•t ch,N.V. terser.t t.o.-Aap fi, reM•Jt.Ito - ..... t, - .. of mol..+lite of I:.illor.le w tl.M.L.tetmos.[L.r.Wp 170. VINI•Mr11mo mod ib.Idl Nr - .M• ILc, Inca 1••S•olbort7 dlcuttem to the S.V.termor.f to"sup 71.«.Y•.l•r l/to aF.M.Y.u o/t..ws41/IIN.r-.N-ll[, 71,r•.p 7[, _ 1M.r.rt'.0 Ir t eM X.C. a .f-.hip no..rp low, T%._.1.r G.tlr direct[•u to ser n S.C. ph.f tomusAlp 11, - TI.«.Y•.l.r if re lA.M.Y.c tof tou.+Air 7aMr ro.p 10C. e-etr AC. .r tF.wr.mdutr lr le tl.•M.L. u .f to-ship 710,sera.tlt. TL---1••wds rtrA7 -,I..c•ch.M.t.c rrr of tw.rAap•7. TI.M•V.•11•-111 t.11..M.M, te r.1 9-3.1o,did,..Mp•It. ...p ac. tl.,v M•.•tMtlr r•11+0.1.1.--t t-.&IF 2711.t.y-INC. Th-we 1-M•o/er17 datoetlmo t.the V.V.e.rNe.f-t.uoe6ip as. _ � tL.aw•V•et•rrr to IM M.Y...rmor.f[-.hip Up,a.M.it. T-1.234.t.LM p.1•t•f brllMteM.61.11 p.erta.1..prt of TMrc.LA„lMrlt t•IM S.V. urrr of to.-.Lip 100...wa It. I'.- llyotr C..1.rir 1•t4.C.L. c-,o/l•mo.L{p 370.1-$.SL. A,N I.IN l.clud..trt p•rttN of Il.tt6.r.Gt{rse.ta.Jt1l. n ilw.a•No ttMAr t•t1..I.E. .,.r.f to-o-Lop JIM,.•d1.At, [r t.11.+ty 11x.1 I'__Y.ea J'Lw lb..... r r[•1 a•modlp 2m,ser/.7f, - rrr.cly t.the p•t1flr 0""as as.ec.-.b..t tr w.trrlT. TMK.X-ra4.1 1p..INo M.C. urrr-t t-NJIr 3m.roMO K. IIM•f t.+rAl1 A.■N►+ldt Mallse eW morldlsea iMb.-v.sl.r it to IN, N.Y. .f t- 1,JON.-mop E. Th.-.t..t•r17.Iter abe SO hotly l{r•r_.blp 211 t•to. Tb,.t•wrttrrlr.Iter ab•Mt.rpa..1.ser/dl•.t•16,M.4 5...armor.1.-hip 70. r•.p IV. t•ry nt lo•n.41p lM. n-,.IV, The -S..trtlr t. be S.W. ter.•-of.-hip IM. U-1.v..tnlr{.to,.N.V. c......f t..o-Llp 340,rose p1, To-.I.e..r17.ler,tM .M Mboldt"..It_t-to,.S.V.ptast 1 Th.-:o.LLrrlr to LM M.L. use...[.1 tew-L/p 3719,r•Mo 79, .f t-btp to. ser.,.SC, T4,me llw.terlr to the M.Y,a.rmor of towsLlp 7211,:-to iV, T11..tr 11••6•-17 to lhe S.Y. < •i corse-olv�.r.yo 72. TLence SeutM.lr to.1.s S.Y.[.rrr of[•u..Flp JSP, r•Me H, IN-Lollop,t•tM S.L c ref.e...blp 7S,tap 11. Ill::*F-erl7 to ll.,S.C.come.of cove btp 700. toy.79, The-SNtMrlr..to.S.W.�L«mo of.hip 117..-M.k, ' To—S..tbrrlr to l6e S.Y. armor.f t-Alp IIM,drop W. Trse.G.trIt'a the Sarmor[•!t. hIp LS, ray.38. The[.F.L•rl7 I.for S.C.u.rr rf tsrw.Ltp I4. -rye fel. T1ewep ame-hrel7 a U.Zr.M. c t.:r of te..•Atp 7S,t-q.It. TLeocr So.crrlr t.aM S.W.ormor vt=our I49,dry.3M. Tlr.te V.et.e17 to.6.M.Y,cern.f c.--alp 25,ray.ltd TLeticr Westerly to thef.G asci.-of tve.fblp lilt,-site H. Ton""wnrrlr cpar{y tM N+rb-ldt M.ettM to Lr S.V. TMMC.No.tbar37 u tr V.C.0.lepr.f t--Wp'/M,thea IV.— 'c arm of 9-610 I0,dry.Jr. ` The""We.L.,IF to CJ-- W N.V.e.t[rer of to+w. p 14W. Theer.y.. a=91`17 pi-og t6.wM • Ldt to. a bee.11.. tS.t. tN.V Trw wr=l7 a the Nit.l.tMir Mt tVMniup two tt.I AN � 'f,- of coo.ablto b,rrlle k, . . •[Crop o. bart7 to*be B.Z.neemr or tmM up SM,ew•-3 Tl9Vce,VaJ.rlp t.too.V.V.prier.t t .up Y,Crepe M • _, •.etb.rl7 p on 0.t.prNe 09 t-MV I=.W . C1 fLiotuL MLcnTal,VOt.47,NO. I8-•iV1GAT.ARL 7!,rpt - 99O1 MD.CAII-0040 1 pp2. IS gomm 00. fan-so4e pM.u N N • y - '11RTIONL .. py D. M. pAelso-h.F"- AUA 0t1INMONS for M ' S'OYta Man"?OMATOU - Il.•Ar Lied , Dr.. N a Y point. 1...aw o•y •y[p 2.All•r•w wt 1-1.4•0 Mta1•A».I to INDEX MIVMS, Cat'41 A/ea�T. Ielt.ot►.1- sA CD01r 9- -r/.• Mier:afar t0 Tdo.oA yW it All one.1-let•.A.N•""..tlss ler:l.alny f3 Ta.-4r t A I Iia.of 1.rest A 2.to-.►lp t I..•11.D..P lee.,00 Tao. •.4 e.e2.uw•of Arws l.d 2. e.A l,.:leAlM 05 V.....tor *.-.rely I•Ir l.clfl4*I.-..tM.-we1•.•f ar S..tferly Ilwll,1wlc,etr I—a0 IIw•f T....fl!Iq. ya..w0 1-I.dley ff Tae. l er•11.6e9'.l.r Iw•r IA. [.ii-1.Iwl tr S•-rrl. Ilw el R...01P Ip IS...t.Y tr r.PINI.-rtAla.•.r S.Y.I..we e1 t.wefl!163. •P yd..•.I In<1.41M 01 1'a• r..ye K.-.F8.t.re.$I-•d wlldl•.. 6•tar ...III Ata.WaW to ' Trot.Sooer,l3 I.efa S.Y.c.,wr.(to-Alp M.raga K, ea, r red 1-141.2 Trwte[.e[•tb t.U.S.V......f tr-Wp 205.oaao U[. 13 Ido.-t1a.r W olll fact• Tfo.ca Sa.al•,Ir to tr S.Y.u .1 ae-ship 215. uwp 121, p.td,`A.It..i rvletrl.Ntt, Tr-e[•.t•,IS to tr S.Y.c.rw rr•1 t•rrup 213,ewa•If[, t0 Tao.e1 111 Tfeoc.S.arrty c..r S.V.cor-c.[c.r.bsp 2!!, rryo all. f3 Td..-tor 1.011 1 11.24 1 1.103 .70 31." Tb- GK•lly to[r S.C.o r.1 a•c+A1p 225,r•-•II[. Tfse S-errly to it.S.Y.roraor.f n.wa4p 213. IK, To-.[I.1•rt,a ch.S.C.c .fM,235......IK. 7b-sf3-::,lr t.cr S.Y.we..c.f64p 245,rug.191. lalling on t►•Suited,It"of 91.89 co.oty, tr-e couarly •2-2 cr S..crrlr Ir-4q.1[ua. f3tsy Id U.So.,rrly twaq of TYlor•'Coo.cy.to t4 S.C. .rear•[Io-Alp 2/S,oyo M. _ ' Trees rrtrelr e.Ir N.L c •[ts-Atp 213,rap 29[, O fwcs r•tetly t.tr P.N,co- of to"vbap 213,r.np.299. -c Tf-c•rrc►er 1 to Ir N.C.or-r of mou"lp 125,_.p 2K, f1 Tb-ca Yescerty to tr P.W.u r.f ta-s4p 135.ra4e iroc o rrcrrl/t.ID.[.aaee el tp 113,reap 271. 1"•• .:•tat'' Tb-:Ye scar lI a tr o-.r to N.117-iii,•1 m-Alp IIS range 272, frac•r.errly c•cr N.C.t.twr e[to-.hl!165,-9.2". , it •��r 7feec•W-•rir se tr N.W.c.rwr sl c.V-blp 106,reg.2K. Th.ece rlsrrty t•U.N.C.at-r•1 co- lp ,r 2 . ' �1.',� Aq -pK ru Is- Weu,ly t.Ir N.V.a .f t•-IP 9S.t..to 259.Tb_:TIII IV o L tfe [.coree r•1 to-ship U,raPVt 24K, ��.;+•� TINPce 11-Lorlr to W N.Y.or-r of t.-a►lp 03,rifle 242. Tr-.r.W,ly I.to.N.C.car-r of.Alp 63.r.q.239. ' T!-c•Yuterb to tr 3.1.or-r.1 t.-Alp SS,rift.19t. . Trice ft-3-17 Is Ir 11.9.w r e(a•..a►t!35..-a.19[. I%-Wet.rly to cho I.W.a rwr of 1•-Ship IS. .-So 19t, Me-rclrrll I•tr N.c,ocrr of to-Alp 15,rap let. .• TI.-W--17 w.1,oN.Y.a r.f_.ksp 3S.Icy.1K. - Tb r ft"Mly c•tfe N.C.orwr of t•.fAtp 23.rata 111. T1Y.m•Wuetiy o tr W.W.ocher of to-swp 23,reg9 lit. e _ -- � _TSwce rtcrrl7 ca.aly tr-.Ns+hla rwll-co Ir N.[. ' ar-r•[tr-Atp Sl.rtyt . Trac.W-ort/t.rhe N.Y.a,rer of twWp 2a.•oaaa 16c. ' ifs.a.aerr17 to tie H.C.c.tw,.1Up 30..range 132. Trite Y."Velr t9 the N.Y.waver of t•.IIAtp 1R.Hap 139. TaePt9 Mee.rrly o the N.C.o ..f to-Alp M.ting.lit. • C "INSAl RESIN,VOL 43.NO.74-SYIDAY.AM6 22. 1977 mcf3s0..0.G77-5040 7.0e 13 Doc1al01e 110. Q77-SN9 V.O. N 7Ay.M.N.Oq.ww• I�t ►M..7.•.11,•►w..NnUw•rlr. IEA� NO a- maw t...l... Ka•dw h.09 ii III, M l• ►•nd••• t••wl•. MM•T. l..a MI".{. 1[d,t•dl SIIQ O.tYOf 1R.el•N pLL COttrr7 ffn p 1•/.a a"Comm 00"Wo"'It a� •. , •.veer,w 24 ydt..red In- .t0.t.a•.r M Tet•-4.0.r . el.e i.7 Is 7e..ot.. 1...it. 41 ya....t•t 1•w1l,V-P 1 • t Dn.p le•.r 74 Td•..rM in- 1•.n S•►e..W t+Mr t3 `. 1 cludln9]S yd..,,.t•r 1.+•714 y4. so r 1•.•llf twtt Its 7 .. Iw.r tewt Sa lit w..a.•ai ya.. t In<hbiny 1s ye..r•en 7..tt1, wtn 1e.e11,or.p.e•t laver>• D..ptt•f le.tr 74 Ye.. •d r 7M.•w.Matt 4%7d...tt•f Inclua irq 15 rd••.•t.. I..rll, 3-11,M11~.t PIIat Nr•. 4441 10'4. )d•.. 77'•rM etM[ tr•rp•rl7M rr•n a.•tetl.ltl/ ' .1•Il.r u, IYM.Trrr•r.•.f.. ft 1414 I.r4.It mt..wp 1.7Y. 41b..nr.p.l l..Tvu[n•rrrC.•r. •tl,Mr. 4S 7N.Mttt Ie..Ur w<114••b•Inl•r tyP Trip- 7itS.t/4T pt.-WMI,mtasK• ' .•nt.n.n Iwlltm/p../p•.w .tt.+r S0 Id..r.d,A..0S ..t.r t...t 1116 .ne t..l 7+- to t...n9 16.54 t 3.2" .79 St.." rM/o'91.... .t ou.l len oen•,rlr<.tuII. 'st1a. INIM C71.rltr sntxwt I./- le.nrl.m.,w r 24 ye•...d •.e......r 95 yet.ea I.M;ir.t 35 74t.Mtn I..ell, /.eldlwy Nye•.weer ' Tt.r<a ld.r pr••MtM tcrect•n 7•.•llf Itrq,105 Id..•M t., .t.,•.n a re....e irwlyd7rq lrrel•41M.•7dt..ttet l...u, 1 � ! Z ]S>d•••<.r I...11 0 L.4a 0 l.itN .70 01.NY..pctet'twee 41 7d t ; r 1-11, 0 M Id. 4t1U[tMMM er.ruDD Wr D-",n I.3 7N.ma l.elt/tt,7 lnfl to 7dt..Mtot 1...111 salA � � 47 Irr<1•e1M 7o ye....err 1•..114 IN..1t t.e...5 yet.-A , D•.r Irr..r IS tet.,ne ir,cl.etM 1r1rIM M 7e...tate 1-111 . 1a yM. ..en I...IIf Dr,.isree. 7Ttlt. lee?«.-rte Iw•r 13 Te•• •••e inc n•e1M So .lt.4S 7i.r LtrA n.9 Mer- 1n.q..e.r -in l.wl) 1s ye.. .a Incl04 50 yd.. .•tn 1n111 sale. (drml.tm, ' o.t[ 13 Te...nd I-1 1,p so r ye..r.t•t 1•rell,T..Ck4 10'7 It•-rle.Corre[.te.1.,tw•[ 15 rd..ttA InrltrdlM J0 - ler.wt•r 34•el7 10.75 1."S .70 1.00 . C . 1 . FFMAt 1110117!0,VOI. 41.NO, 70--r7ICA7."ft 12. 1777 �' VICISI06 610. C07-5010 ..i4s•21 ticl170i■1. CL7f-5009 iaq•11 N O • tJ tJ hi-i..-a.Fr . M.N i.l•w a'..rM.i.P•rn. B...k ib.•«.. A'T, roux 0.1 mu font,L Nati c%Dmr•!11[.040 t.l a.f...o.•r 11 ids.-4 1iNlwly Ml[ 12 LGKL1la..a l.elMlw•14 y 1 T 10 yer.tMwlg6 it2 f4..1 111.355 i 0.511 .7a ft.$1.00Nm.3•wli.X..! it b. a.a l.sl•atM is ya..-,- loss Comm ata m I•/.o I•w11t O.I.ic[.<.ta..t 12 ♦pet.L ye.,.M 1-1wl" yda.w.d t.tt.al.q to yi. 11 ad.....r 1...11!i.�i ..att 1-11,P.W.wt "t(a yd..and{nc1.0}Iq 11 11 yd....,1.11M}M t0 ib. Y".wt.r#aeaU1 O.w(tr.b .•I•t I...IIr MW(da0ru a yr..ne tntl•dAM 11 - 0a•..a.'11 yda.W t•t1.atM yN.wtet 1.wi}1 Alf- 10 92..-.1-11.hw•a. pra!•1I.e.t.w.t..wp.s tty I -tw-an.ca.t•.Rir .Itb..If-wnbl.wd r.t.w a•..17 yea.ad IMI.dtiy blast Saki. (da6tta Wt.a it wtat l.wli i 10,40 1 1.195 .70 11.26 ym. -4 Incl.elM 11 y0..W.t #..eU t sewn ao"I,- snw p-s.00 Stnliai TM ptavl 7f.c. Idry I -bat.c6 5.11-w1wl.;,tw x 10.54 1.165 X70 1.20 ax<ul. I.,a ya.,-4 tac 3.dlM 11 yds.we- 7iifi 2ttatwtwl 30.575 L.lri .70 2.06 1.ww 111 notaewr (a yd.. Ii.a/•C1Wlrq 11 yd..wbr am.owwwr wwsmm t.Na #••etl Mat 1.11 .76 1.06 a.W.-1 16 yds.aM Z Ia01W1M la yd..wwt O N..t 00"79a16RXT 2-31,Co"twti-d q.ad rl 'r tpw.aact 1rnb.6i 10.14 1.1s5 .72 1.42 d.•0 Rt.11.ta O.W(o.•.Is yd..W t1K1.di"14 yat. to "Awl?IN I AGIA100 Nwt 1-11,t.wa c.Id..t ta.•t 17 yaw,twogb 1 Ida.-0 I.c1A1M N iN. la 70.1• 30.155 1.113 .72 1-40 wt•<1-Ul O.wp.t•t tart - 19 7".ad i•ct.at.y 1(yd.. .. =91-11.Sold 14.6110 bot. » .. :../ 10 3,%.-n . 0 1.e1.6eM 14 y4..wt.t 3-111 s.•wlt • ata 491u4w tans 11 1d•. tiea.y►ii i+.1/E•a.a Was .. 2ar�MatA ti.uN9 ali.iMR ' •4 ,.•r Vat.u.t•t 3wUsd{q tf _ 1t.SH I.isS .M 3.40 G ... �.2 fWEM sW#MJ,Vol.47,140.72-"MAY.APM n, 29" . SWISI O. CA7-5040 Tq Is 0Q]Li0 0. 077-54110 2.q.2a ' 41.nr f'b0'0,.•hr•T•7�wr. Ade !dT 0.w6n►.lwn ll-a, 41/w.Nr 11..17 16-6. lir N L. I-- r.•.n� 41.rr. N L• ►•.Mw 7r..N.. •&%. .T7Ma O0lr s. ICort'dl AAr.7.. A- k0 COIOT f7041ANa I-.11 LIYr A71)271.r0ck Lilt f L0.01f 1.17 .70 f 1. 0.Rt. 3-.4.rd u.1.t 0 Dv 16 1�t11T 1111.AQt7Ai1M ►r•wl7t 1.w711 r 11Md.t 6 T-.1 ]41.413 1.17 .70 1.M I~ .l 7 96-.r"..7 W r0.r•q-.wtw 1.•.11. ' TWIm KmAlwo 01UCI 111.417 1.111 .70 1.410 0-"I.• IAS ,,-A-4.t 0 3-.w l.[.{l.001- ld Ooi YAGAII TLMa uM.[ 31.500 - _ Zea.i YA.•-o 0 3-. 9.110.0 10.041 1.1 .76 I.M rt.r le..11l hrt.. IM Rd' Ylef ewe[.![ol..•Td.. 0CIi70.]111141.i1n74..Ilt ...0.�1•e•TA..w[w 1.•.Il t 141.141 •s 1.177 01.11 t l.t r.ct 1].rN.nitll Indwlr/.l Lllt butt 4.0YNL.w TOpft (.•clu.l c.l 1.1 lq•t.lr Hr277..011.1 0gdlrl/T[. 10 1 rut4.rl tl1.4 tr.ner Fw01.►.T400 900 IHttIg11 ' W..w.d MItbl.". t.r.' mtlg M-t-I—% jar1641C11a1 341.141 I.I7s .70 /.M 10.000 yl.._d w0.e • aertllr,Tesla MATM Mc. 11.000 0.11.1■hobbit Wed a..e. 111.231 1.4011 (1.500 q.l..undrr 4,000 q.l..) 10.112 1.173 .70 1.= mTT am lfl101 WITIW wl1 TWIG 13,111%11.130 We - 111.11 1.175 .76 1.= MIIM III'i'h .It. Ni■Agll.tOr It 341..and am mrsm rd 111aLm 0 O.MI.7d•.1 10.175 l.I7s .70 1.M 11t0N00L0 t711NlII 18.249 1.171 .M 1.00 ,y vxvm 111041 (7.300 3.1.. 241637 Pon Af.ITAf011 nd wMer 7.300 3.1..1 10.165 t.lg3 .70 I.M 10 7di.-0!4111101 141 3410.1 16.123 1.123 .72 1.2141 l 1Tw 00001A-T]Ilm NOa 1701 Inot t0ommo01 Tmm(s.sm 311111. .[Il-1.44.41 10.173 1.173 .A 1.110 -4-.-t 7,311 701..1 10.1413 1.103 1 .70 1.11 jcm3a TA=L"am TON= n..1111 3411...✓..4141 non� ; 1111 _. FWD=sOPmm YOL.42.100.s0--0NWT.M01 22.lWY � 11111.101v1 10. U77-5040 Pare 1711!13[4 ID. X71-5144 Page It 14 [ala yutllsr orv►511e2 ICre•q . tJ /000x0 1-0 171 ` C n p 10-a. Sactb• Inr4•ullcl 1.4 m end Iaclbl.9 1 a.rA.a..o.1, a•a,s e. rllya aa•aalt Palette, &ecus I"Lltl ILP to ab lacle0ing 1 M.yd.e.r.C.lt Cetetat4e Ilaa- band Io.aer ter 1/2�L.zee�.,.,.1r opsuaLwn rapt Tie fl•d ;•-•11 M a Y P-0.. T•t.r1.t •.L. rM he , I..p to aid incl Lela[1 cu.Tet.) last.ttem"iI Wales JIM tuns 75 ams.Sar[Mb and 4at.r1.Wbe-411• cep to•e0 1•e l.elsg 1 w SPM Nr1Da 1./w T.. /e.lr rase. men.!..[laetntl l.,le gllr 1. I.P t•W loclealag 1 ry.Pia. •.o c.)I boas■l.4 Idng It.rylrlr 3.1r-"nW11.4 t.u.tTp 11111.9 04111a CA,T smspim IL'1ee aerlct (cent tt r•unrl Iwt. ie trrali NI[-p opa11t4 4L.a-lyra Lllt gal ergec.!er1• 4rrl• t t ye•. rl.t trrlct Icrnte.tr..ntl In.•. If a.w•1 lees!! 1[.•. itlwt[ Orctel•prep rc►1�. We,4 Ila rwta•L 1,Corec.al•Allp T.L.It— 11,,ullea.4 Cat !bast.rete It eca rr_ p..9e.l Wnal/I.N.. Wain a+:arill.el Canal Telr.i Carni Tr ler• ILl rat•a e 1.rest L/alt I.g atltmrnt a.W.n.• Iwa. 2]tun.uy I.aM 2-1wie,175 alpr.p late t4l raft[axe tonal,Cunt lnu a rllpnt Tie back tut•t leer I ere ye. Ilwcle4lp,axil mall aglylr 0-0 Inlet 4 Oro[.t[ewll[t 41F0-1-stella. 141 uu.a a .rlr t,gblua Cealbw[ Til•eats l7 111 ita>CctKe !seer 5 t[IIeS11 laser lo.er 4 IA.,up b ase Inclding 12 a.I'4e-l/beer t5eea lade.4 rA.eatee SI.M 14141-a.9laal l Foes[a-*I..Claeatell.,Dr e9llrwa,a.el wa. Met111 Oaepetet ib /rase.4 r . We.-.11• I.n•r 1 ye. e_i up t.-4 I-!"Ing 7 c Te.-a .cl!Stier- eb,a!wall.Ckrott Kµlea ..Pae aero-Ing Mcnrrr• Iwltl pl•Pepulaton par. -,I.•a,neo - sac ki-I oilaster Itis raper•) NP to ane/rL.l..eing 75 c. y.. •ear act'•[.cel[Aly- flat race array 10 ea" Poplla4 1-f-ctor lel.wltlPl.p,opuialon pour eau.),Slagl.alae "WePrlace flat..te.ate Mir l -t lab se.-Ing I.•cnln•. I.Itd tads ac[•p•[elr Slip lose abll"Plyl,rt,aePe,Suit M.., (cOnt[a to o[•.pnalc)1 Tanen Z.,Tors C..a.ee011.1"ten- IeKrla■a.rift 4 Tet.was IPelliag a%ta 4 bn[e14)1 M1.11r1 Ll.ine[ant Rear Wre lead atKlr brill Aa 41re.sl T<eria typal t YL•,1 o.ureao[ luP[u ane tncibisg 7!0 n.reap,Baal l IYrlq 147 Pa-beta osscraaa et.. C.a- lore[ 71 lens! ease,4 rdt..tar 1..9114 Oellesar e+teaoea�.. 5 1.M i 1.115 .76 $1.N Z Wo.p 11-a1 ora 4tg11na Ile oa.elLnctlos rlu ar•1 rJC.atKlt i7.aa lIlett tavr srar•oo!via Oy lo.er Its wn•Ir aw4. lo... 17 a. res.[ w to ab,aclee,0g 13 ra.yia.11 [tar maeala•1d Or•gllra lo..,7 d.yd...e.r.<.11 owme,Tlta0 oem- w1ee.4 lm.-4 sal,S ff P"111-rera,wing X.M.. (2 untie oce[ 7S te.rA.-.tract-e•t.t.)1 - rA.este[ 1-11,a-,1, m Iaeel a-.tor j-,iso w.roe. at Your) , yA•-0 eeser 4 1". • l.w])r Yeeµet. 14 rft.as "-P 11-01 teMtr feet,1s w,yA.) ease,t ret.ester 1-11. Oas"t-9 14 Yes.W-6,0 to 11-Cr rotor o[Oei wax 1-13r AIA lsawl, Cm MPI Iceeat /.i,a red to ssastlal.argr O,Ibsae bee Omvolles rar,Ya.lag Tglilyeat 4•r 4 yA.•ed Bede.0ic L riallr 3t.9 +1[t ut [ { .act 1w59.91.2 ala anti!reSKter01 .. uh'. Web mcol.[aliltu) Raab[or Punta me0tab Na.41M ease,t IA- w.n ' - .Ker!stall IS.N 1.113 .70 2.N -�,Par }•^f£ +Ilk f+r'rAi 4KAr.2.3N/allellel 16x13 1.113 .M 1.46 Cn 4l FEOEtatE6R1330H' ,VOL 47,NO. 74-[a,O1[T•AIM 22. ern ►•1•la �i I•YlS ate e�.417-1010 tapes IS CRisttl b, 4177-3040 Pete 10 form til0lrttorr OtONtOSS rotate fpctt7arr Oft"T(Ies (Clyde LMtIs 1 mad Ill MUS t and Ill t O,wp 1: a.a/rums to rnf lnee.e fbrlle.p0►I tar)b.•P Mate brume Creep 7. comctrte Cbwr•y0t ata C—..Poop.Trott ata getp--t—t" , mo leers.11r[I D.Cabawdj 61"1w, tan see 71--fr Piet— Iter —.`to•Tall)r Concre"Wen•tail,-o. MII4 tyv rent Dana bqkid., -., ..10r•ry WIT alp•ll •trop partes tame - D•.1 Carl•Ietre.l ralle.-Ma ar Joe torp mod.1-41-.tell tfpert Canary side( ' Im aloe earl,Itraa-sir Im elnlla)l weteF tml clot 13 m.a•aril .as 7r Co�aem.«(1aer.tots oorran wl.er tap ea W Iae3tdl.e t Tao! Itc.mleal rt.l—.ata$wa ad•r Meal—(--1*,1.aab•t-0r•ra•.es Conrelm[alt opag t It 11s rl'a+m met rlaRt symmalles Mae/ter, .I.II.r).nam eo Malt mtR••tl�eneat m ama•..rrt a%Mantled m, lntal'-f at em•aTo. Itr.odlaM bol ldlry nitre.1.1."lama Me f>Reala r Itl lot pt a—Co CmDlmtlm.a nandet l,acalo (Flet mea— a .'-(oene[etn punt).trey aPrrt«r Spee—sr..felea•nead.)a Tae vita ta.—t- ��r����lm,►IP.r•wflM.4emim IplPllm.a•tTl, -rot rl[ent.IPral.21-t-I HP C7aW oe P o Iterates poP.iN rsl..1--til.PIP tR•.p1.. rreblm (tract«PgvllN end wgPrrt Net alta le•nlitt esant,eller e[mp]r laoa OPr•lm It. eelll nalleaptrr ead/earn I.ITaml.mal.MtR- "_t1eoe Itlwl.m..pa.alt)t Salt-praP11N bene tri.llttly de.l.1 lel 1 IM. (erne Ol lett bra G[[lrt 1[m.u+ellm Jm.ltfll fsrslR e•+.0 11T(awes w 7rsr M,II,C-it sal[-P•P•11N teen.(InT Ce.d•plane Ular.lu•t ar[.•d•an Ie.rePJ ager.lt lc[r"c„te IwlMlt self-p[apetIN. - Lml'•t�•r.to[e s..11 Tr.Roe I+ltb boawl So11 n•e•e1 Ttees llpe laarr wt�•e,c+l ly appl.N cart'(•e[IM w.ca lar• Im atr•t1 e,elem.eTr. GA T. Ar.'e-1.1 1« .I.i1aa1,Yaarlt flaw[eyl.ara,Ceet-le-qac. •I./na[e end Carve tall TarnonaM naMln• /n'.I—di"I 0 t"westir 1 Tire"It”M.calms Cmmawatim dlaaMr and Meetq.t•tmt[1MRR. ft.deVtbl t Tupq'r shiest, repel dt m,Trawl Gem OI1•I P.t[lr plant tmittple mad •vital,Dote.,Pending,deed np.[mtmt momo aty Jack Camp tar aallast Tr rr aall.•t 14eaiat«,-It.-Tom-Irl(1- Plains—Plains— or-Ia..fa.seri anneal—lm•ulletll fol.—toed•[, lwrlrearl bo.mn IamiauR PLntle CITra«M+,awe /(.ales fere CATS loads tap t•7 Ides).larelma. all T1.wca shield,foetWla ma OhlwO md , u[Grtr•r Sl•rata[ Icon.t[act tern Job.l tett Llm,Y.=L-ft.l.e and hrar.lM!late,hem Cats.aeber TItM drtlt-sortwq Itetpawtt top L.rvlr.•rngeneer Irwlle arW 9r•.w racrlt Mater lel a/rt Il Ore/t band t.c1NIM 41 e.id'.''tract'n.r.c.))ogled..T-falla.01-10.20. Ohuttl•CA.,Tie npacral To-rrad.11. • 21.and clot lest,e.se.r Turd berear S'If-p[a-IIN tny.etae ante Delete mrtpfoall Tlrtet shladea 7toDDe[title m mol lar aqulloentlt 734((4 GrwP S. hmPr••aor roar•en, Il to 71,—,at..1.... Iver 7 TRdla dram sef ayeta I.mR«Ttr•cmlM loemlmt 191-utcb pear[,T—L M I. Conc[.l.P.P'o P".1—fite Gael Gemutora 1100 K.W.«P•tlr —1.q naeatml-10e[1 amd.+IR. lana Rf , (.levy rW131 tg"Panotl- Ceo•Il.q.china.!rear-veld 1•Ir--Vaa•0411 ruepe Il to 710 taa101M Z .uelrlmr 1{r+"e,N Dane[ town try elect,/eltTl {I to 11 CCOW fr Can.!ringer Rale vlg re Gblcaw sums tmblmtim mtam.aM O Q.p.r.aot ("'Malt CeDlmttm SI«r7 717 and/oa C3•amel Olgbltm y 01-111 nIM Li=,:.o.,or•l al earl Mao Ta•ca or V-1"'p— Cabla+My 17 RMS.•d andtrll Wll fl-Lift of mlellmt 120 ft.m—.11 a-r1loon L._ Poch funis hot« d.yes C«.cnt.San•roll!- Machan:1l.emlm !renter ter•.rail she tr.et t,,p"L Tyaetoe Irlta bowl nt (v ryell•d"nitl m mlrnaa,blglwyr,mlrpwl••and Ca 1.1 C[Illlnf eM W-1 she III", a•let iota( tS M,,In9-hl ural erne•M Irritmtrl snot to apply le.atrellmr., r+giv,mill•wr Jre•n.+--vols Cr•d.rrttrr.4•M.Clretrr Iw•cf•a/ol ata /knew Is- Mortrpa awct[tlltr ortolan srldgr t}amr Cary-lett toe_ - 1, orbrr-rf roll Dlgnllm C•blway 51gm loan Lrcv.el leer latean tx war 1• •/.1I. Car.lui uo.t l,y w.cntw•r(lana 1w•elm sac'he.nes,o•aec l Im'11 Nall not.Int•rn•1 roil Slab vlDratdt Im•(race u,b10n+e[..earl I•P la and Ine1NIM 1,,c..Td.•.[.c.ls Oes[Yea 1:t{t't etma�t�tred'r 'm1 tar r.lrw'eal s M-(bene Fal talo l.Mre IwKa rtrl (Cu'r.Jaws•.SldMtl - —.1,•et""i".late arm ve,tj,cerelce e", ('.apt !Im es!dye IrcM«•I.Iitr rfl..rl,Mch.nlat sol•.Cath end/a tataa shad, 6o-ea(stades.,—Ll eveae., tlr.aetM Draetr,se.Tr(Mer Gntf.t n•rhlne,c rete« .:r,.It, tortabla C...he.,amt lk Iter IaX e.r Dalii Pill (lochial l tm.tall ti,Lift ort and sobbina type l (n-1100 wnd alwl entail fawner Jude opera(« /letting m11p torne w def 11,11 SoemalM Sot•Tvc la lellael,V[t silo la.ebl-1 ryyta0n9 and In(urate all eller0 Setrfd.aa(PatM1'Trtem and atmdlarl idd;slt/C '9 eullaa t7at•lI foeMr.17 rdf..p to•shad InelatliM t Tdf.11 latmllvaI —ate PrlMl,stat[-praprltN Neyr•�etnr Wavia,.•final)sw-Pv' Itwer 100 tuxl lalplm m mltiplr mttala I%IPlf D41 6ttNcte F4 t.,1.4/I Prl/m a,[aPP/M wralm.htanit.OC.an d1.dLr•7pmle step aMCftae fesellea.O.te1.,ete.l {m ea—•e[aP•1,---ton all.. Toru ft".Ili tlM dales rot rn1le.at*Capital,seau!Odder vtI md..'. ....anemias w.caW1 sr•rr+ote-Oen(1.Ttrq emit-freP11N[Imeleglr s•Cle.- Tutteq sw[ae Daatet . - - - tlyd ScTapt.Gell-]omdly Ipnsdle.Mels.ete.h Seattle Cat (ImIala - -.lmis steel.Oatne soap•.tea.as Va...sett stablllst 1►L t w tagalll trey-9["ft lGerfles ot'a7tser•.emetic typall TTattefr Cen- . y presmr brill Cmblmtlm,Tea*lupins type artN awing swum Cabot anplm.5th loss.mesmPR.l.7[41.1.Nty Stahl,Tet+Crotty Plants - ' • „ro '# , vm&t Wr Cram ter m and talbalap n tlMal . �..r M . '. f®9K ltttrMM VOL It.NO.70—WAY AM 2%1977 � to MAXIM p, u77-5044 r...1! Dacus=IC. ran-sow • s•p•14 N • 1440tnu lC-r•41 - m t<r«p 1141, "A,WK .•n4 sa.d boa la.t-6-1 of-.7 arta,tb trporuT nn•.e W b••.P34r41 M.ia i•..s F.,•Mb•aa•ar•r�r•ea C,t[.sP 1(•{, l.tcr.ta as gasw[a1 apnattuctla0 wrt a a u , . W l s 1.faoalni.•n4•Hart Mme« a- maw Y t r ►«ala« v«.... La�1...� x.a.r.. WP It 1. C_t.C__Daanir Unlrs vlplar«a.Cawlrt•. •talrO raptr,an s>Ka.tOr w.i•..,.�MI•pA+as•.rwi4+Ia I.Wra..W rL.tto PIP•/aT.r.! t1Ra 1 4ata i taCiudiy .....rr..i".1, 1at.r.ro,ulna pts W• /pplq d•M.r X �,J• i 0.70 710.10 / 1'.!]• r.pl -id.,Vnt w/ .h. W"-I..s•ti4...Ca4t 1a 4ltM�.j41,11` 2.00 .44 .la 11.4.1tunl.ota rot.Mt4ra a••7•34 0.10 10,.4 t.11• t.r .t• .lf 6.p 2s Yp•lt W 61.1.+[•Mui 4,401..nd badltq 07 4•.•a M 4a 0.0 13.11 1.ri• 3.Ai .q .I4 M OrtMrl cSra•-Mti.,•nd 4,i4•. ,cs.«t.w w,ttr c Iaa• Or•,r 3. 30.01 11,42 t.11• 1.r .10 .N fir]Ot 10.11 11.st O.,ca.c t•,tp.•,and awaa•an1 Cv.cs•a•-tpptrw•sa V,I.AIgI 6.aar 7t 70.12 11.72 1.K" 1.00 .s0 .I4 l>4.e.•w t•lor4a.!wt w Bt 11/Wtl t•I••btp•t1 Ca "ib,d•.I 43ea.p 0. 10.72 32.li 3.31• 1.00 ..0 .3t 4ptlarx.adascto[a,rrar.ui lc,Rnirn[ la.rr Ino Ib p..a.t.l1 ptrr 0• U.04 ,31.34 3.1]• 1.00 ,f0 .14 Indlg.ad•n1a•alg.uae7,g•nd rMilg of.11,.d...d ru,lal•!w u.•to r.tntw cig cant.er a.n.iluetla7 Pus.bupl. C/a!Ut U.li li.S4 1.15• 1.00 .s0 I1 t><tP ., 4.lallat t7F+Otush sbr•dar41 slope,!Stgat lato . - are*1F4 11.25 li.OS 1.1s• 2.00 .stl .14 pt bad bI"44.pu It.-"II 111 pn.railc..I..S..r.ad•1.Rt16 tr,r lit 11.42 12.a1 1,13• 3.00 .id .11 tanUl i.ctlp D!pip.WonrlJ tnth•a Char u'a• Ia.40 la.1s 1..35" 1.00 .i6 Z. 1Rrof 11-0. 32.71 14.25 1.)1• 1,00 ,SO .J4 W.w 11 All cu•n.P rose of 4•bt4a,9t•s«4•«.4 autidsmw irl..ly C.r•r 11-Ca 13.07 Mss %.ri• 2.00 .90 .24 b[roc I/.A[•d to 4t:••t c1..sy[•i Ga.niq and raM/g rl•Ai.! ' e•n.u.atim labdt•t.l.e i.rdlg b[Idi.+..q•••r.l i.l.ar•r.. -1001.60 S.23 pt bow m trpa.n lone•soca,,rt[.wtm,r,r St t cl..-.$,casd r.. tna0ta4i 11.•110-6 skit"..1n0. b[tla.l w..1 a.4 land.c.p,LaWr..41 d•tttgl Llwlrr4r Ot•q r - ` Ma_, puns,rint•Mruat I..W4c.p4 l.tra..r.an..r t40•rrwcUal z wlataWa.,aep.i.7,.ctMn-4.dad bat St 4 taI a.0 wMOW • . 0 bwrt.uc4tm 7r4G{.In..,•1 7•.!o[.tp.Ir and rxut itr,Wot4alb a•latl."1-1[ .ttt.aatl rano.Oc•Gta,.l al••.4..0 aR•wdf - +n rar...nt Wlam twtim riut4} N ' tAi00f11f - . _ IG,Ialra) GwP 11 w..I-rlml0/ia9 4n 'Pab,M1t modwal CrMO.2, MboaAtr a # �'Tb '} is r d aa.r at sru•t tmr.ts r • f. Sq-st r 4 � ao � -�� } ' .• . I 1]111 -� �' # stn 1 iactxl a� _ OF, ... .3D10Ai MISTlt,VOL 42, MO. 10-MIDAT,AP21L 22•7117 tn'tsl..t an. 077-solo hag•!1 O.CIsl0a ItD. 077-SMo lye 3I . 1..0t7Pmlf G.."Ir Aarb It 1W A.e.r•.19[1..wekK.wd stalls 1 M.ft F,Mp 6•.•ei.pl•raea R7pe tw Mf1 01"r11e1 O LAA.WINT.1g1e.Arr a" t a 11•.IP fes" b.ttlart u p"tew.or all tlpot 0a 0 WA a./waitt flwt St- Matos•r.t..r ♦i+ea4+ ari lw 3A p ..d.more,tiw.er.t.H.rrks Cerit.t.laws Cbmxet. , aa.4"1 Cltbd!•dfft Marlys CK}traift tarb wtl.t. rM_.,flap a-.Grew casters,haMtbawtdwn.IbJ.etRK.. LAMO1G1 altaawt►.a•eebw.a•[tpa. aat AN— kly o!pip.-11 t-M.. a ' .7YM..+w.M•Irl lar l7p CmpwceK"a I.RLAeww.Irt�w Www crwp.i 0.it} S 1,M / 1.70 .}0 .li tWI}ly aapbilt. U7-mid.crvo.ax:. At.".1i.W.Ia11.r t Grade I'll !.» .}0 ,ti t}l"rt"c Istat 490/y"steely.wlly.W.13,4, ttawrb• . GN.011.1 t.»S 1.N t.» .f0 .li l.Rbly.Mrwd-}.•des IMlyb+wera..w..lty, 1.» .fi .l0 ftw"k-.W,esti.eor.K Mt-r fat 'a Group i<dl i.ItY l.M i.» .}. .10 irrd yWt•.twel.0ly tori Ktad•et lidl+7.t•.a.altK..b.adae0. crap 11.1 /..t} 1.M i.» .00 .li r4v-.OF.r..t .l.1.7.ea.PI-ti.Plea 1.}.nr r-t cal. i 't warp sial i.1" 1.00 i.» .p0 .l0 d190-.-alfa tp"sad.bete ata l.Y•t Iraaa a+teprL•t/.saes Gawp 1 0.l!} 1.So 1.70 .M ./0 %.W"..1.11 try"./tastes»Mow la a,."Ila f..Mt� Gawp I O.NY 1.M 1.70 .90 .ti ".dad 9..1 tlp..p-na.ep..K W reef-•llr9et.fesAadly P!ciy .r o• ".user•Rv.+d/w.W t-I to dt}It bt.rT-.Nick-, amamps.MM evna'r+t.eAi/}att Dns•'-web" loo-.1.11", , site tW ata rat t..1rMa}t setts•rd of.".l telt[baa• .� Malar.S-A.1.K"r..btwaw.4A.aaw.IWti.wM.114ullla.W tCw_I al o"at"s i.1at C1ert•t Tye•eit.e.cat'Fite•-.ce"ed-"it!la•k , iw ee•wrettw..IRb 1Met et••.wt.Ytbaiotai ors-p•It-!l.ae6lw!', Gretifp 1. ..+ - 0.7}} - 1.00 1.78 .N .0 oyk prHewea bl.e N4 114"w owr.Iota lb..pt..wt.or-ell- Gepp I. i.ldi 1.00 I.» .'p .10 0FYe 0K4•.a,a alwti.,t7%.,l+wr bet IS C r ttwr.Itb Ocelp A .. 1 1.00 1.711 .90 .I0 LbutK••.e"k 1 . • dtrrap it-)$ •k•7 mail--&I7Hl•IAr wednMr-o"rtnr lod.l 01107 . rwd ala/lar try"octal.[h•et drtli"c•t Jaen 109 4r111aefF Mesad drll/el•t..pan drltl+r"r tAsmktc.A denser.-AAs 4""t"9Mdlr.t of tppa a a"lbod at pmwc.M"1LINe-it -•• or1IL1 0lntKa-a Pd+derweal All.etb of lbMly,plata" A t "t le-ON t .dfo.M."Pta.t.w of W."e"r t7Pa ta- `ash � .;• wt .. intileaa a[.Kbeo rd Ira..c4 laMiy W Nat1yF Itt}k � .'• + -+• ..,lata I1ttelN/y 4/Illy ee arty Trta 7fippr/wt i low . . taiip i6I1 Mt...iJsomm ^_ Comm Iles. IN-As".d wldty u r f t ti CJ"!or `t #W MAI pMMM VOL 07,FFD.70•-4111"Y.AFM 77.l"T t ts7f l.b1 mtl.Van-s04a t.t• ; 44ei8tow 02. 4CAT7-5440 rote 10 ` N Y.k /Asps a-Aft t.a+•. .rr.•it SeNlbum r2r aw. t•ma M a 9 ftma.a Walt.• ..d/.. aoarmsr fineto•d/ ALM".Com".cOau.Mal.. Art.•in .e•darr f.C.w.t.aad Vain b"..aM n-l"'.aM matt. Caue.tiaa aeon Mon.blar.ad M.M. bate[. 9;.11 al..a a 1.30 a 1.44 .O7 0-tt.• .m IMw 1..•and►itcb 17.11 1.44 1.14 1.44 .07 f oNNw Carta,.. .lt VA.$..i,a ted a....C1a1.caa. arwtrlTTONS. Mror.,..e.atiaa.n AS..111.1 10.10 .N 9.44 A1•mo4.W mol[.COO"COS. 13.30 1.13 1.23 .iia So e "_RNA. Sol M r..e.d Mrt.lea m•. 11.44 .44 1.12 .a1 ilwd.,Cott—Gast.."P. TM1W Vso}yM,dy, ane bt..o CO.mli.a 11.23 .44 2.33 .44 Al•e.At.C.t[♦Cat".8.1 A1r1M.C11•.•ta.aM fon J.qu;a CSW.ti.. 11.77 .64 1.44 .43 ars te,a 1-. ost mo.%apo. 1ea00[r 21 Oa..d.,r..d., sat ra4."So,s.m Noaw, tLw[,ala .-.s In" latote Mot f•.a.•rt-.. ll,q 1.40 .91 1.00 T.Awa,VOL."7uu.0... 11.0; .44 1..44 .N al SataA.,4••.d.,,!Toot, Iarlpar,r[cw.[w TMlorr TaiO...i 7.3.mrtlu 11.N .44 .N .15 mrtt.. 11.30 .44 1.10 .44 Tlta SCTTM. MOM.,".Hs sw[td,Sao" ►lo..d.,III o.+s..0.1 CLta sod a v fJ ue ma. 11.1;» 44..44 1.913 1.t1S Matt...a1 N.ta/b.tu.molOa. S"wtao Gaunt/ 11.03 .si 1.91 .11 r[L,f.w,M•.od., ,!scot. 0.1Ibrt.,Ouamtdt,W .et.e•atn [l., s ,ata stmt..fM W ft-, O Mad Mom..Cr. 12.50 .K 1.74 - ..12 /reetl.aT+.an mt- Soon n.-C-tT 8.11 .44 1.21 +rt ` .N C1•r•,a.luo},taro;[.%tet. z da /1011 tlriam Tsar.Tota aed T•a.Ake. 12.44 .N 1.14 1.44 .ori Alplu,Ardor.W.I.— 11ptr,A-d".Cal-loo.am Q rra.a tats,Of nO ata iey.t.-4,goal-C.-too 14.27 .SS .N 1.44 2n.qu1.11;91,son 1..4m1a, h.- ar!poor-4 not-4 h I rawat.I tatte,.t•naet, comet(.. 9.00 1.44 .SO tma. Tr;l era•, mW..4 Tatr wfato[.7 and alt.Cn[a m,wtl.s 11.39 1.01 .31 i2[rti.ai amd taro po[tl- ar Sa..do.No A"-4 tisa.t � Van FANUMT9. a,a Gtl.. (..Olaalaa 4t.To- a-[aa.[teat's Coll a-wroclat My$C^ Oa 1 0-ta0ot Dan A[..I 20.21 .79 1.2; 1.44 .10 0-TaWMiT1M M[►-otim[so T. Lara Tato,Ar.. 19.03 .7a .20 t.-.",Cant[.Comb,11,10. apOM.gpp tOW. .c t•[0Y.",ar •.Yg1rT.r OOO"Ibatoa Om at 0r a%& IT este no t S 7. a•sot co Ism.O,a-I[Aeclar,Som roe 26 de Mesa wo011 con 9 oao to 3 To to u cl44 TO, M..s.n Clan,Last.444 C-"&. al.h(r Oslitala. a%stoma% . Stam AM SOolm.C."LLs 11.38 .44 2.44 • .L 1..llapdrmr.t a4Mattsmar;.44 Tet mor Sam M/trot 9199 Tart or OW nowat1 Ata%ti.r Two St.OS Ott wo Ate 9ata 1[o MA I4"m tin. , .'.r T3082U UGI17N.VOL 42,NO. TO--SSWAT,AnK 22, 19" . .� rRtt:itot mt}, fATJ-5640 trw 11 �. I»CISnR m.C-11-5040 T." 7 CWnlo.10. CA77-SN6 , Fefe 4 • r 4edr F.I.M 4...r•.fer-r+r _ rdyr Witr F/wrar 11- 01 L I F__ . W.V ra w- A-Ta 11 M L V Pwrl.r Tra.wn .1/w Plirtlxtas rWblatc. ICattt'el A-Tn Alpl_.A."..CI 00[.00. ��• 44.-04,T. PRaotr,favew...n n0 .Cont/ee 1 7.455 .457 f 1.40 .N AbreO.e.4 lbt7e WeL 4 00.. Calwer..ana w aoeq»tn one. f.0 .N Lu .f0 _.W i1e./4 . sl.l7 i 1.10 .N• .N • .. wnnl arer Cd»,ty 6415 l.N 1.70 .w Ir+t1e Nateret Yttler.Ix fM ornl to.bnla Clera Mt0 .eltlN rA p+p+7 11.16 1.17 1.10 .N .N Mnta Gw Ceunt Mr 11.40 .70 I..O ptwretler 0n.rel.rer p1Pr- numtatat Kagr4.t-1 u wllt.p 11.14 1.17 1.14 '.N ..N Al-a.Cwnty 17.10 .41 l.7) .17 AlPltr.Oler.rr.wu 1prr. C.nita Coet.County 11.77 .f0 1.77 4x4 N^�•Oett 1s.4.1w.n0 1 • rot w•,t.amt Ou.olet Curl Ne 1/.N .LI 1.71 .44 /rl.rr Otwtle. )'� �•t bwK.aa<e,ul.w .Iaf.OA/.etrrfltt.r.t ttls e,r wilt 21.74 .M .07 eweM.r (Ibr tlNrn-It feltt Net11r P_[ 1LN .N .h 1 f untYl,LI Oor.Oo. I faCradty dt'. Tol o,/t!rada,Placer leaet11 h.C- wt r fi .l+ttK Lte Tehoe Ate.1 17.)7 1.14 l.w .74 TION OirtW Lk e Tauee ue. 10.16 .50 .W 1465 .0 Om[.r. 11.N .fS '.11 rlte.w.tarte7 Narin,Sen rl.ncl.00 m4 sato♦ 4..1K. U.0 .w .N Camttr. ]7.75 1.f OS I-So 1.17 .0 Nero..N•e.bleb aM fmv0 , ben renitn wnd OentA Cl.te tm. 14.70 .w 1465 .14 �tlr. see n.lro[Hong 11.74 1.05 1.05 1.70 4x5 f0efe.. 10.17 .K 1.20 1.67 .N Aorine,Nar0or CdlSerewtMrw pation =c t4w.er f U_R f Cm, y/. rae,Frew. 'Z mf iplse,mrcr4,N twoj, tKtle r/0 P..MI 10.14 .4s 1.M 1.63 .N ...G S. JbngTln.fent►C.-.SW tei Olt wnt kl ONr2M.r 71pr t y --PP- C-1 tn.pits 11.11 Is 1.x0 .1.4 .44 Trhra,Ta,ItrN 4tn0 TttM Ort 1 t.W E wh tR C_tln 't^tl [.online 13.71 1.70 7.N .0, 4r.r.. 10.12 .40 .73 .71 pep 4M srl.ro tawtw 17.71 1411 ].71 .ls 11rlKey r frM Cr C> tlm pw". H.Ts ./0• 1.0 ., 1 fr rl..d.to-0 S_fft.0 0.. t Or.rK4 10.67 1.14 .N P-tic WMIKO WA L.ttla } tl t.etlb r/e P,01P.1 Ia.N .N 1.0 1.71 .N . 4lt>...tfet 0r 10n1 PIpO Kttpr..1 C-1 tx 11.93 .w 1.131.10 .N 1 4444 ... ,. � :.• ., c 1 £ _ 3 „F l"f/. tt•a "I. . .. 4444 _ _ t I 0 ff0ERA1 01••GIS7E4,VOL 4T.NO.70•-FMAT,APRT 71, 19" • N t i 1 f� aacimsom 00. Ca77-5017 - ry. 3 voctstD..o_ 077-5442 r•to a tv • o ww Pars&raw F.,- Has .,- rA• r� v.w2N wl 1- - F.k r11•t•7rJe r•1�rw , AlpIN,•t•..r.CaLwrN.eJ A7.t f.. aN Jr.1.C-L l.. 0 r a■ r.•.IN. v...IIN 7 .!+! i 2.57 .tt t 7.11 t 2.11 tmtjv t -ob a,".f..Nr.w T•pt.1 tr1 w..Irtt•.Intal W l.rlwr • ftM•I fc•[lulfl f•.dt1Nt•t D.+.t N. ' au.ctN•I atNl ..37 .70 2.34 1.11 ar.•a i a.M .» ..f .7s .44 - ft.-c-1v a•IM rita.,f.p+[tl.tptf.. lk J,T.pt• 11.17 .tl .b /rt•r1 Itrwlur•t OLNI 11.)7 .II ,M so.r altter - at.�C1t•a1M arl a.to nd arNolft[fouotM. WaL.\4f f.Q .» .11 .K .07 ara.► a 7.lS Sf » M pr•p.s.+atl.v MAN .» .r! .75 Al fr[eY1 t..atlNNr.1 street.[• /t�am1 ryrr.Nfrr. al-daW .t .t.On. 44N37 N ) stool,ft/ at.",T.pr., mt-•a am f.» lift lo ?.so .54 .» ,N Tv-O•wt7 f ws4r.v,stn aet1W,lot NY.otarw.Y mwti »_as 0044 CLI•.M Y•N G+. (Antl.t I..el+flwf Porth•.[o 7101•..7rfot.4,•..044. O.e.f.. tat Lt.T•I.0 1r.1) [lAor.Oo. rlay.. St." 17.77 off 1.10 .02 .0) a.a....ta.!'a.A+r.eL. , apr•Y 11.17 .If 1.30 O-t .N .» %mW W T.tu ..ILMINMIN .71 1.22 .Ol T.prt 31.77 .!1 410 .N '.a/ Or nooe.riel•e.D.nq !!_» .N 1_44 .0! setter.T.•rt W rut?m"^llt a-lot Ow.[y 7.77 .ta .N 1.57 .025 &[tett,%t Twd.[r fclL- /.7! .M .16 0.1 twrN.ww..l.t.-I.. 1/..fl aa•b1Nl.ft1 ft[uttot• atp. 7o1.m.ber W 2 7twl[/+l.)at.f.1 Up.. 5.75 .N .N Too- m.wtt.. f.N .N .N 1.44 Al IY.Ta7t.Arta Mrrlpata.Not, awl T.I . 0 &two l0.ff .7r .7s o..11eIse f.as .» 1.5a 1.17 n Oprtrl Nrur:t•r.l ltwll Ttpr 11.77 .» .7f piAfl�a�p�t N Nl)t L,IN[root/too W so+ro2. Alarit aaa Ontra Orta Or. a.a7 .N 1.12 Ibl.tl•. p.....a...r 7.44 .N 1.18 artd t7.77 .» 1.to .N .03 nwi.O1 0.31 .N 1.44 .N off. 11.07 ,» I.17 .N as Toper. 11.77 .» 1.10 .N .43 al.f.f.,cant's c-U,t! [ twtto., M.P.,r..0t.►3•tat. a.rato,lotto W Sola c-=loo0l.4laf portl.N to . Q-A M is tN L..TaaW ' 00441 ... arta 13..77 .» 1.35 _100 oaf '2".1 11.17 .» 1.A .sa .03 211-1 1.44 As .n • toot... 3 f1OIM KGWI&,VOL 42,NO.79-Fa1DAT.A►pl 22. 1177 - IMt:J:l wl b.[Atl•50/0 Pale 1 ' DRISI(s•Y0. Gil-50.0 IY1. f , N..tr E1...w.. MM. f.M.r 1wu.P.r�••. e.f.• N L• l.+tlt+. 1I«.w•. .J/w Ana T. 0.t.. MS. P.•.s... vw•fl.• wif 4a•SttaTr l C-U.C. .Nwl.. LIl1T.ICING. IC.nt'01 Art la .p�.0•. Rr Ntp..Si 0-1-. �r..f.n-1 s.w h.wcl_.t..Ntt-. ':Llrctf lel.n.Its/lT r..10encr. sra.Cl.r..t..t.Ct". 7.15 .M it•_t! .K M3-/M Craw■K neelslel...13-4.lorlNl. ►.Itf NIA.ac for C tl.. 811.11 .11 t I.ls .07 EleeUlil.a. 17.36 .75 is.." .K LIPIw....".r.Cylmee.a. C.41e tplten. U." .15 1t..ss -K 13 O M'-IV-.-46 ' I4fln.w/saner..C..w.tle. 1 %k at city at u•tf.l.t-1. tl..,u lcl.n. 17.13 .81 I1..N .62 ttr..Y,Pl.»r,saera�.es, c.u1+rya lc.r. 16.11 .Q U..N .87 w 7na.b.Orta.r,7Ya.w. of ll....,wrcea.na yr.lan.. TsM.M 1•M Cew.aLH w.ftl .fl l.» C.wnt N• F..s..tasl..a•Iw/M fat tl.w.K 1 [:I.H.1 r lrl.wt 8..7 .ft It 11 ItwaW Caul 6.M .8l 1.N .NS .K CNIe ipl/e.r. 10..1 .f7 la 11 I0N.4Nt.. f t.f.r County f-W.-t- 19.91 1.11 1.86 1.» .N .I.ctr I.i.- 17.» .10 1N.ri .K I.tlufarNM 11,18 1.11 1.86 1.30 ,N cie1..plla.•f. U.ti ,/1 to..Is .K Or.at nul.tu.eta..i n.34 1.16 1.K 1•» .N Y+C..w.tol.ro Countle. 1J17�f. Ele tr lcl.n. 11.07 .fa Ur.ei .M AUrtwm...amt..W."le.. 11.34 1.09 1.16 -.015 C.n1.•.pliers+ 17.rie .L1 11..eS .N e•Ylelhi..e.d..Placer.a1 a..0.nllo.S.M.Oil..14 1F\�Cbrtlet U.N I .i0 t70 .N Nna.Cr.t C.N.II.. 01f..orr n O.r Ma.t.ct.rwrwto 11+Ctf lel•M 11.80 .77 11.1.78 .ss 2 r Ca.b N•l lens u.18 .77 N.Lse .K ..e gala lbswale. 8.N .N ,13 l.N O t+n n.ncl•.o awntr ICU �.Ol ~ fi.•l rlel•M MINIS 1.N It..N .Nt Iltt{...e lh �Owtte. � 8.01 if .K 1.00 IM •Inn C.M.1p1/ear. 81.34 1.44 IN.N .N 1m ereR M 0-t.or-Ctfs♦se1N 11.18 .N .ss f .OL •s• Ban M•lH l lr iwt halls seri rl"W"•+. 11.77 .81 W.so K Inas Comity 17.67 .N Me .R n.rvwur.m.fsJcro.f 11.11 .315 .IS 34w .Of am,8.1m.-d a.t.O t. 71.IvAlU.s TwOClOit' Cbmt7H H.11 .77 .7S . M1 1.5 6061 _us -17 „y .87 1t.Ysas Citatl ti.61 ' .71 .'n n".MW C>a1 MANC7O1Br r. C.I" Yfi 71n1.u.. Ortorms lllta..l 116678 Ow..tlee- 18.7! .Ol 60.11![8 Yll K tie nnm Oal1( 18.07 .72 1.11111 , .., •-._ mow 4'gsl 770E 47.no.7N-ONOA7.L!m 7!.1177 . /oretmrat 4CI.ILw e.e1.m.tn. n77-lex r•w 1 w (7)171[ b119at.0 m14rfIN, ft Oreul.t, Flaw O..s[s P.rmsn Yrlpo..6-.,Y•cNr-.tm•T. /.,te N.N..s..d.,Ft-,,S.err[rt.. I 6.�.. Mt► P--. .esrs. O�.M... W Ynlao.W ft-t-,1r iopute,Ln-t-,SYu Gb., e[s..7w 4•et.Cr.s,S.t-,a--s,R.ltb. M-e• T.n�.,7.ntrY.roto W Tr. C-Yrs /.x Si.0 E 1.41 1.s0 ,05 OWarr.l.►.ae/rlm imp[ u77-sex Ort4, u•[.or-I t-tlC- -start Ntv a ttrt ill ftpr.sMa.G74-SLOT O.t.d it. lr)L, In 41 n ,ya OD+..td-tlrr... 10.73 1.13 1.01 1.50 as 0f7117T10N N NOUN[ Ysl Mnl lsl COY[[mtim-.1WA,et slyly r.ftOL"tr-504"&"at L..11y tcmr W pba.n trps sprt-ou uP to em l„tl.alM•stb W, $Up MN 3057151- 10.73 I.0 1.43 1.30 .H 7[67&1-0 11.32 1.77 1.11 .13 .47 a.- r....eb.M.►.45.54 SC7.l6t 0-4, [Irma.a.-y 0.[.. N a r F-• I..[..r tet/ tlKtr lctw - 11.41 .M 1\..70 .01 Mrs•tr C.a.\Pltems 17.04 ,10 1s..30 .01 .-.b.lq ssri.-,-etm. 7.04.[tJ ttr.pt4w. .fOtiTOi ttomiS Ill.al .s. i 1_17 i 1.04 7su. .N se.lpl-.U-554 ..5 .. 0. .OtILN.Np,I 11.17s ,TVs 1.00 .N .N W Il-mmtl-1-er tl,. ORIC.u7aa1 a- -u 24..N--,.---- 1 1 tat.,N,0tn10t,-rsn. 27.arielr 12.04 .ss a\..ti .OLS I .Y.F,-i-.S-Wt-, Cru spls- 14.30 :as It..0 .Ors Ylme WA[Door Comt1.5 LI.62 1.40 .91 1.M .OS LaR t.0-Ym AL..."."G.,tr.Cat.Cas. HAS 1.05 1.03 .10 ftj 4 ta-. 11•]] .67 lN,7i tl ra5..o,Nsrlpos•.M-rwd Cas. 10.35 d3 1.04 Cable ipIL-. 10.x .E7 11..77 - At N.b.4,W-d.,rLcS•, 7.W co-tr .5444-elo,Weur,T.ns-, Wmrlel.r Irrily...Id- Tol..m sons Ca..115. 11.10 .00 1.q .ri 1WNM to 7 barl•q 7.03 .ri 1s..43 .04 NO.tr[5r W O.nu CC-Coastl. U.40 LU 1.10 tlsrrrteur It rtml-1. a-Y.It.-d t..tr CI.r.Cm. 11.03 1.0s 1.04 .M _ ris�lat+ss U.fO .t7 11..703 .04 O Alpl-.Ot.4o[.C. -, ,t- cru Spit- 13.10 .11 W.705 .O4 's 1o5.u1..W T I -C91.. 10.05 1.04 1.00 1.04 C.l-sr-W a-.70rpI.d.. In , MICI TENDERS, 07rttrLei- 11.11 .31 1601-2s .01 [mr1 Wn t[.nclrro'W N..Wl-C-. 10.00 .as .N Cam.✓�Il►.t. !L67 .31 1'.1-21 .Ol llPlm,4&404.tt Oona., CI...0t.Ca." -..4.,rt=.,AW-.-W _ t1E stLelm. 11.4s .70 11.1.00 T.I.Gwntl.s 3.10 1.04 1.70 CROu 1+114x. HAS .71 0.1.00 Ir o-s 'r 1.20 .N a." 0.1 46tu W 3OMW caaatl- 1O.ettletr 10.15 .ss IS-1.75 .N Gap.nter. u.0 1.77 1.71 .7s .00 dL traletr. 11.07 .as U-1.ri .04 Yra.me r1Pouysrst ru.r yrNt-:,Y./lAnt nlnpis[.1 st-1 Pcr7rotd lust.. W-at-1 M-A" - ".ct.r. .11.40 1.17 L.71 01111"INL. 11.75 1.11 1.71 "L.41I--,mlep.,awrE W Deck 41Leem 11.11 .N 1.36 .75 .N r3OERAL NGIMC,VOL.47,NO.70--N10At•iHl/77• 1077 I.sS ki orrralrw ag.CART-s/RF .etc tL CALTFQIMTA .. ARM MFIMiit(MS FOl ram Ulu""T OMATMS 11wce Wittily AID%the wrtherly It"to ta.e.ht►SM.soft am - nd71t Area'�l I.a let lueee Wt mrtlen e2 ae,oera Cellfeaef.IealeiN.4Hr. 't M , !.t1.11—lat 11-1 t 1 - tae�nctni wrtitlty He,N."of iMe Tots of C411twe1. , it rh.M,V, term,of raw,A/F M. YI.MI.Maw* ;. i1m ed rrieiw. � = o iMac.FaelM.rly b 1M.S.U.rerm,of t—ollF/NI.rwSa 711, - } •f ' TMnte Gel.rly b 1M S.S.cafmr of L—Alp 6".C.M. r TLence S.thirty,it it.$Jt.uoer et t.—Alp An,terlSe ir, - 2 {ll p' Th,a,e Gtterly b tM&J-urmr at tarArtiy i7lt. The—tte.=Y ta'th.M.S.utw.r of tsaaAt►Mo.W~IV. x i 3t i i wttMTiy Meee/ary at'W Lble aT 41fF.rm Theme W.-Alf-1-9 nw"t 11 b-""7o[W/late K 1; CGllfetrrl.u the pt!L of M/1W./.. 1p, t, . j za sa aF ..sal 'Y�7 •{ 1, #R+M'at' t t+s't It 4" 51 P6f.Mb'dY.rt}fit t6 .2;� •t9 i - i"�F"^ f •r•ySS 6 1' i a 17i ' .. p>v x A;'#�reit x 7 y -H ex rs e c sn - „>.r- [ 2 Tn;E++t.^•i'"'"r''#"' 1S itS?.. x r Z z r S „ F <- r:.t�•f �:X`xYi� � .x r Ts 3f#*� "� i- � ,�� •„�� ,�«��� �' ,.� Ryl-AI tt . ,• wnstsr-a t .i�..----�- ,` '� �.' x�l� r*rtr, ��w� �., ,i; �' , ,r►� ya. v f a �.:, r,•e ,�� fc�""�n''. : er+w'.acgra .,. 1 � . S 1 ,4/trrnS ar.- �'+A.nrn-0taA kII � t 4 e»ra•raz� .«1r n i t*rs'*s+ t { xa +< � FEK 14 tEGIMR.YOt,47.NO.79—FM AY.AICA 27.MY r: M. is swum tlli. aT7-Sa» m . .. •alL»aiva Swaim go.coll-510" ct OI[S/'aNNla + NaTa NI1tNIT7aatt fit am avlMtTmY4[N tam Nwterli t BRM IMAS 4~41 Fm a IwlNN11T o10IATw(NM'd) raN 1 to.r vl pare I(aN'dlp - TNN.reMaly Aa 1N•S.W.a-I,at ASN•aap im.loaa•1311. .TNN.Vo.[st ly to t►.M.Y.__r at tMa.stp K.r.a"Im. Tb sto M.=11 u tN N,T.c .t 10 ALA,low,na"tw. TMa•J Mnb.111 to.N M.L.a rt t•os•s.p i,.."I39. fNN....ter It t.tN La.a MrN•t-..Sp 1m,Nya IN. TMs.+V..[Illy to cb.M.Y,w rNrat.-.Us YI,ray SM. Tyst.artN.ty AN tN tl.[.. .[a-k4p ICM, INC.R1311. TN.ca Z:1=1.111.1 o[t N[ly A. --of.-L.,Ai,.wap 11t. VA—Y.K.s[t to aN M.Y.-I-meat c..aWp NM...y.im. TMac•4 .riy.o tN S.L.a .1 tapa.Alp SIN.rap 1K. Tess.Sooty.lt AN as S.Y.[afar rI[-.hip IMI....a.IW. TOO Mattesly A.IM N.C. to r.f[..a.61►Its,..ya IK. TNUs.iaK•r/y t.tANNa.S.C.a at.-I",low.I-..Cott. Ti..ta V.1,y t.IL.N.C.u .1[a..a.1 11..say.IN, Th.N.Saata.Ir t..1k,S.W.a .1. oap tiff.RNP 1L. TMP[•NnNt IL le[b M.4. rotor of t-,L,p 11..ray.Inc. 21amV.Ye...I,AN sN N.Y. A..P...I-Asp ISM.Mos[•Cal. TMac•Lan..ly a.tM t.t. a ata.n.Ltr IIs,r A-Ila, TMast.S..NNr11-tN a rS.Y. at t.N.Np 1m.i_p IoW. I—, iteacs Wrt Mx/y[a tLs k.L.c .f c klp im,taya its. rb-.9-0,to tN S..a at t.aM4►1"....4.I411, TNaca 1.•s.r lT ao[M s.t, c It aa.a.blp ISM, ray.IK, TNN.Saaaberll t.AN 1.[Y.u.aA..--up 430.go.,.ASIA, TLawta Sa.[Nrty[e tN S.Y.w wf te.m.LSY IW,r..s.1k. Tb-taKa.1;u tN S.Z.co r of[+wisp,IR.Raaaa tY. U.-CO.-I,Ca tN S,t. c rat[•.co-op IAN.Aayo[St. TNN.S.aLNRiy u A a S.V.arat.A t A`AIp IU,A.a�p 131, TMac•S..aMti!<o tbe S.V. u wr•1 tarot\Ip l7. las"IK. Tbapl.LaauR11 a tN S.t,atter et as-LN►IIW.Ca"tar. TL•st+[•sttr/y to cM S.t.so sf ta.e•Llp 1>,R.y.Sit. Th.NA,Sootb.cly.1-S iN t."...It-at rats 131 AN tN t Tb•.t•b L rST so tN S.V. w .[co.P.Lip la,r.yo 17t. pat llt Bc.N•ata.ly fiat pctlas a/MrtN.s 4141-+1+ TNsc.Lasc•Al1.lona tit f.aaNrarllN o![awaWr 120 a.sN .st4.S.Ka cl..a C.NLy I-1.dN ata►ta tb.(.%1-.4 11Nt a.KKlk NN4ty mt elk t[•s of Taii3era/., Coup[/y•t to.N.V.a.Nr at&-kip♦t.tsoa.It.AN. Thaac.MILL-c-ly, Ywr[4rly•lana U.4K.-N+..4ry Staff.NNlla•M MnAlssa aI 4N.0 11 [•Pt"il.1111 to tb.M.L.La .1 a••Nsh 170. TNN,to.SoatiNtT titrio,u the S.Y.conal at toaNahlp . .Nae"'K, TS tsyo y. Tb_W.ar1y sa Is.M.W.w al[w•hIP Y>•,•.y.119. Its-.1.a sa.yrll&1.-1&0 N LN S.W-mrar.f As..Nbip IS. . TNN.Sun to A.tN N.A. wrP•r 07 t. hIP 2M,s-a.lot, K. [Mata Yi.t::1?1a tM W.V.< .r of toaa.4p 2N,-sa.189. rNp Th-AN, to rb.N.L. cera[of[oalk•EIP 7u, fay T[. \ TNK.1.a MnNsly dire-/N AN LN 11.114-l'of t• 021,AS. 0 TbN_Vassar l;ea cM O.V._,r .1 is-I.?21Wyap ft.yaK. That.1. wK.rty"r•[tia 4.4h•N.W."rWet of.AAAA ttdi U. N 'y TN".Ms[Nriy isI"N.[. I=-of--Lip 211,say.0t, + rap"Jt.t•.u.p7Nt at b.tlaly.itch pest"Is o part of m Tb.-.Arc.-Ir to t4.,W,w r.!-kA,AL1,..#.St. A-2. N NNM T . nN.ly to[IK S.Y.Go wr at....LIP 2N,say.K. NN A&IN tstlad•s Abet Pont-at este+Catitanfa.Itme T►.Ns N.1411T to LN S.K. t of r.a.Wy 7N,ray 0A.Ar. tbI1N1y it-sl ' Th..M....I,A.[A.M.9.c o!t w.tl.tP INC,Asap K. C .ey N y anscl1.Ici ft.0.-N N aW- tsIF.0.So.ch.rly TMb[ W...... 7T-cb.W.V.u rot[.an.L1p 2M.talk"AT. ISN•1 r-LIAlp 20,WINANidt A.-l/N sod-11111Nt TNYG.li-JA rlT t.LN W.L. ca s e[aean•Alp 5IM....p K. TNN.Ls•[•r Tp alaoa theSaKNrly LIN 41 tM.aailp b a tN S.W. T4•c•Yan.i ly+e'P.Y,Y, w Pt M!1—.,)4,.-a.It. . [afar a[tsatbip IN..N[•1V. TMoc•MrcWely.tont ab.AN.rvi.L).and...A.AN II.T, TNN•So011 clT to CN S.Y.ma at Lwssbip IM,rap"lY. r attoblp SIN, r..,.IN, TNN.tauorlT•laps"N Wa.Nidt"-is-m sN S.Y.__1Tb.sca Y.Kar ly to aN W.V.u r wf taao.btp ALP,.tags dv. Mt 4. 44p,AM.'Nall.22. TNN•S.a[Nrly to.4 M.L. [ aI c.aPNlp)b. rNp IV. TN.A•Sr N.ly t.tN S.W.Gat-..9 tarNblp 23.y.p 2t. TLax•Yorurly as 44 Al c roI l!*--.IP)L1.eases IN. S1rsN.4KaIt c.tN 3.9 cora[at%-up 23.talk"2S. TMace Seat M.I7 to[A•S.V.tacwr et ca n.AiF TPM,Rata 7v. 1&—3-::.1,A.AN S.W.arar at aNss4p IS.fMet.U. TMat.[a.lerly to[M f.L.corn•[of umahlp 1fY,soy.W. _ ,TNN.1.+1.141 A.the 3.9.a.N.N[ta.asup As.soy.It. Th...S.-t.17 AN ti•S.W.-,-g e9 Aa kip!m,saw W. lbyb v.aa.Nl1 to tN N.P.ur+•at at taa.Nbtp,23.rats#t.' That•Can IF to cM S.r_arPniar.t_.h.P I",r."W. TNMRN vMAo.2;a LN N.V.m.str.1 t--"to IS.r.Nt.X. TNsc.belt Mrly a•tN S.W.cor.sr rf[aashlp 1m,Rbyo SY, TNN.No Shalt ==pater LN.aNldt NN1/N to tN S.Y...d TN."s Wtlast,to abe S.T.corer.t-.kip tm.sa.p to. - CONM.r of"LasNMtA,tY.trots X. ShaltM Mnb•rly to AN M.[.afar rt to-bip 140,tap"W. TNN.IN•tNly.I.y Isa YraUa"sal/Nps.Alb.S.t.mwt ThaKN Wast-sy N LN N.Y.mralf.t t.wblp Ira,toolis 1111, pot s.•..itp,W,rap 7C. Thr.0 Mrtbe[ly u AN S.C.coswr of[Nash"1,516.sap m. Tbr.sa 8arthetly to LN Lt."son at to""Up TY,io"Al St. • TNN.Atte-ly to all,LY.ss.R Mt MoNsur YN sm$ 2f• TUN-SastLMrli CIA W S.Z.+Neper.t tNYMabip/m,It. - itDEtAt tt(SISTEa,VOL 42,NO.7i-y1lIIAT.Ayttt Sy. tTJT L . d fis irk In- cArl-511]5 rope 17 MOSTOr 110.6177-so" q9.A , I aurolau � • AM 4t7le1TID6 I.. flaCt C.IVLo: tln t•dl 96.k [.1•..4.•.4..r•r•+••• Pam mm"Im O1W1043 al..ttim-S-./..e 4. M l e f.+.l... r....aa �U •MIIa 2:.11.eco•et hel.ild.t.M.fee.1.. . iup•r,me.SO Yde..nd,nd•r A p I. do -A be1.r. d3.Tdr.vier lewllt Wep •em 1..11• .l.cted.d t..►.de.trlrttw =,so Te..em,Mer is re TSf.r•te[1.411/DY•gKrele dorteN bel...•A.b t.booed•ooe tw.bip Iwrr So Van.ib uMr,fS Tee. .ed rote It-of 4.e..1.42. 1•vellr U„eprl.r 1•ver se rd.. •nd ummt i5 roe.r C•w.f 1.,0 1.toe f•tl Tle Ot••.• tbe 1-211 It fab*3e,.tberlT lev111 lo-ucnpa[phot,l.enn Ile 01-hip,Its. •nNw.I.p w na.1.1, Tkesr 4.a•rlf•i.•,.tM Swebe•7r taw.t T.-Mv 118.er...I a 5•Id. 14,bt le bo•.cr.r 30 TM. abe R.11.41•wrldtr.a•ebe S.Y.tare,•e ew.tdp alt. ..a u 1k,45 Va....wr leve ll! _op.K,11t.D.1►1.bete It-•.d Trek• IV We-belch concr•tr Tbe.r.Sew.M1, e•aM S.Y,w r.1 t.wt4/p M.r.."d9. •1z' el•,wee 50 yd., *rx/end•[4S 711+411.bneelT a•lhe f.Y, wew•r.[awJlp M.t.."U9. Yd..ewe 1.r 1) 0 14.114 1 1.4115 .14 /1.M Tero AW Mtl1 t•M 11,v,corw•r d ear.otlp ts. ,.4114 I7le To-.9..1•r If t .be GY.[ •[ww.Np J11.r•wt•179. '1. D.-ClJ1 sr.ra.te (.1.0 - Va- S_w .I'I.'be S.Y.w •[[•r.ebl►JJs.r•e"las. A ulu, Vd...,d T4e.de E..l IV-abe 3.fa. w wrof t.w.tlp 223.t~179. Inc luAl,rO.e Y.. t er• l.Te Soelhert't.ah.S.V.w r.f--hap 275...."am 14.•111 1•.1 Its `.M Th..t.u....17 to be 5.G tsewr•f tw.bep 273.wr"U9. 1-1'tlq to Tee.Yd.wlrc 1•roUl These S.otbectV to the S.W. esw esker of tsh4 M.cos"199• urq.,rt• 4".•.i5 Va—.nd 1.111.8 a be S9erhe.l'Ifee of U".C-17.this.9..t.clT ' Inc lrelry to Y......to, Iry 111 .1..8 1a.$-me It of tont. 1.,•r•t•r Its Va..."1,v-1"j" TwtT..d be s.aab ke.1,4.wd.R of T.I.r.cNKl. tb*11.1t.•.1"•.•.I.r 1-1).z"'. - term.[[w•.Ip ail.rover ZOE IA.,•,1.1-GS Td*...b tbrrre br[berl/le cM..L.cera e(twehlp 21S.r.."M. - 0 Ire luAlnq..Ve...•t•r 111 Thecae.V..wrIT a•tbe 11.11,wesrr.1 -hip 213.roe"299. y T u•.• IA.Y yw-belci e.r.cr.t. Teo-.Yetiberl.t.tbe RG cork.,.f. klp 135.w."M. n .1.,4S 1A....d Isludlnp Tbome V..bt1T w the t.v, cer..r e1 cw"IF 173,repo Me [N 1111 Te.,r.t.l 1.411 Lt." LIPS .10 1.11141 Tb~:MrtbetlT le t4 vat. wteer.f t.w.hlp 113.To"279. N lke'etvo.tetlT t.th•11.11•"ceer if to-hip IIS,cost*M. , 4011!r/IVNr.romm r/q I Tbe.t•t•rlheril w be B.Z.week,.1 ww.hlp IDS,r.et.2N. .are,,o r 40 0...n0 - I=we tell,to tbe 11.11•ceof t•w•hlp IDS, ra'"2411. /acluA lnr 1 1 Yd..ewe Tb.ce r.•rtbeell[.ab..Kr.c .f.ew.hlp eS.ros"279. 1w.1t1 D-0 l0r.r o.Teo. Tb-:wea;or1V to tb.11.11,c.rk.rr.1 t-Its,/3,cos"279. , .nd Incl udlop 95 Tei.r.wr Vs.- laitberl7 to too t.tl*t ,.1'e blp as. r.e"249. 1.4111/wq'cre t.Inr•r 411 Tb-.vet.tlT to tbe 1r.Y,corker of tow.htp IS,tot*249, yd.. .rd Includlq 7!Vdo. I Te.c.Ibraberlr to the t.t.corer.f t.wtblp 6, ros"119, I r.b, Irv111 al.ra.r/er•r 1 Tbe- well 11 t•the S.T.co •[to."Ir 3S,w•"tn. ' - 110 Td..end 1111.dlnq 75 Too. Tlw..MrtberlT[.the t.t.w of i-kip 73• rete tn.' _ dI., Irve 11 r S.M. Idebrt. �• .Tb- 114.114,4,to the 11..,a rr.l t.w.bty Is. -I.t9t. baa,ort t0 Yd..reel 4nelud1411 Tb..r.Drvcbe lT w fab.t.G w . r [tern.hlp IS.costo In. 1' , 75 Yor.reter le••q 1 TTnel,. Ile- Y.x 17 t.[he U.. w k[twNlp 15.rage an ad,V pr.-b.tcb-,.to.1., T.<.M"Nefly to tbe F.X.corker of to-kap 13.Sr..t 4 179.•,. o.1•r eo ydo,and lneledtnt I .76•s.voot..IT t.tbe 9.11.coteer of tw*blp 21,11.".17% 95 Yd..veto,14•.11 11.24 - 1.113 -.79 1.11Is- ewol.4 tbe R.Dt*hl.b...It-t. R.& t :., .4114 btbe wake,.(ew.hy a.-ft.11119. - :: I=N-2-17 to the Its.coos.•,.f c.er up a.r.."I.C. .t . Twee Ileoeberly e.the ILL.woe.,.1 aw*htp 711..rate 1516 - Tb-.vea.rly t.tb.A.W.wase.f t--Mp 19.req.1139. Q * Thal,.Piear.17 to the vat.wae.r.9 aose.bar Am.reete fads. 1 r Op pfI1 ft 9 WWM VOI.412,NO.7'9-MAY.AM 27.1177 001:1nar rp. lat7-salt ri. )6 00cista.Iq. an-stn iy. 1A ro • 0Mr ►dt1.f...At.►.r..... fL...r.. R_ wav stiff T,. misssct le-vi) Rr.tt M L f r..rYrt Ilrr.lY. rnApr �Q LtIt1O13�r--IMt II 4r•. Awa A w a].err L..LIDrA I./r OOIf t70Or.1fm1.m h✓r .,tirr.nre[17 rd.. M I t.W.Gott"rd.w lrelWlq la rar.w Irol•Ilq R 1".rt.r 1-11, I.rrlll oy 1—l]rer. _ IM v I.r.r 7.r".W .rtl IKW.1.f 1.r",wu[ l.elydlq l,—r:*; re..me, lerllt I.rr 111 wr0euu Iwr[17 Ittin.0 lover N r".w rat.w IncIW IM If r". •IKidW IS rd..rur 1-11, w tr[ Irrtlll tuirur Iwrt Ynp.a.r !avec it re..w 11 Yat...a IncIW Iq 11 rqr. - L—walM is rer._u.1-11, wtrt Irrrll l"1"IeIIr W U'..We.We w•carr trr.w t 17 rar.w IncIW/M .ut1R uc trpr.W...Cosy 10 rdr.ewu[Jrwlll ft . 1.7Wterrpell.,Ie.[•rreaer. idtr pr.•brtm avrctru•Ir, e.clld r.ult.r.7p.".tp- tr 17 rar..na t•cIW Iq t.am P.111.9 R .l U wu[UwU 0 SO." f tlS .70 MGM u.tree urllrn w het ra/R Sn.m tt•r tr.17K. P.M.0&MILAN 11'rt R Otter•1K.t[.1Nr.1 Sat" 1 021.0-l"DIrG INKS U.SL 1.U3 .70 1.09 tdo t.0or.•wt 21T"._d 1 1-141.2 31 rd..wut 1-11 t 1111MC1 NVALAWA U.37S 1.113 .70 1.M TI.-k 14r ir.-artc._.t. ` .1.,t 71 r"..d l.eleelq NRA CWMMr 0lOfr0Y I./re 33 rar.rug 1we11 i 10.N 0 1.U3 .M 13.00 Wier.rrwr U Pa...0. 5....ou trJr 1"1.01;71 r".wur 11011 t»I�e OtKletclm a.•p w .qec.t iS rdr.wew dU n dnup tr.11e[1 lr.p(woc if 1Kltq sd.. u.111/ IK"I-7t r". Ori Iter is r".w 1vUdLi N vent lrwl)I irRcr.0 Iowr IL r".r.a la<IWIq 71 rdr. IOwT 7S r".w 1Kldtq>• rut fere llt Ol�.rut Iwe[ r".ru[ l) lt IleigrtR U r".rw IKIW IM 71 lOr. - 33 r"._de—Udl.!s0 3". . NN[lr 119 Yla 1"n[It W., _ —mc 1-11,AW(drbtla fe.. Mf[11 rer..rA IK1W/q Mt 7!r".W l.rldlq>• 79 rd..wu[ lrwl)I hurl[ r".rtR 1.e.111 a.ea.11b .1.rglutnr low[17 rdr. pt.•Wtra tsenu W.rer nrmfa It Id..l tL d ".ft—k.torr w Ineldl.i>• ►[•-"tse_- ..Rrr S —mierel! U.7f 1.1fS .70 1.00 17 r".-d lOC1WIq 71 - r".vent l...11 U.SOS 1.1fS .70 1.00 I'. Cy iglOAl OEG,SRO.VOL 47,NO.72-401DAT,AMR 27. 1977 V 6711if61rW11 ■ Mr'1�J.•J rJ, G7)-5011 .1q. 17 OICt1IOM b. Q77-5011 Oat• 71 ..._ d•M. id...0.r.in.►.yr•t. ! iyw 0.•.Oh iyr.n a r, O.�i.1 F L• ►r.1r. V.rMY• ../1«� � N t� h•Y•.• Va«M. .•U« ' T1aJCt mlITII.J IC 041 d.«.7.. TNK2 t101Vd1 7t]Iat•/1 1....to 11111s cmm sram G Ir/w •u0<ry.yd•. W aider t yd.. TM4iS 1111 aff0"%Lt1.la.1 ya.. •M uadrr 0 7d..aster l0 7d..tflfo+6h t2}d..l ri0.1!! 5 l.lri .70 ri." I•reul J 01rq�er.t.�.yd•. • OOta tTee7 MR-a W_ .M Met t Yd.. t.f 1!.1111 Dulp.t.r le ya.. •M uMer. 11 t.0 yd.. I Meltlllq yd..r t., X.111 Ottd. Idlbrl. 11 74..Y.lef leas11.Dhap mri .yd..•M wdlt.yd.. /0}M....IR7YiJi/11 \ r•elr I.rrllJ tt..c••Idly pf.- 701a.-at IMM O.w. t. 1»IM ra rata N..s Va.. t0 7d..7b.rd laeltlta7 11 \ •M una.r.ya•.taut 7.w11 .10.70 6 1.115 .70 III." 7a..wtlf 1!..111 Mlty.� 1.1lad.t<..t.r<.p.l.IY J _ a-17NIr..NIIJCM"LK". r19-t•t•ld I.t.•..l.i \ .ug7yJ.wlleJ Mydto-IIIc. Fid•ca-L.aaa. 7d.. Svd/sh c1.ne lYP!11ltitJglt .tl I.eltllq 12 .lett l.n7 end rater tract l...11I F.+q...Yat facer l 11.000 q•1...tl JMJd.s plat,Trw%t6r7 rcw-"tcb ),000 q.l..)1 Paw-tired OOhes.a OI..6 70.."a luau 10.219 1.105 .70 1." I.tltllq 11 yd..wt.t Mlelll O..p.tla IO 70•• MGV7 tett.T.dM.1O.T ' '1 .tl l.tl.41.7 11 7"."mw thigh 1rr41 U.» Llfs .70 1.N t.wV L.N 1. .70 1." O _y .00.IX•U7A.tl OIMtUUI now Ouff 7� 10.ds 1.11 .70 1." 1 .tMiMMi C31J11TJ1 10.2.! l.lri .70 1.N � - TMNJSIT MIX AGIT.Ta T1t115tt 0=AGZV= - (a yd.. th'."b U 7d..1 10.1ss 1.175 .70 1.00 lent 12 70..tlte.l0 s0 1.11 .70 1.1111 VaGUU11 TOUG[I5.500 W.U. and uMir 7.500 9.1..1 10.265 1.175 .70 1." 21TT7M0 TOt.:..*MT21t TSIM (5.000 q.l..-1 tad., 7r0oo 0.b.1 �.•rrlr if ! r.�s. ( � i \ t 1, let•. t iIAL.aCt"..VOL 42.N0.75-4001t,.,V11t 27.114177 s 1 - I� SaCISOr p, Ca71-38I! 1100!. 11 OWISI011 00. C111-5411! 1'•!00 .12 rJ a o - as • Sats FA."0+.ai..Per— 11..[1t4..- iww It a16-o ■ raw+. ra._. ..a/.. Ate- [4.w.. sacs. Atr.. T.. _ t11tr raw... *«..w ..u.. ttocc atoms. rm.t•a .. vaela a[tTa11 Ola.Tr. - Silt CDMT SnatooA Ia/w toms...sada[4 yeas t.[ O.IR J11=311.104%uta A ♦10.033 7 1.1115 .m i1.00 LaIY1 S"0.ar.4aa1 4rlrarr oarteu pmew w..%t_ pM{tS All.ACtTal4 C.-,.-paar ti.Kt Iaae. taw-L}400.1 l..iSS 1.1911 .11 flat C_k t.-k Ir...4 arprdpr Aa[.flat..t.r.te valet 0lailatar MCLV= li.i1} 1.1SS .m 1.84 Mall aWtylI C-W iawe.a r4a.Mu[L..Ill INAMC L4 . :.CMar vaot!ae".. 13.5110 tra;.. 1-da,.rea.-tea palaars ISMS 1.A" .10 t.N 1.rr1)r aeop N[ 100.41.,a rose. -4[ 10w2Y t t.04et or rilpt ♦ ieraar"am.Sbita.omit . Car d1fee"Slap..tract (..a. flat r.c% la d.-Ill I flat ra4a!tact L aew xad..0 Li Litt Trac•% aprnyrlal.flat.ax rate taa[Laak x ra1111.rarI .hall apply): r}Ctapa;9.14. AYII tal6ar tared uaCCet (dost.Loa,em4ar.sea.-u.! ......a.kbte ream...• I.-it,Tsar&fled[.1 (. T.-A. 1 }.taMiCq.ai U.10 !.31!11 .70 31.00 (dry Par-Cate%-.at.wt.. i .atlas.rd..taus Lwi)1 in"I a Tum a-SO Til= 1 OalpaCar Ya[etoaMYe 1 !.lOS !tax! .m Ox..N Me"0•la--.6..."S 5.14.1 10.1x} 1.1115 Z MAIL CMM SIRIACra (.r/.. ' C*mt=xsca mmm no:a O agar.i yd..aAW aaA..S a1.111 WOOS Tra-It. �a pa.ase.. (.sates wap(. AL Alud le IS"a.ow n rda.aw cedar a pa.-t0. er - awitt 0 y .1 10.LSS 31.1" .m 1.00 U x0:0111 t+k- ws-u Ir yd..aw ae4a.a I".-t.. 100..x}r T11CI1ot T110tt It.SM Mat.. POP., 14 Td..p4 w4.,0 - -A.~54"/.Se'l !9.!009 uli} .m 00.00 yi..rata[ Lral};Salla tdaa[s Near.rd..and-ge,.r4a. SSOSR'tlilp WM W tadt -Lac lea/)1 01.91 wl4 tut -tldwatw0► 319.1 1.31!11 .M 31.N .W i2 1.t.wits; "..utas Litt!tact irt-%aalnl 4ilv4tes Tracie (Ory p[a-0ate8 oaaenu rLr 0 r0••Sed 0000;.0 y4a. .-utr Lath in"als now an41RSR"am (.asac 3.500 0.11-01 U. 1,31! .70 1.N v ti.r� t 1� rioleltt A1Gt5T111,VOL 41.no-Ti-rrml.T.ann».ttTy Lala 34 low bfCIfJ011 Y0. U)7-507! Pae h 17GISIOf A. d)7-5017 r19s N ' tura QIYIMIM O said ICortt'01 IAPrAs 1 AAM III pale gpIgh. a AIMit its (Wltt'd1 IAAOtf t Atl its ' CreaP T, Cmerete Canter.,or fa„er.l.pap,Trrea At c"IF lYt Ae.Ud (boas le.gtb to AMIrl I Merit.C.ntrra.brtYsm Asset ItrLt 0yt1eAflt Cao IM, ..i'11tm IA7d,tal/el 14 m red 1aeltMba 1 a'1.rM...r.e.It 0N7 Dora slater rrllr[A."an rl.p A1d.1.1w ttias,O.trr AIM, Aw+am laalel 117 m AAM I—Wellir7 1 e.rd.a,r.e.lr Ca.hlaAtlwl 4N- _Itr.1111N1,MYd[A-u•.mr lo[.Ialletlr wl.r Zal Lrolat 42 a tett 4W.We lrbs bd ta.dre— t/t t+.74.a.a.<.11 tte.tte.su nit>,t tY1 srlh ':ieehrn lcAI r/nicht.a fp rrdet sbdlr IAAphali.Yrlrr•f7re.M AAM Paper /q W acrd Iwclrlm I a.re..) Ittrnt aatarM111 C,—feat erre -J1111.r11 alae a shalt,blots M.e,roblsel►Ate�at 11W.—M.pw NM t If teA.s.seerAead.ed eaat"II Ckaft-All. 14 m rW lael oll"l d ' ei tl,wt Creep, craw Cartln.t/oo,►.te.ent O,Nt.,,ua0 artwtad rf.1,7b+r rb.el•.nrsarltr.OrgltwrA. IR m rd)setAOtq I - rIN tugrepw,Ca•binrt tan,ell»rtmd/m lumine iplpriltw alrlr al. ;—II Pbrer.tear 11 t,qt.eweless•ftu-pe.peurA befa}pe urellr lip.elr.ntnr n-I— Itrular pce[rllN..M A.pinrtNl l pt(.e W."I" artla Lest,— laver 10 hal l este-pt.prurd..w•trq.Litt I., 041111— Itr•e N+t Puylllyd rd reNr•r real,ear"Asn Itlr 11•.11.aIle' tela.1--) I—11 tori gvraru, If lnl•n A•a .1, C.1l-lv grllea t+.r Ills,Isms..—s-wookw - - =nil (l0 I—w lase a.k.c.l1 MI)-Tropr111d.1...It"Ord.plat 4kP4 Its Arlrrtlt Abacus.flip Port Pktrrr At—ti.wllr.d C" , fluaMr 01-1.11 scall Tr Aemr Irl to bbo.l fell T..tarr T[tCt et71 SaaA.r ftl7srl Ca.AI Plover oral.aAetrlller,Cassel Tila�rl C.ul Truer tesdltchim lttaeeeeltAl treat.Iver n eased 4 m sM tssgloaI4 llf Wein+p, Aria-Cour 10,Alpll.rls PAPholt neat Dglttnr,Ca.t-l-p/Aae tvsll tT,NtaavA.alp,Tl.Yet Aver Asset l eta,pd. 0-1.011e7=—)I ' ►IPA boYlm wen/1rl GnA1Ntlon f1YaArr rf wotd ispolo as,Cameral'. ANt Ttewllrt 6WA-1 or emllw 14S t—w oats,stool!'.Cbb1.r17 erten runt Irltlp le un1tA1 r borer r Nepel,q f111aY aper•t i YM�7 lent S 111,11 fepMr Isar,t s,.1.-4 to ed leeldlm 17 ere}Melt ttpat AeP•Irp•n•M/o, alder,ken pe.7 wcnlne to Alallrrl l kola..loWr. NAM/rlaf-=toes.Total Shm.l.,e1.aAe11A.fennel..swA=. boadrr (N'to 7 Y'"': dN r rAdtrn seal Trenr:n Skit Ids Passable C"AAln AAM Ot.M-elle IArrr l rd-.wd q m etl Iee11dIN)t+./de.se.—I 1NWer- $c,eeM,q ri•nip,hen Lie,Aubee,TIreO brm-rtlM Stselyenot Iq tire.ewG a.lwy e.at leas trittplr p,op.talm pont mltA.too tW In AM I, udlm.S cu. 1.•I •N[eek•1.[.e.l esurltd..T-Pull!-W-Le.Ip. as,,Are es,w..I t4 m aM Ietlydkm TS—rdA, .Utes`wes.t.lt Ss11- ,I,AM.I!,ter,Pubber TIrr4[R,arr1 fel[-prape11e0 faep.eta rllL Oere[t prq.11ad dyecmr (rlu Alt 1p4 pr.plLlm pear.Suss SleyL etglne ' 6hrepfr•mtl TINT[Gnawer Irubber'[led o .1.1IA,q.lp-1J TlAetir tkabe[-eltM LrtPatln seal ea("IM taaeea asnivo:.)I flip rats dram 6crrpeir hector Trrn IM [ledor ►well TYAarI 10,11. fleet it—.%.a..PhAltli Ta+Mrse Ort..Tb..t Qatar R,b11U Trelebet 00tim wchl,rl Yeldrt I wood—l", (end otM,'118,1►".III "ApANU Ipllit*aataa a Nteldl I OtINeNl MeeMr too—QA'..IW I.M. . Moat.c trpe.l.macreaa.ter (q m AM laelealsa .s,p 770 m-Yd.pbmrthwhicl.r 2 O,.uD t, canal rlagar 0961,Cle9er,Chicela Com,malne[Im 011— C.—freart as tu1.l � G And eoq.[A.tor ITanitel,Crabina ttm army.1.0 Ad/.t.1.—""It— .d "It— CA lovay IS tun.end marts r Loll of-Lift or af.11e[ (70 rt.M.ctrl.i a,*1q Creep"'I'tYAM YmA wa gIle tonitt l1IM Iea.l t7tcatatQM m)I a.I wchlno Irubber tire, gall Of track tyxvl l Tr Actor Issuh b—) (0,-f or Ma1T 117 basilI Wader Imet Il M.Tdsi.r 4 to 1ssd 1=10,11.1 Is rn-�d.-11 '+ ' N ' hisser And.I.tIW M—Stwsil.=baml/Aee Imes,7—rM.r a.r-..)I ItMbrr"C"IMAs- t ; - pe.pA..[sifts Jim llecbtA..li-its cases 73 e.red- istava,a.f.etjI 11-P 10, Mn-tyle.ackllllinq wenla,bridge s:,—,ce'r-lift ler MN1 CRem". I.aw 771 e-7d.-Per b—I ripfl.flr C1=-1crl O,outln9 wen saes[a.tlnrtlm.r�—AM mtler t 1 sup to end IZWdlm 1/2 eo-yd.--)s Derrick Il oparaterd ree111red - M14 Ilia fallow par Is e.Ade.►. - c tarn A Im cath,re.o,a fret nnlrtll 0artick Bargee la.cept e.cAt ZIM wrkr, O'.oar tapdet,Adria%'I.teen tltt1." aeds[,seer,Mt► OtM U-Ca bpAratat M IAltmpt.r psm woo L w-%Im eeeryt Nati .ot.ry Drill Al9 (lac suds ng vlaton rourdN vett AM DoAbiw sept t7MesN1M 6tt1ke.71p p011l111t '. . drlll.11 knehriny Sk Doper lot .Ipiletit Lift flab wehlraI (vntbwf.Ad ( ' All llar typr.11 wade[ 17 isle,asp to AM Inoludim t easels lo.alotlw (ae, 100 soars (slay It or-trip).tmital l[kilt 1ple ruglm rartiselov - - wehlne f[oel ld., Core,..AI..I Ino tord——open l PrA-Luau s/n - - e Yrel+p in wch sort Y.errelr-b-b[la lug IraltFq'rllyd rlmtimis IkAO.r- sated Scr rPrl, NIC-Iwdlnq (pAddlA M-19..tv.11 Stahl.Car 1"CUIa + -t .tell-)191ml.Gt91M$clap.[w.t e5 yd..[Doll ftablll"t 1►F It Or r .• • -.� rw7, -)'?17c �i gwll l 54"rad#r IWr[It.a OtAm er tAlatia trill.TTaktMa .O - " , [x,',� •� - plAsa.[Cr 111 cab4utlml hlct Zarin if"NAM aedsp acAtm plass t,^• .mint rlth terdel wrap"..,Train 16W1m etatiml 11NaC lhq plsi 1 I ..1 ll•pPY) era4 �I lblrley C— sup m.s,4 Zacladlm IS toot) , sF �r T't ,, n• - t o [ 0 FWtSAt ItECIPTI,VOL 42,NO. 7&-""Y.AM 7t,1777 t't I e 7 manor ro.•nn-3019 st9.n mu91a o. an-soa . lege 7t aN.. )OO1 gailMOlf OS4latatS � AREAS 1 and 111 • Oro,!14 a«(atana to Onta«n tata0ara/nceaan Ileayl Wt!tep41sma _ OaMa O.J. p�'�•pa�r• rlf«a Oltri D-mmAl Slfealtrl S.ltcba.al Tar lot tltaaat)1!.[tarn Pet trra al Oar Shaval.-up lass"tom) ' Itr.ar ,air. ."Alf p..cL.a T-arq U"-- /beep ti 0.0- a¢natal Ilaactete alis la to W 1.0w1..9 1 Tat J)1 7�O 0001f4d1 aOWlOp ).ea•T. Oae«1ar lots op.catoo Iaaas,.11l 7ltema Not nmtl rldt.al tel M+nit-1 Alln 1 Atte 7 lbacbmtal Omael.t t►aadltlrf baildtm on"clals)1 Meet am Opecator - lea .`t.pla.tll Poop cip"atal Spc.adec Cotta.Web aecooltlI tat ' Rt no-Ip..at a9ltat.41 fir(w 11 { 0.70 {111.10 { 1.IV S 2.4141 .N .!t trot!It ata gelate ISaaa«Il ill•[pint Whir-la lyrlr).Mata- - lk-p 31 e.2" 11.aa I.H• 7.N .N .N alae!]r 1.71 10..5 1.))• 2.N �!trroo aal^.d11ar1�+.4nlaa to aalr%a len A).hell ft-I.% Qs=4a 4.41 It'll 1.35• 7.N0paratts 9acaerr n-.t.-1.1�..ki- oa t41a..It-ptoar.. erne Sc 10.01 11.42 1.35• 1.N .N .2t artartlalll.ppllw oo.eteee ea/n2 altl« to••It«e.,blfbyala. ` Oro.ap is 10.17 11.37 1.75• 7.00 .N .24 t11p«n W Cadet a T1mc%1tS I/aebl« (llaalet o 41"1,4 eapaelr 3 ta.datb)1 Turret 001st. al It arms Track Clam allot i/larp h 10,31 11.77 1.33• 2.00 .M .24 M r.sop 0/ 10,72 17.13 1.35• 2.N .f0 .21 aria al Oa1Wl Joct Taapatl 8a11«t ta9alatal 2allaet Tatpal ltlltl- Ggaup fl 10.H 17.34 I.73• 7.00 .M .71 p Opotata timidw)$tort tilt oa Ilk, 11.14 1].31 1.131 '2.M .N :1,14 p+tpat./Ooaar laapsalt WUI n«ata + R Lamle St.cael /temuottlm lm Steel t Lim Itaat.tl labs kation W [rp 10-y 13.75 11.03 1.13• 7.N .N 4 S.talea ant laoblle W 9ra.«taeUa lourtal brae Il OrW1 4oa lit• 11.17 17.01_ 1.33[ 2.N .94' .JI ymtt]tCat/Zo Spaeetl Iw.rmolle r�otp 11-11 17.49 17.231.35- 7.00 .N .24 int!11-01 - 17.77 14.75 1.33• 2.00 .p0 .24 aroap St Giaresaa Opotata (7 to 711 0-toMlaeca loos[1 lald)a Goa!114:1 13.07 31.13 1.)31 ].N .SN .24 tba,r.tt I."to nrpet at.Gaal C-a-(in K.W.a owt)1 •laalydet 1.77 pat boor to 4oatlaf Itacklnel hem-old last-oparot d)l rmpt 12 to 1)1 t4lditq ISN10.Sd Wl[band Wlttre road. Mat\tt« tia-ad otme that by olaculelly) l7 to 71 = ' - Oren 49 W LL"ab.a r-a aiallact a.ba hack or Oml fotpose t-ha1a.T-1 atonal.4iCt Batu Mt a dtlla tl.terete,SMo(r.it- n • petplLd rltl t.etc«b,bifl..ala..ltpata ad-1.1 0,1111.2 aw latl.2 N Mac%I-ey.«celai W bar lSmtal Imt 1A awo m«eaelLeee.-g- IaI1L a 3at1moot 14 etadt«1111,oaada Oaet.t (aea9«ga tl otter- 1 ; , N.el t aippl W Cable T Stfmlmal lac.mti«a(se-a oeac 30 tocol Mapfmla l.tecrl fell Slab yta.la (at tllpottt,btftrala.eamis ad "'ob.oae.l2 Itcba.lal ntisbn.teaaat.l IWtI.JObeOaq.1idw11 l tela"Owed a aWiat ty"Ol Mtdaateal Oway Otto aadJot OKb Dal 1 Gottfr MaW eaW.tmcreb a aabalt/ tamable Qble o. r) tt cooing 1 `1 t11.13N alla llac)11+at Leto Opa,ata (mole!Clip tar.'.te. .:.t+.•'• la ta-vul n Ibtl«t Suooe.r Pnw-Oloet-A OLlltrl'laSpbtleio sn0lsm ltaLtl a s 9-prnpallad ablpaemc ts1o70e Mimi r Sett-paopoll" Nfolim tcapplap nodi".4e[aalt.t7C.or alaslac qp.t))Slip term ,1�,:•• - raw Illrtlo2&.viae tat mnecote turtle Saul tawat T14ad Tlaasaranl Lctaea 1"'L t 7.. T+,< - ¢.•, .. . .t a (• .. r � ..- er`+r21t"`yT .c,l lx lei '.+i7`..5 ' • • I all -F03EM 1EGISFM VOL 42.NO. 70--1111DAT.Apin 37.1977 Tete 10 vizlslsa 10. d1r7-SGa} Sit" as t1.Gtsm W. Cm"-Slat 1.so N low=tWlw mt NrWlalli . nla.dtl.l.11 ' tf«.r FWl..d..r Nowt, ld.wr.• Clow It MI•t..t s t"elwt In,rw.olt•,.iottd,•vdt . 0, ale p...l.•. .w.••. M.•T.. awl 1M. Ca.'r.s•.•,ae.,s•t"C rmm EOlwmr OfG1"" . aM IN. Teti Cr all., tnoat.lMt Nall 7. T.M.NOW Iwot1M r1•rot a.111 .. troop a 1 6.18 t 1.)} S 2.10 .!! .N Groep 11.1 1.11 l.)! 2.90 .M .N ~w�' O.W.- Il-lir 4k-..t- ties S.W.er"lett 0,.*11.) , 0.fe 1.1} ).N .M .ti W141"e1M-%1-I%1-w 1 17-1i Iw,....4•t".,U.•w M e1.4vYlg1 lt."3 1.f/ 1.11 ).M .M .te a•ap).tea"Lt c, Po,t Litt,A-hur.t•ir-peap'.11.0.o. Grey Ipl Sit 1.3s 2.00 s. .at 0,o.p a 11.et 1. 1... .1l .20 t1r.31r11M"..IC• G,o"p ats) Is." 1.11 a.M .1v is G,e,p• 11.33 l ri ).W sl S} C.07-I1.ft-7 bay""u-_41-..Id., G.D'vs 11.e9 SAW 1.40 .al .Se awl h ap t•tt.t C"t-. t"lt•"of"..ivt•oa m tyte•tr "iaelnde.$.la per bow to Nr Ob.10 end w"to Aad 1e014)Motive of Cuit•••o,.Rech"to C•n•rl1+d,1Mr1 Nre9.be9 of 1,11.4ti.1.4 MS..3.1d a,rlo•tsat•td o„rtck..,1.•t"tetae of loo•I ar Goon-p.-,.d CUN,11.411[•1 I.M Oott•r)0 -. to.4 6-!.41.9 I C..rd..T.x C.-.y m end!eel.4lat 7a t-Maotol rt.rt.1 o.Ir • G,aep s, coor.tat of Novel or G.rottr powtod[rw rtledelt.r '• . - t.^Calle"_.S sae rd.t C"'.ta a9 Ck-id.teo".ti..► wtll•r.*/QC caYyrta,.r.tte,a-0 I Np•r•mt of otw pvn.& - • Cnaor x*110090"1%W dro•t t.eSMr l at SWISS in*)1 lwltk - 2 tore,alt iS v"e ln/stiy mtott.l m f.9taras"µl"arlvty O • . Inn N �,rs«r..xt s.'6 Y•' r 6•"M' " s .. • - '•] �p��yxe�t+'t y a r N.^...3 CCr,Y+s 190"At lfGllilt.VM i). 100- 75-4111"T."M St.MY } I amis109 lo. CA77-5030 1,.R 23 03Llstet D. CA77-5■» V.I.14 0 • o F�q.•..W IM�r� I..la FA.•.6+•..b 01.7.••,• ` 010.47 /�„ 100 00170 10000011./1 r 0.b. r A♦ ►r.w.. r.r«w %.•• 101171 41tlt!■0,f OlQt7%itf 101.0•)/•tM 111.9 9..4.Y Y...1b. .J/ fbrM M N19'/rYM31M-1. Np,le. eAlbGl In AI•t.1s. 1-pe,Girt.P-4 by srwt- M0 u it 11.•M•moons.sgg00 N 0610001 !li■NYI-!C SW.tim 0073143.0 AlO ..4 Mitll.t.t YrM■.w.M3i ALL Ofy1�CIMSA[1t..re 01970■ W...lN.•tM r7.1t a<N t1,■ pCWI■G Rt..1.9 sr•tN of , 40--s..stwl.w«aA-.uu..q.i4.ua4 I.•o..- M■91 fit.■01,01141 �c.A40A)M.p►r4e• 1067•{ 1.76 .N .3t YY 1 6 01,35 .001 1.A1 11.49 A7•.x 9 u 1.017• 1.76 .N .0 AtN x U.N .t4 1.01 1.10 NN 39A{ 1.07• #.701 N«4 0.017 1.*I• 1.» .N .14 N«♦ 30.33 .9s 1.41 1.10 . brerp 9-71 0/04.004 oe-b"Srnrtc■ tlec -- C.u,.,seer m ligi■wa ` 41.49.1,O.C.Yul Oael1 NN 1 10.7s .94 1.3{ 1.11 11451.•01 At"3 18.33 .76 1.34 1.11 NM# !.b 1.07• 1-70 Am .7. At«3 11.30 .N 1..11 1.1s Nr.3 • 16704 !.n• 100 .N .24 Ar«4 I'S ,14 1.31 uts Nsa9 • 10.30 1./7• lJ01 .N 014 Y•a 4 It." 1.07• 3.79 .N .14 6.914r.f.110 f..r7 t0..ta.ets- I-ONt. Q_p A-3, ! twit-NU-Org1.it" .7.' r.t.b Ugs-,I*I4.r, -I" Q trl4s,shock-!e Wt Qatt". 16.75 .K 1.K 1.15. r NN 1 1,./1 1.07A 1.76 .N .14 .n N..1 10.70 too. ,07 1.70 .M .34 tt sn NN 3 t, N.!/ 3.07• 1.7/ .N .14 H•1R 431wt.4.0«l6Nt.6s Cltf O lA of 3.■0, 1,x4AC N«4 11.15 1.01• 1.701 .N .14 Wxa44•.m+.1 Ssvc.t0.,C.11 L �. A0N I-1p t0 M to"til«fte.401A cewr•. ur+1■.ni Cl.■.0■ii t9tr■mrl - A14Y 1-lbs.7...M_"til_ A,4.44 1.wi.,a .W.1 A. l 10.61, 1.tl 1.70 .N .14 tar NN camttt6. Arta 3 11.14 1.07 1.70 ,N .14 Nr 3-O.t6i00 t[30-W 011.■tee."j, C-t.t Ar..311.03 1.07 1.79 .p .10 Nor A-A0..o✓4r.R.o0ry 75 ■11N f 0.et■ of NN 4 11.09 1.07 1.7A .00 .14 0+001 10000. - •ACLIN 6.66 540.14.0 m 014I4M i1••I .W 1101 •PMq. • R • /Orli/11i V r FH1t0A1 01615700,VOL 47.NO.70-42MA7,Af01t Yl, 1917 9tClslr/M. G77-50]! rOp 71 P41st-.O- ck77-0017 Fee.31 , twso.rss - 171,rrN W shat Mort) Gp1, r w Ir CleeorA Miller, 4er.1 CeeIt•H sneterete Nq Ie- feel. 1+•e•Beseew Plsewee een,P.X,shalt Mork end A11u In•1«steal at e•C.eetd PING gOtHO7 OPOIA7001. 11••41 [tea s1. !,acne 1...11 mcwax I 9..w •l• Feed- r«M,.. Awwlhrw 9aOot0 9f«p 7. alt Crl.elr,01.1Is t 0,1111re,rad.&e '1.T I#Cb (L0o9 jo AND OI7rY tW03,9796 rlct.rrr.-.err.�.r 11 linea,acerae.rl.l...r 1.Tew•1I tar- ryw tb..ar.ealawl erre acme Yn,G .«t ru.p.en er4 ftel Oeelto W O.Lerab Guneen•nd poet.,ft."'_.,sign he•sere 10 f 1 e.t Nl.er.- Grew it 7,.Ye 1. 1•e Lily tap .a W.,-wen el,efa•w[.IN-1. 0.rg•wI O.eA .1'le•.rf Nipper wrr l•Yn w.ilea It-, f•adOLn•r-paw I.-t wove- OIIH Ynl Inbfehy.blel awl fbe.re1Mn.,,s 0•aHfe1 TINe".04 Alw 1 [0.7P [ 1.07.1 1.70 Mt1.4er.•n-. d er •t•.l a•YNL trete rt•euts t"feffref • Yw 7 9.1) 3.07• 3.10 'fYg7•r free) feel 1..7• 3.70 .N .11 AtN 0 � 9.0 1.07• 7.70 .N .l1 G..,p Ir 6611t1rtl1rr pwcltlNMf1 1•.,e•rw•prlrl react r111eN7Nr. ' eM, r1.1Mnt.,e••II. meed 7L 9.a m"-.1 9.ek mw Crow L, .ull Cly-M.c•1r•,T'l _.,/bneret•C. -1-1.6. Mw 1 9.71 •a1.07• 1.70. .N .lr rawly w 1pr11d,y,n.y�.n 17 YtAeOI r Or." se- Y..J 10.76 1.07• 1.70 .N .t1 Ooewwn,&-per Mw) U.07 1.07• 1.711 .00 .lr Aft O 13.71 1.07• -1.70 .N ' .11 LAWN" ..&in Wald Welders IUdr1C 11.1Yt/rft.A ' CrwP 1, sallbd reeler In.M ly.,,d w1,yly Cr O.N,e19d.e., sew 3 19.31 1.07• 1.70 .N .14 dexo.PlvaNly er.0 eleett le fl.tHN ALN 7 11.13 1.07• 1. .00 .lA •L2 Croup L $-"killed Nr•Ct.t 1..1-9"or ol9ef N/L Are.7 � U.r] 1.07• 1.00 d0 .10 •r0 INt rM9Y191; ser 8 U.43 1.97• 1.10 .N .le •'~ A CfeOP 74erMlel ta0acef 11„el.d...11 CL".y a eo.1eMINs, Gow Ir .N _ �LTiL 1O.r, Ird ly uA Ox.ly or de0efol cl-M-11 arustur f.0 t. ed lrrlOdl.r 7 a.7b. -C C.1 ft-eq Im-7y1 At"I 11.01 1.07• 1.10 .N• .1tIRL g A.N a U.N 1.97• 1.70 .N .I 1.n .N .14 sew 0 U.0 1.87• 1.70 .N .13 1' �` j • fi Gree•4-A1 t7eN.Ae11 4.r.l 7 3 9eR .area. Oft.B e•i. S. , _ Ow ORI , 1 , ser I U.N 3.07• 1.71 ".99 .lr 0-2 U.0 1.07• 1.70 .N .14 i A'tl )f`• 7 rM Ares 3 U.0 1.97• 1.78 .00114 AeN 8 1 U.p L9'7• 1.70 .N .l4 . a PEDI[AL RI613II0,vol Q.NO.70-"WAY.APIA U.177 � � •• o Y ollcusrat.a. [7.1T-sell On"to rr4• N . [CaIJ.tet, cAJT-T.JI p O tAaOaas y{.O-re lCawt'A) GI C..w lx --to-1. lets.rs..d saw.,Manta.loci.,-6 ow". C..w 114). hrpotr Tt•Claan•a4 lead bet t—•.d Rio.vri trw snn•s l a-mynnl+tlit Q ,• .tiklar.laglo•Mt Yi at*--"•Cllr ttw ti•pit•t/melt MIN 4N0 PURCl b.Ctn„cmwwcw[a of all trle.t caac,ets oad.a4aeolt..l..f 1/I Y.rd a W-A."C—,.,.P.._'k.C—..,.«w,C—." tea[tS ilei, I.irer•r 4•anau teotnee/.s awl N r a .a.i.i,Cl l.tl[aadfpr seat i.+q,Gant"on".wtb ritaRa lot. "it b.a tsatl.4s W a ft a•Irlb.lip two[Gr...Cuttrn,N•tl.rlwratw,aA.ILL•N. ul4rre,.isc lb 'p{e,•w..,].ct1"at p/w ota 12 I.Cka.l t Qn w%in. ore,•c",n Corer avArt Yaw orms.drlt.ce. - .).clean gad•/.i ar RYP•r.[r{..cto[s,..tt lora. latae.ad.w h••d..•.liswsappr,a.QbwMli I.Yr.a•4/title rtt."Inra. mptying HP..Itl lar`aottl,c[e.io.. Its,u..11.aid•&.it- Ra.[m•N Itw'hakes.an l.l.t ptp....tt[1W1a4 0[.••e. tyw trt•ttai.t 1."$-.. 111N,t—i t-,of. 91 tReK4- 1r1..iW..wl[o[tld«.tkr'rt W__3.YRtar..tSs!li J.ci/an...rdyul]e]Lilt l.y...r[,.p.r.it., etwlxi.i." slew.al.atoi•fwe rite [tlw[91.if..[d rat lC wrY..i twat w a[YI, f.....rn[a.i..•,i f.i apib. . {[riudtaT t.w.i yx{.]e[,tltel.rit•.s .tita, R•! p #•i►.lC t[.aw.lia- as".•.pail ns l.$Il•4 Mr a.r[It plp.rta/p.la.t%w.M.lt Lata)..J�I..t IG pIp•lat.[III reit Vola it YR..ri .and cu., •[.i itpNt iCtr,W YF"a tLii,it. itp.ti- la."t .od•I.Ct[Icl roe+[.G •...peat lett sees...L-.. .W rkuta.an.7),KHC.Olpp"1•N Cbnn:k . ^ t a oti of ill 1p..i isac.pt it Y.orn,/.t;fu4e IJV hN lit 1, ra,t1•ta.abns.rs itt r 0,111 salla Irl to U. T.rMtM .td. 4an1 hlrrap-R,..Yp...,.M f.tX-n1l,q•,. lant.dla4 plan)., ld'ttli.•i,sd longi t sYdtNlic Halter Lott lCb IR.p,a•NaolY at«iclia.u.rtaN.rHi/er nerd (tt oR d.S)I bR.rT iter l[aa. taaW iii anlwJlas.<.0 r►la4 mad Me.dllp a[ill Reda iii —I,lpl.M•d wi.)t..•eehf{..+m[,4.v/.taa [-Ma "&*tw..I.solnea crY watw utlans rttt•bW* •rw iso•.11 1 taw aid blteb wlteh.a•to- '. oaipp.e _2.alit tyw fain Sbi.dlaa..slapnel stpahlo.. silax,L.doiaavt.,rots..Gu,ra.,lona...,f14r1[W aid bard Mid.poo. 11.C."..All P.—,W.•1..4...i.d.1• In sl4Yl.T.Taus el.•.•,.,T[..ckl.b[r at Ylb1.-acrand-hall 11—t -. -u. J...I"of pip..•Aer.12 Lau.i + , I.cvwc,lw.Ito am,er s'..",vlbutnR a,C,t-pak-lt i"St"t *10 pteawro btn.pep.1,S'or—.1.1"kba,plen.t.s R ..Of � Qnap J. 111 el..e.p Ynrt at dehel..4.•••0••d Wlldts4a aeladln4 In ' dra Jandit and•lilt•[ trprWa W .l Carr be= ttm with bat san ltslta4-M.tri.t CI•••aa•.Cli..114•.i nuking ' 1•bor....rota C—avcts—1.4w...L"I.41"b,Wy.•N 4.r,•1 1•tnr.m + OrmY�r.load spo[t...t4..Wtab j•trine Caw...C..dnanto. Csanp!t.1J Joy Ih III W4.1 IM-2.;Wrdaan[-4MIIr luMl mall - bftfa.ttar•t•na l+al--"la4oa...t tett i•4a leas....stank { amd itiit.,it"drills,Tract a,litcr.J"loot I.4 411SWOS tabowal,liars.anlwt.•.acs last.cop.abn..t.N Reel C.00t.satap +� pl•amd dill ler nl hpon dR/Iler.i I4Cbaairil afilti.•-all - JMtbtaM•[s.zmt T.•alan.•ad■sod bed.,stl..tR[•a4#iltaad 0 two$ryotdlem•of trp.a' rtbw at purtl tbMttpl4 nalt ba nlnn c lo.Tt•Cl tablrital T..pw.p•1.-4 ante!Llano.victwlic � drills,sl.•e.ss sod NaOel•R,All Want s4 I..".giaellm" r owl_$anal ra,.•tt slot/11nR tewtntot coatdtall Oanla.al m and baiting of•IL porde,•,W owlaolwi of'^.tae•.iir4 p- • rw.srt..atit.(on—ant44..1 - N 4rNliaa of,Nod•mood to, .an a•Atar and visat.st wo t nodal•1ta,ladW dtlllW of name),Tran UWWR•/c VCS"W ` •Caa.p Ifo}t•jwet t1•wu - µt.wlpl Ctaap 140, Ibnat.s rd l MUM Gip L, hb.ttNr 14aeladlq CCtI.,RI.totonnb# QNab Bawl:_. Ckam!1. C.ianu li4,toCs y: t :, t fi 5 l } zir ♦ s as i jz . e it2{ ,.t ak t'T# # r,Mt *•,..{- Sun �. t t,t� tet f'1 Lar.t FEDVM S MSM.VOL 49,NO. T"ll7LAT,Asha 22, 1977 OrfI3IDY YD, UTr�501! ' ra/a lT iaK2f2C0 rq. tX7T-Ss1s ' rpl.U -NtD aOLlUYSx ' A•Mts Yerr•.Wye i-.ksut hal Darr C-Swdepoods.,t Crry 0..h ►...w M,i%.a w ,6,"b-D•r,f.7D.M.y let.l i.r,r-m%l.rr. Hl.pm �� tl i f r••.G�a Vwas•• why�' ' ter o0.wwr•a or of bask.rwlr..ta 9-are.s Tr..• ..i,.7s. .. .•.•fca.•M 3.of oe.t..wr.ay.•b rx f r0•th•OF s lbws or 1 • '•M V-Io ray[great. or.sold oslidaya, i thrasah r. 4ew ..alt f 1.00 i 2.» r...»1I" 8.54 1.00 •10 I.70 b..•arl"..ea.crtww f.21 y�lot 0.7if 1.» 1.» For..our trtblto"rose Pass$.Is t.sis l.K 1.7i P-1 hou, to Yatatlm r...e 1m t%e fltst yla eC wployiaiy Cra.�1!p tans 1.N _ 1.» ,si r t M.but Is"u-1 No.,.1.11 For host ae Votaries row, 4i+►lfq 9.011 1.N � .10 10 y...0.5)tMn to yarn t.o P+.Herr tr Vsatlas rums w a'M alp sae» 1.» 1.» •» '...10 rat hOrr N Vaiati.s'Zo. as.►a laei 1.» •» rl:li Crew l salt! 1.70 .N :is .iroa+r..rmvrwe.s 1.» !l 0.443 1.M 1.70 .N U ref ae.r mor ta . e 0t a.rPaiyslitr utas t!w s ost str.rears sid a2liday&-$fits. Yeas!!I`Of Per Uww to ifpitlat . urh0aro0 tra.altal ' Creep 1. 6A LM Creep a. ' a»►1. 0.1411.M 1.70 .» .10 1.70 .» .10 .. riarsl me Shaft sm," 4,60 swag, a ,'4tx 4 t+' O .?ft?'4JA°,kJrx sat ✓ hemp 1 l.Ns a Crew lLBBB 2.N a0 3n' vs 3 ni r .+3Crew 1 p.l7l l:M e."f#} ..s.4dM.yi^st+5 YSM, Y Y v.+;nr a•,'aa"iJ K'S x..a m.e;.». gree#i .10 :fi •+t a+ti- .# =.-ztt�r-,,s+r-^r;•..sc r ,...r va,�: r !• 2.N X N n 3 ur%.sV•%raot#?. 1 ~a'+z�Ms" M a w. r ig ►2 - . 0. Los 2.70 s ae z rave gaga« ;+ Y-,routt2 Crew a GM ' Dai N .10 0riq a: 1.T0 .10 .10 2.70 .f! •.l0 • 'ty kt-ae.�n .sat r,+4r;r^.s e,Vr.sa^ ,r3,x+tL+^r.�-* - - � ' "Yf fiaFV .. 3.rsoM it t'N v"At" ;tz t t z list=4`e3s� - ¢+*d Z s s+ara x,^•% l�ryrt,ra Av*trt+l r.% :e �" t a- .,�A,... ... :.. _ ,. .. .. -,.. a0ee t r sus ..4 f .. ,w.rrT•,t'r.+'s.'�x:t:.ab.e ,, xFi.. _. 4 .. :: + ' /loran trWfttR Yen.12,IM_rl--iR3pAT.ApIQ 3� /0T7 . r Y OOCLOIO.tD.,tl)7-a0)f 1•9a la OOC_fl<f.o- (y))�a0» laf.if N • O .D t0 • W ' • 4W l.M1.0..•Ow Y.Nwr. f►91t lawn,. 0�..7 r t r ►.w., r...... r O.r. war ►...+... rHa.a. ..1,i. YI►w Tw ANT FWW G11M. Tfsw.elo rl0wt>agr M..." Mata Maa,w1 C.I.-,...00[, wt..11 I ft.M.NOa.t-.. Gl-LL.,mlua..tl ar.e.. i 01.r, .Ha IHc7ueln7 ..rry U.a Ya.l.r e a 11-179[.NL-.War a.0 Ttm"C-tl- i 11.07 s 1.40 .fl U." [,,.•...an.lOputn, -..U• fYRU.miM,al 0".fa. 6.Lr-rnU,ba.a/.LH, 1'.c Ur,7aY.r.Tr In/ty, 1 �'�,��• /lnlurr,rOlo.r,e 7uw 1 �.••>••Ot.[.r.►1.9... •Ta aawp.)LaM.11Hf., O..na 0 ft w.0 Dor rl-. arat.a,laY...,hb trai Or ll Our..u,W.e.,fl.c.r "La b-al.. 11.N .N .N .h 1-.T.W a.r.l i 10.77 .11 0 1.» i1.M .11 t19.a0.,09tra.o.Iw. Mt r W.Y..Y Ut. Mala lay.4l-tat.. Tm-ar.. 19.05 .70 r29 b-t4p, a1tm0.,Cmt[.fmla,LL., la-0lla•,[Deet.9.0.. f--11.[p, ataU[.7•r.vr• .-, r.. 9...0..FL-t,H . fr l[relrs, / S--t..1r N.lt.. a-U U.U.fro Qua. ■-ft-tam.S-war-, s.l.rn ane 89.0..CD-0.. 11.10 .60 1.00 9 .» S-ta Clara,s...U.11H7.• slfTOl170 FIMMS1 tt-tlr.7str9,b.e.. 2 , fL-e..fats[a4,rerL, f.at.r•7.a...,1T1.ItT, O @wt 7uw,.S f&.a.0 Tbo Cb-tlr 17.09 .M I.70 t.40 .Of7 -4 2 f-t1-tsCL...f9Lm atl olm C 0r.tf- 3l.fl .M .H .0! 0•.d0.pla,Tafel.-a A N Yr zrrc Oaetl.. 1a.tl .N .f0 .M ".U-m.,I- 19.2, .15 .10 1.00 ■TlalwlTffill alr..a4 tM 0.4.0o.la st.a.o,U.P.waO.aM - IIrclFsa.r.ac.d a..0 wiaf0 .1 lb .. sldf 1.75 :.» .1sT , Oan.tln 9.80 1.M •_30 I.t1 rt[ta.qe w..tolat - • r s..ea f t1.. Sl.N • .fl 1.17 .K N-tlas 11.» 1.91 .51 i G `n cr _:� W FEDERAL UGIST1l,VOL /2.NO 79-FEMAT.ARIL 72. 1977 f•l•Is ' pli9TdN Mb, GTI-3039 ft,.It 0.=Nm W. C%77-34" raw 34 MN. laar 11.wllt.!•T��r• fra+9.fR.•►rf t•.f•rwh zohaawl- Maki. s9.x P.."aa• ...A. ♦-4 w •m393r N11#l9Mst tote•4o wluwd••nd Cann•C.Yu Ge•.el• ar.0a..f.et rrw.ts.rYd Va. 11.ater• f Ii.)9 f 1.37 f 3,I9 .K .N 4.atI- w..tic.....l.119- Metal-W.I..tit.-4 17 w.tt1.../o rw.l13.49 3.37 L7a .K .9. aww•tttas/ i 19.11 $1.04 0 X-20 11.40 .07 .t fM.. . •itwar alela1 ryp.- taaa.l.r tad 13 Vtus .13 1.# K .4 1.111 1. 07 .r.rtvr ar Cnal T•r b.l It ap 11.11 1.17 1.0 .K .K Sr N..It...A stat;Cla:a 111V Irv+.C#lar•t•R.war iro•R. C•aaa le. ff.te.d,11-erw/ai.r St.nl.taaa Mivb.•l O.M.II..M.1 I.+w1 tw+lwvw tXwnl l.. WoM"[T"ta..pit h.>t... lst.t•,tat. al.wwYtt --.,aafa t++..,rtt torr and Wit up) It." .f0 .h "d Soi.rw Caaat l.. -13.13 »K I.9S Ila, .419 r.lt IYvb lr.•ty.r.tar 11.9Y .K .i7 41l4w.C.%-....4 wtt..Cotva.,Li bot;da, own a..".-ti.. 43-77 .K 3..0 .02 l:l.rvnr iw..en,M+drq,flare.. aafAY..Matta.O tea•. r1uR•;,ln••u.cl.Rt•, L 0-ad...1-. .t.;1Tvn. it 1n1 IT YnA T.b..OTeaIt.■, faa.ad•..l.,t�SWt.ttI.Matta, w.rf.rY 11.119 .» .K Mttat,?*I'- Tota ta rd h.•wn,ting.,wa.r..n6 T•t+tb.nti•. nn.r•fanmu#. ' Ibat••YTY ]3.» .N .##C1n. IrrtF+.•,AraW.Stan l.f.aa , r►ew.aiw++.ntM7., r+t 1..1•at»Cx.r:i•. 32:14 .K 2 .2f .30 Z •ba.at ssa av,.ate.9.nta 0 MI•r.+.n.0oS.- 1Y. clo" M t 11 Outo ha d.wt1M 11.11 311•,K A."I ].115 � wwT•eY if.1t .ft 1.10 1.03 .04 C.t flea.11anMfidt,tat.. Mat 40 wtti.t.l 91tt1•.Rn Tarr V.te•melao.gam M 13 1•t Ti•a.410 1-�'Irt 10.11 .b 1.70 1.0I .N ttwcl.to.11sre.a.rl 0ta.o.:ter M+arr1•r ae ltf.- hSalt/cavatt3•.. 13»30 .99 1.74 .12 .r.IT.tfr C',t•r 11tL% 13.21 .K 2.70 1.09 .K M Motion,Cb-tt 11.92 .K 1.01 .12 N•ab7ldt Mftt aM$1.it .caM11## .IO. .K .H .915 CtHnt tat ft-.tlafa 166-0-A . NarT•ra ».ft .14 .75 .» 7!19•.Onwtla# 11.79 .K 7.77 .K Mont•rar aM cant.Va. I Coapt I.. n-i.f. 241.75 atrr#nal•ae.M soft n.tw ati 0 tootat. . 14.91 fY.tie"t- .a 9.ttl.t.a 13 k.ttSnl vitbwt Pat" 33.14 All l.» 9.10 .99 #ltrrwt.tiLt 1n.r1.1K11f - rlp.rrtRtq.L.7 C-1 tar 31.11 .K 2.13 1.20 .K - fEOHAS OtOMMt,VOC it,110.76-.SMUT,A90R tt.1977 N ffuuDf Lo. nr-91110 r...a tAC1lial o, nn-x» hqe 11 ro 0 MJ. L'•t•r f••.aw In...+ t A•h it f.fwr0n hr.wh • 10•••110 W _Af• N - r t r rw.le•. C..Ir .. fw. N a f ►...tw y...... .M/ -L'wMr.Tr. ralrrnf. (rb..t•aY f1Y70OP faeef. Iba•p• . at-,0e•t-.10•10loot ..6110,cure•to crew. 1011010 1910.X3... 9 11.19 .190 .n • tt..w.►i.c.r,f.ua10aa. fq.rgw r.. fun .30 els • N.Oaa had bla C.-tlee f 7.ass .433 0 3.N .00. f ruc•t.r OD.r.ew 7.73 .30 .71 • dw.r..W sr aryls fMlll- 9.99 .10 .ls e _ t�man LU ,00 -1.40 .110 2k.M 0.21 .30 .33 0 AY1Na O.wtf A. .10 1..0 .N e.n•tbnce.Do.a l - '�` W a. r 0.45 1.00 1.70 .1. 11•eed f..b.Ite.feat.Cu..had rtt.. ISAR .7X3 Los �• tf1 0.01.L7..0-94- 11.46 .79 1.411 ue,miw•,Otwn, Shue. IOwtm.•luq halt at I.... ruwd•dwq X3.19 1.19 LIS .17 t trl.Fl.....flew•. 041ra Go."Cerettr 11.07 1.n 2.46 .10 rtar,•.•r.ba mantle. 9.70 .34 IoM 0.1.mm rut a.rmet a.stl.a 11.33 .71 1.12 .as AI.•tel.y my.tr 10.N .11 .33 .01 0TAI01O9.stematlat•r.• Rr.•m,11110.6•.19...10•..e A.-&. Ilf+9 tare.6.19 at xWn C-t,. 9.21 .90 1.90 1.11 Cawg1,Aserw.m,-A.. Aul"1100.9.Aatt•,_fil.e.C•. _ 01 Oxw.rn•M.91.- al.w. Clee., we slur.a-wha Orr.I•cYl.Ittr•f.,rl•ar. t.•.tu.e.reel 13.31 LU 1.N .14 101.10..fleraaan Sh.1910 3..6111 fete TA-Ar.. ^ 19.1111 .30 .N LIS .10 Sher.•,•otter,r.I.ant x1919. Matta.ftwAnAm.W h•w Al. Z • - mutt.• 11.39 .71 LED -01 •2 a-w 11_ 11.73 1.11/32.50 1.90 1.17 •13 Q 01919►r•n.l.0 0 t7 11-70 .00 1_00 .01 A-arlm..0 Sam.CL", a-__rzar.cr 7.72 .40 .N LN .929 camulu 14.20 .N 1.X3 ,le 101 Abrl.,fa.11eldt.Loss.a Ar rum C.., 11.70 Lp 1.X3 1.20 ,1S T (f.rtl.ret.r0 MITI.F-I.. .. A101e..Amur Is-.b.. m 1Hrc,r.fe,f•yt., ptrttc.K O••t.71.rtG. ■1X31719•,blues,11919100. C&I w .cal. ,x10.10.. Yoh--4 79lalty coaatte. f." .90 .46 A." .01 - IlLaaa.u.p.I-..Yder.. 10rlsw.,ft,-d.A9sal.Lsr mar4hoa.mai-d.had, - aa0 7bl,rere C...tlr 11.011 ..N Lf3 L20 •wt. y .lues.Ae.J."Ah. r1ASTCRE 0.7mRAfr _ feats Ctrat.asra.A10rta. A1...de.She 9b.ta•.. 21.1110.6 7ta0yla.0.same.. C-11c. 2.07 .N Lis fta_f.rla.x•1.10... _ heaa. fl•p`•aA Yoder• - x.sl-.e0 ara a "- U.N 1.19 2.N .30 ree Cd.., 11.46 .00 1.N L.b.aw rtd S10.s comas 13.11 1.12 2.19 elf Cut. FEDERAL REGISTER,VOL 47,NO. 79-F&MAT•APRIL 72•1977 Dwlsl0.Irl.W7.5011 .qr f 11tzlsla rD. un-N» tope If , .YNr I-,I-Le.Per- I 11.••..11-111•pe,-- Mt 41- M i• ►- T..•.+ r.f/ ted, ■i W t-tr• Tretlb. Arp..h A-T.. tALVrl=, ICent'dl i fe7flellit 7O>•l'd3 Ibnter•7•fen senlw.son Atorde.m.tro b".fl IYt•o,f•nb cLu•,W a..reol.a.".tl-". 1.n1.Cr..Caentl.• ps- at.e....M.sleet.. I..Glear.p pu.uon.er j al...e.wa leas m�afw C-,1•.1.the a.%.T h- I..Gltdt"feed-er ' h..I C.e.tle.1.aM W.Ta- /rueL S 11.71 .111 1 1.10 .N .sl M.al .M:l u.17 .011 1.1• .N .p st.el, .M ./1 T•"" tt.l7 .111 1.A .N .tl vr.T 11.17 .N .sl W t.l.ee 4.e Tap•.. 11.N .ft I.N .N .111 lf.1f .111 .)7 eel Met.owe r,e-glat[beetle• .Mel.al.uetw.l..••1.Trp•.• 11.10 ,1111 .lf IMM 7.23 .311 .N .N V\•..Y.lee.N..No[Iw,Ln 4retl fr..AlNte.SI..Gtee• 1 Ir...c l.co•M Lewow.ra. Steel,5.1-1lwp Steve.Tq.... • . . ru.n 10,17 .N .q. tap•rM". 7.N .N epr'l 11.07 ,111 1.111 .N .0 per I"let h.apt.,text etlryr T.p... 11.77 .» I.1/ .N .03 III�L.�y 14re•... wet•,mlu••,al•wn,i....w, /roses,11.11...4 poli[.Lbngtl i•.GIAsIM tM eetr•.•IL Tterf lG ali.Ntln11 MeI- lnw..(.wN..•,•lu..•. A7plft.- S.$), I .N .33 b 01...1•.flet lru•.fail•.. tY•i 31Gp l 11-.Ttrrr'IG T.Mr,Trl.ltT.eA Ta. -r-■•..elweeer•ctrlpr 0.N .3/ .33 b a _ ttir.t le. lis (.Leel.tap 1-33- of mar;pr•t it,". r baler• 11.11! .fs .40 lr•rfl.[eerie...01bINbe. 0 ft,,-r 111 n1..1•11[slreeter.l .et lfeel pita .N .IS b 1 N•elr alwf befit Tq.r• 0,73 .N .N /I.rrT fe.l ap.r.tloe. 11111I117l Ieee•n tb.wll IINa pat teen eL.I slnr iii-tet /.N .N .3S O N 11••WI.•N el lYl,fits, sq-"-met ).1111 .3/ .13 O t1+reM•.41 to..0 loct.01.0 Apel leeeee opee.ex' /.s] .N IS h ft-r U../ fe.telee.w S.a3 .N .IS b frwn 111.113 .7/ .73 aTep Itew 3.0 .N .13 b apr.lr stretl.r.l/teelr ldq Gemmel- 1.1- 11.20 .10 .71 7'.fftc 11elWetlq s..lo e11p11-t.tl 0-1 St., Iutellael TaArtic last.!* S..wle.tst 11.117 .!/ .ri b wtpr Itr.ttI.d.lt11•"I" . deet-.N'ttc ter. *-I •top tNtetl-.er.ftts -cee.NelbiNbt/ 7.33 .S/ .» It strap- 10.37 .210 .1S b I*=l.tflpLl 10.77 as .IS b IV="NGRTM NOt.47.NO.7/-FISRI11T.AHK 77.1377 f1f.T efaatot b. 4T7-1077 I.0•t • /..I. /.T f.w1r./h.r..r S•.1• /.I.M/•.nNlr/...rn.. M...Ir [1.r.•. N•rl1 r1..n... twr M t• /-.M.. V.r•.w R•M N 1 t /r.b•. Yn.NN• •ns1!•, Ar.a i.. •rrr.T.. un t911"a;CrION. (C-t•a1 Llffl . tc-t•q h•1ro,11"..M4....,A a1.eeln tarwta ivl•[.Countl.. Ww.f... 111.1.7) O.eun{••n I al.{{ .71 Is-.91 .y U•Lw �•)) .)) 11.1.7! Ll. I Lln.ffutpw•L Cbl.Sol.. 11.17 .31 10•l.T! • ap.•Lot• 17.7{ .7! U..f1 .y W hWltes t!>•p r-w1•8,11.... 11.21 .7a N..f1 .y • RWM•. 11.16 1.04 11nf6 .Of It.ttpo.•,110,1011atrM l.11w u.r.r)+•.7.1.01- Ii.U! 401 11..10 .df W Tnlurr cs.matie. C.I.wk- 1!d{ 1.01 ib.f0 .fa 11•.•1.0 f.07 .{7 11 11 a..f..la..="t9.••, WL 1pllw.. A./1 T. 10 b w f.•..•trw Or.�tlw Wnpnr C-tr p.•.Ifw 10.00 .q 11.1.fe 4w.ne••n a..7 :91 14-{Ir ef•tf..•. • Lr•w..rwnnletw. 72.01 .91 HN.11 .N ep•.•tr• 11.76 .tl 1H3.l0 .Oa 4b1•Nlle•r• Ud1 .\f 11•a.0 .11 wt•fallwn 10.77 .0 1NLf0 .Of Y.W...f bb•e Ca•eb. Taff"ftiTO! Je.ff 1.40 .0 401 llw*.• Il.q .{/ 11•./} .N NttltGrf. r�bl.apllnr• 11.)0 .N /..d3 .N _ uplM•a.•ex.Calm.. tut U,CL.-,L.wn.IluW. Y0!.e IoWul.Nic1N t0u•u,r.bW.m Sr l.ltr 1f•M 1.12 .7[ 1.71 7.11 tnD.u.f *toy/aaftiam ltwr} Iro......n f.0a rn 10•.7y .82 3.1.0•t.f..2•.11'.0:11 uw...I of.tp-.t gfutorf 11./1 d .7 ]0..105 .p f..lnlwt.r ft. Mal Gob41pllnr■ 11.1/ .q ia•.7y .[7 /t.a 9.32 .71 2.N 1.11 lLL.�L[ ,r t-,tL." sbd-.ad G.D•nlwn .7/ 17•.71 .h T.1-C-ti- Llrr..n 11.11 .la 1N.51 .y R.a.S.a.. u.aa ..1 .20 p.r Ltw t"tp-t O .W. 1f.]) .70 1N.% .07 aw-W,ft.lt.t.l MR-111.22 .11 .>0 Wbt.tb1W.,sm,-b, R.IpW,"Weed,Stnt.1- a.tt.t,tel.,rub-A"`*"` W Tr.1•r.r mrtf.f or ptL-pr tlplr,u 0e.O1r. a.." ' 9.10 .70 ..S .75 .01 IY•.L,fJ.pt.b ll.t t• /.1.2 at.".11f.reby.rer C v tl"wIt of te.ML. b..f C1.3IJ Stan,Caf.ft.}r &A...ba-tal.14-M 1r u.al..tL} 1JS .70 ./S tir..I.a..n 4.97 .71 At.." .N! • lbrq/R.1dbl..tb4 11.10 .70 .q .7s .02 .Lt-- 11,21 .77 lt•.71 h .NS blf 1p11Nr2 12.71 .71 10•.1! .Nf C fIDERAI WG17T[!,VOL 17•NO. 76-]atDA7,APUL 22• 1977 Cil t rw•t. • DLC tales N- Ull-IOJf A 'OCC 1710•.0.CA77-7037 �. prrtsiat w1. dTJ-Sols rs0e! COMM O6. cA77-N7! ft"4 O.i1s PA"0w .Tater... E4 a.riw O.r. fi'pa _..rM•�I.+.... w.�w. waw haw.. l..+r a.r. w a a r�.t.... ....a- •0.0-7. Y7aw1l. ttf�e•q tIASIbu, ttirnt•4! OwNMep-ra t.rli C- Alp IWear Mtt.. CMrt 1.- •3a.M .N .ss .01 gll..rei.t4 o.rr0e, a-ne.ttat�W w1 N t N.,ipo....wc.d, la-ch W 0rtw Cb-ty 11.07 .0 1.N .01 0l c1tr of LirlrOetaei, a-".I%. "Wer cl.. waeac. r...4.,rl.oer, tlr.rtl.. 4.14 _» .75 , s.arrnw,a-xw.ta, r.•w.at.".N.4...-A } 01.tirw, 7.1.r0 0-ts.e 11.01 .35 .45 lt..I.liY..tYttets.li4i-.. [UrS/-ee.f,"&.strirtar 7+n 1-, rol...a VY rya 1to10w t'L.etttr In.Is .01 count!.. a 110.001 .43 1 3.30 aae/Mc.!1 Darsi-,!ret-to rrr .a1M..r1.0eu.M t ai a"a.."A- 4.40 T,l.r.fbant l...M 0. are&-belt of am 110140 swin{M portlon0 of .]arty 10.03 .11 1.86 »urea caantr !.b .Ol 1.N .Nf .N taa C-WrwxT"r 0 trp..Ww.Ot't, cb.tt.0-t.a-tl rer+ct[r<cto[. 30.01 3.11 i.x 1.10 .N Q0e-OY- 10.0075, .70 ISO." pin[actn7 #lax 3.11 L00 3-20 .N Lt-aa.l7.wt co-Vg" 13.#050 .70 Iat1.N , wn..enutr itr.etrr.l J."s 1.11 1.N 1.30 .N Ls~m mas .» IM i [w7Nn5, C.M.Sr31c t0 14.16 .70 M1.410 i All-ee.W Canty..beta Ri Nxer.-A-.Na rtat[3- r,2 t1.Y..tt.. 33.x 1.0! 1.30 .NS ca.attM !Q utt.,cola...Cl.nn, xt..e+tra.t b.lpetr IIu.MI/l.VY.. lt..t Geawprrr 4.10 .q 1 ..30 3/31 portion al mrrty.roe arM treerdewp w3o4Orae+4- N Irlelntt•P w Cl-tr LIMI _ .Yr KL[rpvl.71.Ys..eNI pe../.,71-o"pt...., - i.et.rwter.ai 4.91 .43 a .30 3124 rn..te,sierls.lelreel, Gae spirwat rw. 0.55 .45 1 .10 1131 and Trinitr Counties "All .N .N .61 ct....-Ibl.rte.r.t.W _ tair.tr..sn4 W doi0.ln i tit imp"a.at*_ Gwntln 10.55 .N .SS At Cauffe4 alae..as 10i1409 11.50 .43 1 .10 1/31 L1* tft"city of#-►rpolt 7-4tb- 10.41 .0 a Air lilt &.-w mrr.'r L/r.l.M.l.. MM splivers Yaiawi t mo0oelra-a4 so""Granth 1.01 .47 AS }.M 1/50 we sparer 13.» .43 t .10 1/11 cn ITMA1 INNIP 0,VM 47,NO.70-MAT.AFM 1'S.1977 pp atcxal�to'.•anaa» af.2 OfC)OI.i aD. Cil,-salt f't't - cp t,1 N � � r.tw OwOw hr•••�• rMq+O•..tr.rt..•.. - � fAwW.. 0.W twAl tvt.ar fNa KA• ItiNw. Www A tw t«.. K 2 0 ZLSCWRSCPMr tQa 4'41 ttw"ICIAaa. fo;t•01 Krtl-n C.-i7 Wa l.tw teas alaatetalW f 11.10 .N 11+.73 .Of tl.ev kl.Y 11LA .f, 1\..77 .N CMI.p1tYtY 11.01 .N 10.J3 .04 CML fpltp.t. Ia.3a .47 14•.71 .N �M W wl..a Oa..tlr1 tatb.ata-.Valva.ItP10c, al cu Lt.aa 12.63 .N 11+,03 .N alaY..sM.t..aiN ly.u. CMI.lait.�x. Y1.30 .ta 10.03 :at AMY W Tx laity fcuariq 0r WIY.!ru Cl.sa Yat �la�trk LY' 11 If .63 10.70 .N $-,.C.-Cm-I- CYaI.fPllwr.' 14.10 .01 lo..»s .04 at.avta- Ii.N .77 t\+1.30 .as C.sl.apitc.t. tl"Us.LYt CtbL 0P1tc.ta• s-fra l-0-Ty lett Orn 12$4 .07 1H.»1 .N a3Ycukt.w 13.63} 1+H \..00 .N 1 Cobt."It"s. ".ta .f7 31..»} .H WL fplldra 13.33 1:441H.it .N Col roo.W W Jaaq.L 0.a mtaa c-'r. Q-tL. ai.evktaY 11.77 .02 It..30 ,01 ttacv l4lWl ACMlct.aa 12.1} .ti U.1.» Al lttOAIOK COei,f0007K 13AS .Si3 ,13 1\h .63 C.►1.a,i- 12,17 .f7 101.23 .01 QJKNaI Cla67a0C1aa0•ttiffA! )06311 .taS .33 3t.. .02 C411tr.C-.C-ty usl.70a ConTtalvls•NUAWN t3.culcLa. . 13,03 .» 14ft.N ("=.I 3043 ' • CYL tpltwa 14.01 '.70 63.1.0 Gaul sr Dal t.r4 YK 0.6014t C-0- AIYw..Ctauo a.. 9".. tMatr Ll.n. 30.21 .31 10.}.71 .N NKta.V-bCi-. I30.taat'a ' CML Oplla.. 11.07 .ss 10.1.71 •0t bw c Cl ty arae ont1 of Z fto-.t'laf.,aLMta tad sc.ft m.tat -T.t.rY. O VW-CuntI.a Sat 2.4t.,ata RYa1.0a. al-tr 1.L. 12.10 .75 ta..fs .t3 SIY-.Huta C2-.,f.Y. m Gaal.Opttara - 12.31 .75 W." sou". Mar.fta,.aat yr ' so*.,M.l..A.Sa L-..0 aY hlflLlA rl 9-an auaaY.-'y . . - 1 asit2fa U.32 .22 1.33 .02 tlacct 1.1- 32.11 .t7 Its,30 .02 CML splice. 33.11 J2 11..30 .02 147ip».,Krrud.1tr1*1- _ twaukt.lia. f.01 ./1 Caa1Y tpil.fr. U.01 .02 to 30 cn Qq 1W • i101M t161372t.VOL 42.Ntl.10-MVA7, Araa n. 1fn i fUrUlStarA1 ittCti}t.r tACtM/6r ro. QTT-3111 Tata_ {Twar Glll.rala felt.tdl wl.a•d.r tLLl.lwr awd.r. .sett,GL.•....GI«.,tbatt. Qaeta.Otl Pott•,93 tb[ad.,IT— Dela,ttar,otat,lirgt,tat.,14000. R.... Aar Iw.1..e re«..tr M f•, tta!•l.,wr i".Mal ir....M1e.1.Cla., r Mar M.MoanC,r legs.tl.p•.r••Y•• �`,." ►later.ilea".fKs.w.tar 6Y 1.a/te, �21100Me RM r..rtaw.taw...y.L,,lw M•t.a. Leptaa.inset.R Ma!•. ►Iawt.Matltawa.. ....�. ltn tray. Mann.Mans..ltwfal.«. Mist[...#7oM DeMei« f 1.30 1 1.09 f 1.76 It tatty.11rLo[.r �..h.aelaea wt!w lYtw T.nt+.r,tn1.ars Tal. tltwtl.. 16.00 .SS .M VWtolow rJoc,. CAII-?611 6MTt. 4te OI n*lluttaa hs.w.tlsp..ersr...ed 6.r•leldta 6tcilfen b.co Stet a•ota It-6n it•1.74, 4..i n Uass h1•[•C-ts.. s,N .M 1.16 IMMCMIn/lr a wMl. rtuia6 mwit•n:tlw Ids..rt i"t 1.1•.twgie r..tly mo'''d"• hewe sad gars"lrr•ar.rl.«ata.r t.a"IM I"Ift t.tat/«l.M+.•3 M" ft.--dos ll.» 1.11 1,TA .TS .N high..r ss.t..e/t..aM drnyiA. t*_va Taw.tay.e.t s...r R.Y. rest.0.r•4M rars.M 1hyt.-S%-11.44 _ Ra.ei. lw. ...d/l[stwl f wing Mar. M l r rwa..+ yaade. wa7 .+.Mesta n.w 1.11 1.x '.?S .M &N..r.. tt[11.[Igau ss.» x.21 ion .n .!6 rl teariwraa..WW".Mrs[ .4 arta Wilder. 12.21 .N 1.» ori .04 AUEST6f M.Rfoa S 11.11 .19 1.17 SI.S6 .0S C01trt t.aats. Gweai twow xi,11 1.15 1.A t.» .03 W[Itf.a.G/ 15.11S .M 1.W •51 .R rustic.IYgae.U.,t111 1MICXL tV-5t Sltaraa..".I G..gstle las.oar U.» 1.15 1.11 1.30 .63 bet Mort•, W.LroIdt.Lots, it«tants"Trw wt.61r1.f it in,M,nd Lr raw.Mn slip Oars.r:at/s/dt 11.» 1.3S 1.13 1.S0 t.OS rr.nciern.San tut-.Sf.ttyaa. wwr1.Mt.L IMS7MLLatM ll.SS 1.22 l.n .73 .OT lol.w,Se"n.e."d T.tnity RLGMRMAM. Q r Cam,1•. 11.61 1.16 .11 1.40 .1S At-..M Gmt..Cwt. Ata.s c nl f•. 1t." i.r5 1.13 .2f Ml•rir/etat- w 11.11 .g0 «.50 .03 n r.«_,.I..y.,Mader.. ,11,.60..ml.-.Mc[ere.ts. wrlpo..and M.rud Caatl« 16.15 ori 1.0 Srttet.Toto.Tdw W4 lntt•,Col...,it P.l.d.. ' 00"go"Lt .t AIVI-. ate"",uasrn,Ibd.C,ttnas, R Re[ss,af,"s stat'.[ riacet,pl-.,f.cr.a."ta, W MI«r.Ow.tfa.rtat Sh..t.,tlrrr.,Sutter, d tae■tart.sm a 1. T[hw, .to and Taw CM. 11.90 .66 1.0! .2S g�en.taa Montr..r ana 5..4 CA.. 11.etrSelsr 72.0f ri tu.SS .Rat C-ti.. x1.10 1.11 A.2! CAku fµl«ta. 10.10 .SS W.." ,615 S.-lrnit.aM Lau Clara 7r.r.Le I:o.ntte. 11.65 1.05 1.03 .R gteetfkH.r I1.R .SS H.15 .015 alpine,Lase..,C.L.-as, CtW.6ptim s, U.21 .1S l..R .015 St".Iwq.l.,ltwlatow!.a ".I-Ca.ati.. 16.65 1.N 1.40 1.N Tul.te Qa oty 11:66 1.06 1.80 .R • era -axis.. �r 1 <x :i.�5.. .. i� � `i ♦!. b x.� -, sass. ~/t� sass ,sass. eti V� '.' i,.x _• _ _ ... _ .._sass i. to FEDERAL REGISTER VOL at.110.711-aWAY.AMIL DIVISION f - WAGE RATES Minimum wage rates for this project as predetermined by the Secretary of Labor are herein set forth. if there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the State or the County for similar classification nlof labor,than the eh on- tractor and his sub-contractors shall pay not gher wage rates- See General Conditions for reporting requirements. } r v } T iry 3 4' S� iG SL i 0055) F-1 DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY B. Subcontractors' Certifications., Prior to the award of any subcontract under this Inv tat on or Sids, 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 Pian, 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 authoeized representative of er E—. 00551 DIVISIOti E. - EQUAL EMPLOYMENT OPPORTUNITY 1. 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 I and 2. (a) as to those trades set forth in-the preceding paragraph one haraof 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: I and/or (b) as to those trades for which it is required by these Bid Conditions to comply with ?art. II of these Bid Conditions, it adopts the minimum minority manpower utiliaaticn 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: , and 3. it ~rill cbtain from each of its subcontractors and submit to the con— tracting or administering agency prior to the award of any subcontract under this contract the subcontrzctor certification required by these Did Conditions, Signature of authorized representative of contractor) U11�53 LNSTRUCTI.+S FGfl FiLI:,*G iMP.OYMENT UTILIZATION RSPCRT (SF-251) The Employment Utilization Report Is to he completed by each subject contractor (both prime and subcontractors) and signed by a responsible cfficial of the company. The reports are to be filed on the day required, each month, during the tem of the cent-act, 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 applicant (See OFCCP Regs. 60-1.3). 1. Company's Name r' . .. Any contractor or subcontractor who has a federally involved contract. 2. 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 +'minority - group in each classiftcation and the rotat work-hours for all women. Classification The level of accempltshment or status of the worker in the trade. (C ■ Craft:corker - Qualified, Ap - Apprentice, Tr a Trainee) 4. Percent of minority work- hours of total work-hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum ci columns b, c, d and a divided by column a.) S. Total Number of ainority employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total 'lumber of Employees . . . . Number of all employees working in con- tractor's aggregate work force during reporting period. * Minority is defined as including Blacks, Hispanics, A.nericsn 14ians and Asian and Pacific Islanders - both men and women. 00552 •r a .,,ati•-ort vz:ritwc ave.,._. 'y. fQ9•.:li:6] DIVISION E. EQUAL E"?LO''"ENT OPPORTUNITY (Cont ) OMB A.00roval `to 44.Re + a e R.3.5 STANDARD • r.. 5" MONTHLYZMPLO'f;4E:i^ (Xor.th, Year) (Aug. `"'S) UTILIZATION RE?ORT As prescribed by the ;e;t. of Labor (CPCCP) (gee reverse for Instructions) This report is. required by Executive Order 11246, Section 203. Failure to report can result In sanctions =.r:ch include suspension, termination, cancellations or deba:�eat contract.of To% (!tame and lccstion of Compliance A;enr/) From: 0;ame and location of contractor) 7 Asst. Reg. Admin. for Equal Opportunity U.S. Dept. of Housing 6 Urban Development 450 Golden Gate Avenue, Sox 36003 San Francisco, California 44102 min*- _*tai Totat Work Hours of Employment (see rootnote) city number ,umber Class,, A. a,• *. • uih of of °» minorit Em;by rice- HU. Amer. Aeur.i dotal total * -'to* -ota' Elack ndian Plc_c For E-;toy- see Ccspssty • Name (_,9.. ticna panic Ss arf.1ie w/`t ees 0 Tr 3 � r. ( Tr I I A 1 I 'ir I S i C I r. I r I 1 I Ao TrAo C I I a7r- F-- Tr r i s i I � I ( � 1 I T .:apan'I ;:-._.:airs a:;rat_rt and matt 32 d'ed 7-7 :tuater (incluq+��_�de) (e Matas & Females '-* Minorities 4 non-u,Lnoritie-�) c-In P... f Executive Order 11246 - Executive Order 11246 requires non-discrimination in employment under- federally assisted contracts. In executing this assurance, the County, cities, and non- profit sponsors agree to do, among other things, the following.- a. Include the following equal opportunity clause in all federally'. assisted contracts, This clause applies to administrative, supervisory, professional, and clerical personnel as well as Con- struction workers. This clause also applies to the e practices of the Activity Sponsor: mployment "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program ,1 this activity funded in whole or in part with funds available under -_this title." r 1 .- ew .. .warweira;-i+4a+un++�vy..�wtl++n" xwWY•ra'a+w+.s•a+. rr.v.... ... R. n...nµn. ���w�wYi.•r.rMM+Mw T% Nw.w+T•.,•.++r+ � ...x -_. i�z,•MY.MM.�'�' �, 7 { `x y� � ..i+rvAwiW.wrkv.r.r�w• ._.. c , 00550 MAT ty General Requirements. 1. 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. Whenever 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 Bid Conditions to the full extent as if it wore the prime contractor. The contractor shall not, haaaver, be held accountable for the failure of its subcontractors to fulfill their obligations =%der..these Bid Conditions. however, the prime contractor shall give notice to the Assistant Regional Admini- strator of the Office of Federal Contract Compliance Programs of the Departrent 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 sacs 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. 3. The Contractor shall carry out such sanctions and penalviLis for violation of these Bid Conditions and the Equal Opportun-'ty clause including suspension, terrir.ation and cat=llation of oxisting, sub- contracts and dcGr.rr..unt fres: iuturo contracts as nay be imposed or ordered pursuant to Executive Order 11246, as amended, and its impleranting regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall also be domed 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 fron eor.pliarce with E:;eeutivu Order 11246, as ass:%.,:;_ and the Equal Oppurtemity clause of its contract with respect to matters ' not covered is the Coutra Costs Plan or in Part 1I of these Bid Conditions. 005549 100 E $, auch 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 lay. B. Contractors Subject to Part I1. 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 presuned 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. 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 shall 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 II of these Bid Conditions. The contractor's failure to most 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 specific 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 11246, 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 11. It she] be no excuse that the un an with whh the contractor has a col- lective bargaining agreement providing for exclusive referral failed to refer rdnority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective barraining agreement, is prohibited by the `stional Labor Ralations Act, as amended, and Title VII of the Civil Rights fact of 1964, ,a amended. It is the policy of the Office of Federal Contract Compliance Program that contractors have a responsibility to provide equal enplopment opportunity if they wich 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. E-.., WNW 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 Wet the Beals for minority utilization to which they committed 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 Progrars determines that the contractor has violated a substantial requires-int in the Contra Costa Plan or Executive Order 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 discriml- notion. 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 OFCCP shall review Part I contractors' employment practices during* the performance of the contract, Further, OrCCP chall be solely responsible for any final determination that the Contra Costa Plan is no longer an acceptable affirmative action program and the conse- quences thereof. T'ne OkCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Contra Costa Plan no longer represents effective affirmative action. In the event it shall be solely responsible for any final determination of that question and the consequences thereof. 3, Cnere OFCCP finds that a contractor has failed to comply with the requircecnts of the Contra Costa Plan cn d its obligation under Part I of these Bid Conditions, it shall take such action and/or impose such aanctiors as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has ry the burden of proving that the contractor has not met the requirements of these 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 of these 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 0054;' E-6 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- sent of Labor funded and/or approved training programs relevant to the contractor's employee needs consistent with its obligations under this Part II. L. The contractor should have made sure that seniority practices and job classifications do not have a discriminatory effect. �. 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 bails 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 con- tractor associations. NOTE--The Aesiatant RegionaZ Administrator of the Offioe of Pederat Contract CompZiance Programs and the oampliance agency staff wiZZ pro- We technical assistance on questions pertaining to minority reoruitmen sources, minority oommunity organisations and minority news media upon receipt of a request for assistance from a contractor. ;. Subsequent Signs to the Contra Costa Pian. Contractors that are subject to the requ rements o art 11 at t e 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 II pursuant to Section A.1-6. 4. hon-discrimination. In no event may a contractor utilize the goals and affirmative action stops required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, raligicn, sex or national origin. EMT I I1. Compliance and Faforcer-ent. In all cases, the compliance of a contractor will be 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 br Part II shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or lower tier subcontractors. E-s 00-54"') 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. Tho 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 names 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 Compl lance 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 no;tin^ of the policy; and by review of the policy with minority employees. e. The 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.' • F; 1. Goals and Tiretahles. 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: GMLS FOR MINORITY UTILIZATION -From 10/01/74 To 9/30/76* 17.02 - 19,52 * In the event that any work which is subject Co these Bid Conditions is performed in a year later than the latest year for which goals of minority utilization have been established, the gores for the last year 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 includcs all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Contra Costa Plan area during the perfor- nonce of its contract (i.e., the period beginning uith the first day of work on the Fedoral or federall7 assisted construction contract and ending with the last day of work.) The hours of minority employment and training Gust 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 to project for the purpose of meeting the contractor's goals shall be a violation of Part 1I of these Bid Conditions. If the contractor counts the nonworking hours of trainees and apprentices in meeting the contractor's goals, such trainees and apprentices Dust be employed by the contractor during the training period; the contractor must have made a commitment to employ the trainees and apprentices at the completion of their training subject to the availability of employ- rent 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. 6ccific Affirnztive 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 be given an opportunity to der: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- ;ation in its aggregate work force in the Contra Costa Plan area. A E-3 00,544 Any contractor using one or more trades of construction employees must comply with either Part I or Part It 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 11, Section A) must comply with the commitments contained in Part 11 including goals for minorities and female utilization set forth in Part 11. If a contractor does not comply with the requirements of these Bid Condition, it shall be subject to the provisions of Part It. putt A. Coverage The provisions of this Part 11 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 *IMatories to tine Centra Costa Plan but are not parties to collec- tive bargaining agreements; 3. Are signatories to the Contra Costa Platt 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 and are parties to collective bargaining agreements with labor organizations but the two have not jointly executed a specific commitmonk to goals for minority utilisation and incorporated the cotmitment 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; b. Are signatories to the Contra Costa Plan but arc parties to collective bargaining agrecs.epts with labor organizations which together have failed to make 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. 8.. Requirerent--An Affinative Action Plan. Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals and timetables for mi.nor- ityi utilization, and specific affirmative action steps set forth in Sections B.l and 2 of this Part I1. The contractor's commitment to the goals for minority utilization as required by this Part I1 constitutes a co=itcent that it will make every good faith effort to meet such goals. I liinority is defined as including Blacks, Spanish Surnamed Americans, Asians, and American Indians, and includes both minority.=n and minority women. { !% E-2t�U DIVISION E - EQUAL EMPLOYMENT OPPORTUNITY BID.011DITIMS AFFRATIVE ACTION REUIRE ITS EWk SIPLEEIT OPMRTUIITY (11 VE.TOIW'1 PLA-0 For all Non-Exempt Federal and Federally-Assisted Construction Contract.a to be Awarded in Contra Costa County, California. NOTICE EACH BIDDER, CONTRACTOR OR SLOCONTRACTOR (HEREINAFTER THE 000ACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART It., AS APPLICABLE, OF THESE BID COZITIONS AS TO EACH CONSTRICTION TRADE IT INTENDS TO ISE ON THIS CONSTRUCTION carr CT AND ALL OTHER ODNSTRUCTIOII WORK BOTH FEDI-RAL AND NON- FEDERAL) IN THE CONTRA COSTA COUITY AREA DURING THE PERFORIONCE OF THIS CONTRACT OR SLBOON1RACT, THE CONTRACTOR CO,'VITS ITSELF TO THE GOALS FOR MINORITY I,41KYER UTILIZATION IN EITHER PART I OR PART I1, AS APPLICABLE, AND ALL OTHER REQUIREPEKS, TERAS AND CONDITIONS OF THESE BID CONDITIONS BY SUBMITTING A PROPERLY SIG14ED BID, THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSU1E THE RESPONSIBILITY FOR THE IMR.EXVITATION OF THE REGUIREM&ITS, TERNS AND CONDITIONS OF THESE BID CONDITIONS, Pl^T I The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor organizations which together have agreed to the Contra Costa County Area Construction Program (hereinafter the Contra Costa Plan) for equal opportunity 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 corn=ity. 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-1 00542 17, p71LpCW:;;CL toR HATtRIALd. The public ligancy desLru to promote the Lndesertes and •eoehomry o cones cos ea ounty, and the'Centraetat therofor:promlees to use the products, workman, laborare and she.'n ' of this County Ln ovary cue wanes the price, fitness and quality are equal. U. A'SIC.C�: .his agmamant binds the heirs, successors, •@signs, and representatives By e oneraetorm but a a- t -sign it In whale or In pate, nor any mantes due or to Wow due undat le, vl thout the prior written consent of the Public Agency and the Contractor's surety or suratlos, unloee they have waivrd uotica of assignment. 19�'�HAIVZR DY PCDLZC ACCLCY. InepoatloA Of 011e week and/oe materials, or approval of ver - or dabee a nspaceo , or sto.0ment by any officer, agent or employee of the Public Agency indicating the work or any Parc t)mreof Conplios with the requirements of this contract, or accoptanee of rho whole Or any part of said work and/or materials, ac peymnts therefor, or any ccnbination of those auto, shall not relieve the Contractor of his el+L(gation to fulfill this Contract as prascrLbodr nor shall the Public Agency be thereby astoppod from bringing any action for damgos or onforcaaant arising from the talluro to COM17 with any Of the teras and conditions horeof. 10 I(OLU IIAPt2WID I "" la) COntraccot promisC■ to and shall hold harmless and amn ma IIeGIREI'os - dalinad In chic soatian. (bl The indanniteas banatitod and protected by this promise am the public Agency and Its aloctiva an appointive uoarda, commissions, officers, agents and employees. (a) The I Ls", !ties protected against aro any 1LALLlity or claim for damage of any kind allegedly see ere , incurred or thrataead bocausa of actions defimd allow, including personal Lnlury, death, property daeago, inverse condannation, or any combination of those, to raloss of %bother or not such llulllty, claim or damage was unfacessaable at any time boysIt*the public Agonc/ approved the Laprovesnt plan or accepted the Lmprovemnts as completed, and Lneludinq Lha defense of cry suit(d) of action(S) At law or equity concerninq thea. (d) The Actions causing liability are any act or omission (neq Llgent or non-negligent) Irl con-ctLOn With the maltere cover" by to is eon tract and attributable t0 the contractor, - subuontraccor(sl, or any offl.b), agont(6) or ampioyue IM) of one or note of thea. (a) Von-Condition## Tho promise and agteemant in this section is not conditions- or dependent on wnes er or not any Inderaitee ho Proq"u0 , supp LLed, or Approved any Plan(s), dravinq(sl0 spedLficetion(ei or epactal provision to to ronnectian with cols wor), has Lasurnot or other Indemnification covering any of tueee matters, or chat the alleged deeuge resulted partly from any negligent of willful misconduct of any Indemnitoa. 31. CXCAVATIo11. Contractor shell comply with the provisions of Labor Code see. 6775, if ca s, .�y sutmittin7 to PWILO Aganry a detailed plan shoving the design of shoring, breeing, eloping, or other provisions to be made for worker protection from the hatard of 44,14ground during trench excavation. 0"o4of1� 00541 D-4 work, it shall issue A cortifiosto to tit. contractor and pay the balance of the contract pride atter deducting Ali amounts withhold under this contract, provided the Contractor show that all claims for lalsos and caterlals have Wan paid, nO claims ,urs users presented to the Public Agency based on acts or otiasiOns of the Contractor, and no liens or withhold notices have boon Pilau sgainot the worn. or alto, and provided there ate not reasonable Lnuications of dofoctive or nisoing work or of tato-racarueu notions of Stens or claire against Contractor. IBBLYNKL. (LaLar Coda SS1BoU-ell On signing this eantradt, Contractor must give to wgercy I1) a certificate of conaotit to coif-inure issued by the Director of Industrial Relations, or (3) a eortitieate of workers' Compensation insurance issued by an adalttmd insurer, or (3) an exact copy or duplicate thoroof mortified by the Director or the insurer. Contractor is award of and complios with Labor Code leo. 7700 and the workers' compensation Law. 30. DMILa. On sLgninq this contract Contractor shall dolivur to Public Agency for pp�rgood and sufficient Londa with surotics, in amount(s) specifldd in the specifi- cations or spacial provisions, quarantaelnq nim faithful performance of this contract and his payment for all labor and noterialu adrmunder. 11. YAt sad To PCRYUkII. If the Contractor at any tine refuses or neglects, without fault , . ;°7L-�Cyency oor its agont(s), to supply sufficient materials or workman to complete this agreement and wort; as providod harain, for a period of 16 days or more attar written notice thereof by the Public/.gone-/, oto public Agency may furnish same and dedset the rodsonaLle axponsas cheroot from tho contract prtca. 1, APPLY. Usnorsl. both parties recognito,the applicability of various federal, state amu oaal Lars amu revulationo, sepacislly Gitaptmr 1 of Part 7 of this California Labor Coda (beginning with tied, 171u, and including Sacs,.1735 1777,5, 6 L777.0 farbLe:.wq discrimination) and intend that thio agrowuant eorlpi►es tltorowtth. 71w parties specifically stipulate twat saw relevant panaltiue and forfalturea pruvidea in the Labor Code, especially it, teas. 1775 6 1013, concerning provaLiing magas aux) hours, shall apply to tnis egreement as _ though fully stipulatod heroin. 13. sWCOUTRACTURS. Oovarrumnt Coda 661100-1113 are Incorporated herein. lj1n. UA"1;#TL':9. tat Pursuant to Labor Code loc. 1773, the Director of the Department of us�tTr aC-m&s%&ona new aseertalmd tit* general prevailing rates of wages per diem, r.d for holiday and overtime work, in the locality in which this work is to be performed, for itch craft alassification, or typo of workman assu d to execute titin contract, and said rates ars as specified to the call for bids for tats work and are an filo with the Public Agency, and are n■rouy incorporated heroin. (b) This schedule of wages to baaod on a vorkinq day/ of S hours unless othorw►ae specified, and the daily rate is the hourly rate cultaplied by tine number of nours con- .- st►tutinq Lite workinq day. when lass utan that number of hours are vorkad, the daily .aqe rate is proportionately reducad, but saw hourly rate raata►ns as Stated. (el Yee Contraccar, and all isle sidacantractors, must pay at least toess rates to all persona an this work, Including all travel, ■uesistence, and fringe benefit payments provided for by applicable collective bargaining agroarmnta. All skilled labor not listed above suet w paid at least eha wage scale smtablia.wd say collective bargaining agresr,ect for suen laiar in site locality wharu such wort. is ba&aq purlocmed. If it becomes necas- sary for Inc Contractor or any subcontractor to employ any parson Ln a craft, clasatti- eatton or typo of work (except executive, aupervisory, ad+dinistrative, clerical or atnar nen-manual wmrk'arx as audit) for ulitc;l no minmauu wagd ratj is specified. the CoAtractrr Shall immediately notify Gus Public J.goncy which shall promptly determine the pravallinq wags rate t;tdrator and furnish the contractor with qts minimus+ rate based thereon, whica Shall apply tram tete time of the initial employwont of Wu portion affected and during the COntLAuande of aceto amployrant. I5. bafRs Or LhUOR. Light hours of labor in and calendar day constitute@ a legal day-5 UV , ata 110 wot:1=n amployod at any time an this wort; by the Contractor or by any sub. contractor shall ba required or pmrmlttod to wacs. longer tharaon exempt as provided in Labor Coda Sees. 1610-1615. 6. APPWI-ICES. Pcoperly indentured apprentices may be employed on thin work in decor ca wi t Labor Code Sacs. 1777.5 and 1777.6, forblddinv diseriatination. M&qo 3 of i) (CC-1( Rev. 11-76) f MOO -3 OWN o 2 rum CHAUGCS. (a1 SY Choir sigmaturos In Section 2, OffeetLve on the above u, fumes pars ea pr sc and agree As sat forth In this contract, incorporating by thaso reforancos the material ('spacial torus') in Boa. 1. (b) Contractor shall, at his own cost and axponoo, and in a worruanlike manner, fully and faithfully perform and complets tho worts and will furnish all matetiais, labor, services and transportation necessary, convonlant and propos ion order fairly to perform the rayutrotwnts of Chia contract, all strictly in "Cord cc with the Public Agenoy's plana. drawings and epocificatiohe. (c) The work can be chas.ged only with PublicAgoney'o prior written order specifying such change and its cost agreed to by tun parties; and tL Public Agency shall never have to pay more than specified in Sea. 7 witiout such an order. •1. t2t1E; )IOTSCC TO PhOCCE2. Contractor shall start this work as directed in the speei- eat ons o�t;PAD'o ccs t-o Fraeeaal and shall complete it as specified In sec. 1. 6, i2DU2OATLo DA)tA48B. 2f the Contractor falls to complain this contract and this work w n tno tisw xa therefor# allowance being made for contingencies as provided heroin, he becomes liable to the Public Agency for all Ito lora and damage tharafroal and because, from the nature of the Case, it is and x122 be Impracticable and extremely difficult to "Certain and fix the Public Agency's actual damage from any delay in performance horoof, it Is agreed that Contractor will pay as liquidated damages to the Public AgenCY the rmasonabio sum specified In See. i, tba result of the parties' to aaonabie endeavor to estimate (air average compensation t;:orof or, for small ealandar day's delay in finishing ssLd vork; and it the Sams be not Paid, Public Agency may, in addition to its other rowdies, deduct the same tram any money au* or to bacorw duo Contractor under this can- tract. it tno Public Agoney for any cause authorises or contributes to a delay, SU/PCA- tion of warn: or extension Of Lira, its duration $hail be added to the time allowed for eomplotion, but it shall not be doomed a waiver nos be used to defeat any tight of the Agency to dam=es for non-oanplotion at dolt Yy horaunddr. Pursuant to dovernment Code net. 1215, tno Contractor sha11 not it* asaesoed liquidated damages for daisy In completion of the warn, anon each delay was caused by tins failure of thu Public Agency or the Owner of a utility to provide for removal or relocation of existing a Iltty facilities. e. Sn CGMT4u lACUtikt.ts, Tno pians, drouings and specifications or special provisions q e gonvy e a o >J rand Contractor's accepted bid for this wort are hereby incorparaud !nun a� s contract; and they are in Ona to co-operate, ae that any- Winpp exhibitau in iiia plana ar SrawIngo and not mentionad in the ap*Ottications or spoelal proviewns. oc vita veru, lm to be executed as if esunibLtsd, centLonOd and mot tarth in until, to the true Intent and wantnq tbaraof ,ACOA tal.an all together) and differences of opinion concerning those shall UO finally determined by Public Agsnry'$ Agent specified In Sec. 2, 7 P YIIt71T. (a) ror his strict and literal fulfillasnt of three ptmUss and conditions, as u CamPsnaation for all this work, the Public Agency shall pay the Contractor the sum apecitlW in Sec. 1* except that in wit price contracts the payment shall be for ' finished quantities at unit bid prices. to) On or about the first day of each calendar month the Contractor ohmll submit to the public Agency a varitled application for payment. supported by a statement showing all matsrials actually installed during the procoJinq month, the, labor expended thereon, and the coat thereof; wharoupon, atter oluaklnyr the Public Agency shall issue to Contractor a certificate for tits as.aunt determined to be due. minus 10t thereof pursuant to Gawrrnnent Coda Seo. 53967, but not until dafoOLIVO work and materials have wen removed, replaced and made goad. s. Par;IrUT3 wf-x)i Cal Tho Public hganay Or its ayunt may withhold any payment, or ecauae o atrr iacayssad rv&Cance nullity all or any certificate for payment* to ouch extent and period of tine Only as may be necessary to protect the Public Agency tram loss because aft (2) Defective work not remedied, at wtcaslhLetod work, or l21 Claims filed os reasonable evidence Indicating probable filing, or t21 Pailure to properly pay subcontractors or for matarlal or labor. or (i( Reasonable doubt that the work can Us completed for the balance then unpaid, or (S1 Damage to another cancsactar. or (f) Damage to the Public AgOACy, other than damage due to delays. til) She Public Agency shall use reasonable diligence to discover and report to the Contractor. As the work progresses, the matari In and labor which are $sot satisfactory to it, so as to avail anhacassary trouble or cost to the Caoasaasar in making good BAY defective work or parts. , 14) is calendar days after the Public Agency files its action of completion of the *title* (page 2 of i) (CC-11 Raw. 11-76) 2 00539 DIVISION D. ARTICLES OF AGREEMENT (Contract) (construction Agroonent) (Contra Costs County standard Form) 1. spre L rrfSD. These special terms are incorporated below by reference. (512171 Partisan (Public Agoncyl (Contractor) omp ate legal name [ffeative Decor (see 114 for starting date.) (131 rho Verkr fi • (14) Completion timer (strike out (a) Or (b) and 'calendar* or 4vorkLng•) NI sy Idattl (b) within aalendar/workinq days from starting date. (If) Liquidated Demagnr I per calendar day. !if) Pubt(o Ap neyle A0anto (f11 Contrast Prioet iIfor wit price contracts, more Or less, In serer anee with 81nishadl4uantities at unit bid prlees.l (strike out parenthetical material if inapplioabLe.l ., �y SIpSAFORfi i ACX90PLtbd;ffPr. PabL(a Agency, iyt (president. Chairman Or Other Designated Representatives (secretary) �a>F. Cenaraeser, hereby also acknowledgingq awareness of and compliance with Labor Coda il0al concerning Workers' Compensation Law. sy$ (CORPORATE jDasLInate official capacity in tne ua nen KALI s� by, a qna o official capacity in Wit us nese Sala to romtraotor (I) Ezeouts aaknouleJiment form botov, and (t) if a corpora. $(am. affia Corporate Seat, State of California 1 ss ACdJOVLE3_" "r (by corporation. County of 1 ar nee, p, or Individual) The person(sl eignin9 above for contractor, known to to in individual and business gap uIty as stated, personally appeared before mat today and acknowledged that he/they O=Cwttd it and that the corporation or partnership nawou Abova executed it. Dated% - - --- --- - - - -- -- - - - - - - - of-ry -o- - - - - - - - - - -- -- - - - - > POM/APPAOYEo by County Couniel. (Page 1 of 4) (Cc-Is Rev. 11-76) 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 certiflcation, the term "Itegregated 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 facllitles 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 parlods) 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 f ) 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 of Signee Signature Date NPTE: The penalty for making false statements in offers in prescribed In 18 U.S.C. 1001. C--7 00531 DM',IO,!, C - P20POSAL BID FORM (Cant.) 3fders' Certification. A bidder .rill not b9 ei.g:b. for axe-� of a contract +snde^ this invitation for 'cida urless such bidder has ssbri..ed as a pax. of its bid the following certification, which VI-11 be dee.»ed a part of the resulting contracts DIDD?r'S Cr TIFICATIGI7 certifies thats (Binder) 1. it intends to employ the following listed construction trades in its work raider 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 eens.raeticn work in Contra Costa County within the scope of coverage of that Plan, thane trades beings I and/or (b) as to .hose 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 specifice affirmative acticn steps contained in said Part 1i, on this and all future construction work in Contra Costa County subject to these aid Conditions, those trades being: , and 3. !: 4111' cbtain frcm each of its subcontractors and submit to the con- tracting cr adMinistering abency prior to the award of any subcontract under this contract the subcontrzctor certification required by these Bid Conditions. (Signature of authorized representative of bidder 0053 i C6 STATEMENT OF COMPLIANCE I , 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: PHONE; _x 7 L � 3 y ti by 00535 C5 DIVISION C - PROPOSAL BID FORM (Cont.) LIST OF MINORITY BUSINESS ENTERPRISES 1. Name of Bidder 3. IRS Nutnber 4. Address: '. '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 146(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 NameIMFN) Mailing Service or of Bid IRS Number(11113) Address Supplies Sum Name(MFNI Street IMFA) City(MFCI IRS Number(IRS) Stale IMF$) Zip Cede(MFZ) ' NametMFN1 SNoelIMFAI City IMFC) IRS Number(IRS) Suit IMPS) Zip Cale IMFZ) Name(MFNI Street(MFA) City(MFC) IRS Number(IRS) Stale IMFS) Zip Cade(MFZ) Name(MFN) Street WA) ^� City(MFC) Stale(MPSI IRS Number(IRS) Zip Cale IMFZ) Name{MFN) Street(MFA) City(MFC) State IMFSI _ IRS Number(IRS) Zip Code(MFZ) Street(MFA) Namo tMFN) City(MFCI State(MFS) IRS Number(IRS) Zip Coat IMFZ) . Total percentage lobe Eaoendtd fw Minwity Business Enterprises: Total Amount of Bid (Base) S 8. Nama and'trite of Aurhwized Officer Phone No. 1 Sidonrure Dal* DIVISION C. PROPOSAL BID FORM continued ' LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c{)) (Substitution of listed subcontractors: See Division F., Section s , Paragraph E.) . Portion of Work Name Place of Bidders C3 0053 DIVISION C. PROPOSAL (Bid Form) - Continued 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 Seventh-Five E No/100th (475) per calendar day for each day said work remains uncompleteo oeyonathe 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 under- stands 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 material supplier. 1. Attached is bid security as required in the Notice to Contractors. ❑ Cash ❑ Bidders Bond ❑ Cashiers Check [] Certified Check J. The following addenda are hereby acknowledged as being included in the bid: Addendum N Dated Addendum k Dated Addendum A 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 << 00)32 C2 WB 9996-Cl-EDA (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 2 day of October 1977 AT 2:00 P.M. AT THE PUBLIC WORKS DEPAR fT�, 6TH FLOOR, COUNTY ASTHrMTION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. A. TO THE PUBLIC 'AORKS 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 for Mechanical and Safe$ Altera- tions Civic Center Im rovements Martinez California- u net Line Item o. -t n strict conformity w e ans, pec cations, an other contract acuments 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: 1. BASE BID: Shall include all of tho work for the construction and completion of all facilities therein, including all of the work in the following Alternates: For the sum of: Dollars ($ ) 2. ALTERNATE NO. 1: State the amount to be deducted from the Base Bid for the deletion of work as described in Division 15 , Section B Deduct the Sum of: Dollars ($ } 3. ALTERNATE 140. 2: State the`amount to be deducted from the Base Bid for the deletion of work as described in Division 15 , Section C Deduct the Sum of: Dollars (S ) 4. ALTER14ATE NO. 3: State the amount to be deducted from the Base Bid for the deletion of work as described in Division 15 , Section 0 Deduct the Sum of: Dollars ($ } B. It is understood that this bid is based upon completion of the work within 90 calendar days from and after the date of commencement. 00531 Cl 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 ID7, 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 falls to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom 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 readvartised or may be constructed by day labor as provided by State law. i)V,w ' ;. r �!� ts�t��*I�e'��. �t�x G� •rS x��Y4 t�*, ��.� se6*! e� �^r�t •i � iii ° sE.�j� ^c,�-�h�` �?� aT'63 cs'GC •cy� s.i Y ti <:t; R � ..�•..,..,.'�r•-• °* -•.-^..gym., ii OIL 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 li. 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 be 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 D ) shall be signed by the successful bidder with duplleatet ane— returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with: a) Contract b) Contract Bonds e) Certificates of Insurance d) minority Business Utilization Report (Form E0-530 Part A 6 Part 8) 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 by 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 B-5 00529 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 . It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly Identified as a proposal for the work being bid upon and addressed as directed In the 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 Costs County. An oral, tele ra h�ic, or telephonic request to withdraw a bid proposal Is not ecce�tabl� hn w hdrawa�of a fifd shall no[ pre u ea the rig bidder -to-PT 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 ]. 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 on materials or work to a bidder Is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. U�r_1 B-4 SECTION 4. BIDDING DOCUMENTS (a) The bid package shall consist of the following: 1. Pro�oral (BiForm) 2. List of Subcdontractors 3. List of Minorit Business Enterprises 4. Statement of Com ante MBE 5. Bidders Certificate tAffIrmative Action] 6. Bidders Security 7. Certificate of Nonsegregated Facilities (b) Bids shall be made upon the special Proposal Bid Form] (Division C of this Specification), with all items complete y fl T, ed 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 interiinestions, 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 consldered, 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 1 percent 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 Business Enterses containing the name, address and percentage ot•to d, or each su contractoprir 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 utilizatlon commitment. (f) Each proposal shall have a Statement of Comellanccee indicating the Contractors intent to comply with the EDA requirement 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 Security: All bids shall have enclosed cash, a cashier's check, certl fed check or a bidder's 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. ~ (1) A Certificate of No re ated Facilities must be submitted with bid. See (Division H Supplemental General Conditions. B 011ID -3 (b) Contractor's Responsibility (Cont.) Where investigations of subsurface conditions have been made by the County in respect to foundation or other struc.tural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its 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 themselves through their own Investigations as to the actual con- ditions to be encountered. (e) Res onsibit for Utilities: As part of the responslbllity stated ll n sub v s on above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precuatlons caused or required by the existence of proximity of utilities encountered in performing the work, Including without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cautioned that such utilities may Include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when 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 plans 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. UU52 i DIVISION B - INSTRUCTION TO BIDDERS The bidder shall carefully examine the instruct ions 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 I . 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. s SECTION 2. SECURING DOCUMENTS Drawings and Spec.Iflcations may be secured at the place and for the payment as called out In the "Notice to Contractor. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WOP`, (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 Res onsibllit : 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. DIVISION A - NOTICE TO CONTRACTOR (Cont.) Each bid to be considered responslbe shall be made on " a bid form to be obtained at the Building Projects Office, 083 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 greater than 10 percent (15 percent desired), The Contractor shalt 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. Oisson " County Clerk and Ex-Officio Clark of the Board of Supervisors' �, Contra Costa County, California DATED: PUBLICATION DATES; - .,..;..r-,.-,.,.Lan.. .-."SL-+. t, :�k$m* �t� A w - .0052I WB9996-Cl-EDA 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: Mechanical and Safety Alterations, Civic Center improvements Martinez, California, Budget Line Item No. 4050-AIO-WB9996 The estimated construction contract cost (Bass Bid) Is $28.500 Bid proposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Administration Sullding, 651 Pine Street, Martinez, California 94553, on or before October 20. 1977 at 2:00 a.m. , and w be opened In public Immediately after an at the time d 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 Notlea will be returned unupened. Each bid shall be in accordance with the Drawings and Specificatlons 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 November 15, 1977 A pre-bid conference will be held for all prospective bidders on Wednesday. October 12. 1977 at 10:00 a.m. , In Room 107. Courthouse Martinez. CalifnrniA 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. Pians and Specificatlons may be obtained at the Building Project Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of6!1911*h` ( sales tax included which amount "Milis not be re un ab 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, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number,. .is 0151 372-2146. 1, � � .. .' ."; A 1 UU5�3 DIVISION B - INSTRUCTION TO BIDDERS The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal , and to the conditions affecting the award of contract. SECTION 1 . COMPETENCE OF BIDDERS (a) License: No bidder may bid on work of a kind for which 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 Iist of completed projects, with the name of the owner or contract officer Indicated. SECTION 2. SECURING DOCUMENTS Drawings and Spec.lflcatlons may be secured at the place and for the payment as called out in the "Notice to Contractor. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORD: TOn-Site Labor: The Local Public Works Capital Development aInvestment Program legislation administered by the U.S. Department of Commerce/Economic Development Administration requires on-site labor to begin within certaiItn time restraints. The County may make such investigations as deems necessary to determine the ability of the contractor to meet this requirement. (b) Contractor's Res onsibillt The bidders shall examine carefully t e s to o t e wor , 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. 0,,i.;� 0052* B-1 WB9996-C1-EDA 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: Mechanical and Safety Alterations, Civic Center Improvements Martinez, California, Budget Line Item No. 4050-A10-W89996 The estimated construction contract cost (Base Bid) Is $28,500 Bid proposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, Callfornla 94553, on or before 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 Pubiic Works Department, 6th Floor, Administration Bullding, Martinez, California, and there read and recorded. Any bid proposals received after the time specified In this Notice wilt 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 BulIding, Martinez, California. This project is funded under a Local Public Works capital Devalopment and Investment Program Grant. On-site labor must begin by November 15, 1977 A pre-bid conference will be held for ail prospective bidders on Wednesday. October 12. 1977 at 10:00 a.m. , in Room 107, Courthouse, Mar in 7� Califernir 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 � F/lnnrhs ( sales tax included which amount sha not be re undab 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, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. 'Their telephone number .. ls ,:W 5) 372-2146. A 1 Oi15?3 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 A 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 (Bid Form) DIVISION D. APTICLES OF AGREE14ENT (Contract) DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY DIVISION F. WAGE RATES DIVISION G. GENERAL CONDITIONS DIVISION H. SUPPLEMENTAL GENERAL CONDITIONS TECHNICAL SP€CIFICATIONS . orma r' DIVISION 1. GENERAL REQUIREMENTS Section IA Special Conditions DIVISION 13. SPECIAL CONSTRUCTION Section 13A Roof Safety Alterations 5 DIVISION 15. MECHANICAL Section 15A General Requirements Section 15B Standby Chiller Installation Section 15C Fan Drive Modifications Section 150 Pipe Insulation Repair SPECIFICATIONS FOR 1 MECHANICAL & SAFETY ALTERATIONS CIVIC CENTER IMPROVEMENTS MARTINEZ, CALIFORNIA prepared By and For Public Works Department a Contra Costa County L Sixth Floor Administration ZA Building _ 27 19i 7 Martinez, California i a.assor+ CLERK"moo Of SUPERVISORS C IR*COSI*CO. A Bid Walk is Scheduled,for -- October 12, 1977 at 10:00 A.M. All contractors who are interested in reviewing the Protect area should meet at the main lobby, Administration Building, 651 Pine Street, Martinez, California. z 'Ni f ; =1 1 � { Microfilmed with board order. 4169996-C1-EDA 00,521 DIVISION A - NOTICE TO CONTRACTOR (Cont.} Each bid to be considered responsibe shall be made on a bid form to be obta'Ined at the Building Projects Office, 023 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 greater than 10 Percent (15 percent desired). The Contractor shall have an offlemative action plan. The sold 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 Clark and Ex-Officio Clerk of the Board of Supervisors' Contra Costa County, California DATED: SEP 2 7 1977 By -- --. F e en0rMarshall PUBLICATION OATES: Deputy Clerk 4tcF+x"7 A2 DIVISION A - IIOTICE TO CONTRACTOR t (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: Mechanical and Safety Alterations, Civic Center improvements Martinez, California, Budget Line Item No 4051410489996 The estimated construction contract cost (Base Old) is $28,500 Bid proposals shall be sealed and shall be submitted to the Public Works Dl rector, 6th Floor, County AdminIstratIon Building, 651 Pine Street, Martinez, Cal ifornla 94553, on or before 0 bar 2 197 at 2:00 .m. .� and willba oponnd n pub ie Immad ata y after and at the time un, In the Conference Room of the Public Works Department, 6th Floor, Administration Building, Martinez, Californla, and there read and recorded. Any bid proposals received after the time specified in this lichee will be returned unopened. n Each bid shall be in accordance with the Drawings and Specifications on file at the Office of the Clark of the Board of Supervisors, Room 103, County Administration Bulldlhg, Martinez, California. This project is funded under a Local Public Works Capital Development yemberInvestment nves 77 nt Program Grant. On-site labor must begin by A pre-bid conference will be hold for all prospective bidders on Wednesday. October 12. 1977 at 10:00 a.m , in Room 107 Court h ,cr, Martina - 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 obtained at the Building Project Office, 823 Main Street, Martinez, upon payment of a printing and service charge In the amount of d_4 Qoj)ars 1S2.O6) ( sales tax inc uded wh ch ate---mount shall Nat 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 8ul]ding, Martinez, Cal ifornla 94553. f ! Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number Is (415) 372-2146. A 1 Microfilmed with board ord*91)r-1!) IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Advertise for Bids - Civic Center ) Improvements. Martinez Area ) RESOLUTION NO. 77/792 (4050-2310-AIO-WB9996) For Mechani— cal and Safety Alterations.___j WHEREAS Plans and Specifications for Civic Center Improvements, Martinez Area have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $28,300, 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 this project is considered exempt from Environmental Impact Report requirements as a Class lA Categorical Exemption under the County Guidelines, and the Board concurs in this finding; and the Director of Planning is directed to file a Notice of Exemption with the County Clerk; and IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 20, 1977 at 2:00 a.m., and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the MORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on September 27, 1977. d Originator: P. W. Dept. t x, Bldgs. and Grounds f cc: Public Works Dept. Building Projects Agenda Clerk County Auditor-Controller J. Dye County Administrator RESOLUT109 110. 771792 00518 b) Do all wiring with identified neutrals. c) Hakesplices on outlet boxes by solder and tape method, with separate tails of correct color. _ 1) Leave not less than 8', of tails after splice is made up, taped, painted and then packed in outlet box. 2) Tape each splice with rubber tape equal in thickness to the insulation. 3) Follow with an outer covering of Scotch No. 33 tape. 4) The use of Buchanan or Scotch-10k connectors and insulating covers will be permitted. s S t i tyy 3 if s a. a {kr ELECTRICAL 1GA-17 � ?833 005V 124. f) Flashing: All conduit going through the roof shall be flashed and counter flashed with 4# sheet lead. Flashing shall extend a minimum of 8" on all sides from the riser. This flashing is to be made waterproof to the Owner's satisfaction. 24. INSTALLATION OF OUTLETS: a) All fixture, switch, telephone, signal and receptacle outlets shall be of the shape best suited to the particular location and of Itufficient size to contain all wires and connections without crowding. 1) .Use deep boxes for one inch conduit and larger. 2) Mounting heights are to be to the center of the outlet, unless otherwise noted. 3) provide wood blocking behind each outlet fox. b) Fixtures outlets shall be complete with plaster rings, ears drilled and tapped, and 3/8" fixture studs. 1) Install outlet box hangers at each lighting outlet, ceiling and bracket. 2) Installation shall be in accordance with National Electrical Code. c) All switch and receptacle outlets shall be in one piece standard or gang switch boxes with suitable covers. Switches and receptacles in exposed areas shall have 4" square boxes and 1/2" raised cover. d) Install convenience outlets in standard boxes with single gang covers. Center of box 12" from finished floor, or Uirected otherwise, or where location of cases, counters, or other equipment require a different mounting height. 25. INSTALLATION OF WIRE: a) Do not draw wire into any conduit until all work of any nature that may cause injury is completed, and conduits are free, smooth and dry. 1) Use no blocks, tackle or other mechanical means for pulling wires or cables. 2) Avoid damage to insulation of,wire. ELECTRICAL 18A-16 7633 0051') 123. 4) Excavate trenches for all underground conduit to depth shown. Sphere depths are not indicated, bury conduits not less than 30" below finish grade. Grade trenches so that conduit lines will drain to exterior pull boxes with a fall of not less than 3" per 100 feet. Refer to Article herein titled CONCRETE FOR ELECTRI- CAL WORK. B) All conduits installed in or on sand or gravel fill under slab on grade shall be rigid steel, with a 211 concrete envelope, or rigid wrought iron without concrete. d) Type of Conduit: 1) Rigid steel conduit for interior feeders, subfeeders, wiring in concrete walls and floors, underground and exposed work. 2) Rigid aluminum conduit may be used, at Contractor's option, for all locations except in the ground floor slab, in wet or damp locations, or in direct contact with earth or concrete. 3) All other wiring may be in electrical metallic tubing. 4) Use flexible conduit only for connection of recessed lighting fixtures, motors and heating and ventilating controls. e) Concrete for Electrical Work: 1) Non-metallic raceways shall be encased using 2500 psi concrete having maximum aggregate size of 3/4" and minimum thickness of 6", unless shown otherwise. Where outside of building lines, install with top of concrete 30" minimum below grade or as shown. Con- crete for encasement of underground electric ducts shall be colored red by addition of four pounds of natural bright red oxide pigment; P-C Permacolor; Konset Permatint, or equal, for each sack of Portland cement in the concrete mix. Where extended above grade or above floor, install an adapter fitting on the non-metallic section and attach rigid steel gal- vaaized or sherardized elbow thereto. Firmly anchor conduit elbow in duct envelope. 2) Concrete shall be placed and compacted sufficiently to fill all voids and spaces. Allow to harden before commencing any covering backfill work. ELECTRICAL 16A-15 7633 0051 122. &) Run all such circuits and conduits continuous to the panels, as though the routes were completely indicated. C) Identify all distribution panelboard circuits, time clocks, externally operated switches, and apparatus used for the operation or control of circuits, appliances or equipment with descriptive engraved phenolic nameplates, which shall be approved by the Architect before being applied. No card holders or glued labels. 23. INSTALLATION OF CONDUIT: a) General 1) All wiring for lighting and receptacles shall be in rigid metallic raceway system in stud walls and furred ceilings. 2) Conduit System: Concealed except as shown or specified on drawings. Exposed shall be only as approved by Architect prior to installation. 3) The tam "conduit" as used in these specifications refers to rigid conduit, electrical metallic tubing, non-metallic duct, flexible conduit, or watertight flexible conduit. b) Conduit - Typical: 1) install in a manner as hereinafter specified, rigidly secured in position without sagging, by means of pipe clamps or metal cleats. 2) In making joints, conduits shall be cut, threaded and smoothly reamed. c) Underground Conduits: 1) Asbestos-Cement or Rigid Steel, with a 3" concrete envelope and a 3" concrete separation between all conduits. Asbestos-cement or composition duct shall not be installed under buildings. Refer to drawings. 2) Wrapped rigid galvanized steel conduit shall not be encased in concrete. 3) Install an insulated ground conductor where required for power systems. ELECTRICAL 16A-14 ?833 00514 121. c) All wiring of equipment shall be done in accordance with the heating equipment manufacturer's recommendations and diagrams. 21. TELEPHONE; Provide conduit for telephone circuits, with out- let Boxes and necessary fittings conforming to the utility company's requirements. Wall outlets shall consist of standard outlet boxes with telephone plate, and iron wire in each conduit to facilitate pulling-in of telephone wires by the utility company. 22, GENERAL NOTES FOR ELECTRICAL SYSTEM: a) The electrical drawings indicate the general arrangement of electrical systems. Where necessary to deviate from this arrangement to meet construction conditions, or for other reasons, the required changes shall be made without additional cost. The location of outlets as shown is diagrammatic and approximately correct, but they shall be accurately located in the building with respect to doors, partitions, pipes, cabinets, and other features of the finished work. 1) The right to move any outlet 10 feet is reserved by the Architect. 2) Give particular attention to the locations of ceiling outlets with relation to acoustical materials and other ceiling patterns. 3) Fixtures shall be installed in centers of acoustic tiles, 4) Take all measurements and locations of doors, parti- tions, etc, from the architectural drawings and verify at the building. b) The electrical drawings indicate generally the routes of all branch circuits pulled in each conduit. 1) Circuit tags show the number of the circuit and panel to which it is connected. 2) Provide E-Z Code wire markers on all circuit wires in panels, "J" boxes and outlets for identification. 3) Circuit tags have been omitted from the drawings where they are not necessary for clearness. 4) All runs to panels have been indicated as starting from the nearest outlet and point in the direction of the panel. ELECTRICAL 16A-13 7633 47513 120. 19. ELECTRICAL FIXTURES: a) Furnish and install electrical lighting fixtures complete and ready for service in accordance with the fixture schedule on the drawings. Submit type and finish of all fixtures for the Architect's approval before fixtures are ordered. b) All ballasts shall be high power factor type, CBM and ETL approved. The ballast shall be "A" sound rated with Class "p" thermal protection. c) Fixture designs are indicated on drawings by type letters. Catalog numbers designate acceptable type. d) Wiring within fluorescent fixtures shall be Type RHE. e) Recessed incandescent fixtures shall be installed in accordance with manufacturer's recommendations, using piaster rings securely fastened to ceiling structure with wood screws. f) Glassware in recessed fixtures shall be securely fastened to hinged trim frame so as to avoid any accidental dislodgement. g) Furnish and install incandescent lamps, inside frost, and fluorescent lamps, standard cool white, of sizes indicated for all fixtures and all lamp holders. h) Support all recessed fixtures in suspended ceilings by a #12 gauge galvanized wire from each corner of the fixture. 20. MOTOR AND CONTROLLERS: a) All electrical motors and controllers will be furnished and motors set in place under other divisions of the specifications (Division of Heating and Ventilating, Division of Miscellaneous Equipment, Division of Plumbing). 1) Furnish and install externally operated switches where shown or required, run all conduit and line voltage wiring to motors and connect all magnetic starters, pushbutton stations, motors, controls, etc. furnished under this or other divisions of the specifications. 2) Check for correct rotation of motors. b) Refer to the mechanical drawings and specifications for information concerning motors, control apparatus and diagrams. 1J�7�12 ELECTRICAL 16A-12 lTwJ 7633 ` 119. d) Filler Plates. Filler plates in section of trim over breakers shall be securely mounted; "snap-in" filler plates will not be acceptable. e) Gutter. Gutter space shall be provided in panels to allow installation of the wire and feeder cables without crowding. Bus connections shall be through-bolted or made with approved clamps. Main lugs shall be suit-able for both copper and aluminum connections. f) Lock-On Devices. Lock-on devices shall be provided on the ban les of panelboard circuit breakers serving heating controls, automatic alarms and other devices than should not be shut off, to lack the breaker in the ON position. The device sball prevent the circuit from being turned off, but shall allow the breaker to trip on overload. Provide means for lockia as circuit breaker in the OFF post oa y means of a pad ock. g) Busses. Busses shall be copper, parallel in the same plane, independently and rigidly supported on insulators to withstand 90,000 amperes symmetrical short circuit current. Insulators shall be Melamine or equal material. h) Name late. Provide nameplate for each panel. Nameplate shall be of gray Lamicoid or equal, engraved letters 1/4 in. high, screw mounted. Lettering shall show panel number and voltage. i) Suoports. Panels shall be supported by studs not less t an 5 6 in. in diameter, welded to the back of the box. Bolts shall be equipped with double nuts for ad- justing position of panel. J) Keying. All panels shall be keyed alike per, standard ey system. k) Circuit breaker shall be furnished as scheduled. All multipole breakers shall be single toggle, common trip (no handle linkage accessories). All necessary mounting hardware and bussing shall be furnished in the panel for all spaces indicated on the drawings. Panels shall bear the U.L. label. 18. FUSES: Equip all fuse holders and switches with fuses of tFe proper size and type. a) 'Enclosed fuses shall be Hussmann Dual-element Fusetron, or equal. b) Replace fuses blown during testing before final acceptance. ELECTRICAL 16A-11 1633 �� �5 11H, ,c) Insulate all 120/208V splices with two layers of rubber tape at half lap and two layers of friction tape at half lap. d) Cover joints in wet locations with two layers of weather resistant tape at half lap and two coats of flyptol paint. 14. CONDUIT SUPPORTS AND HANGERS: Kindorf, Unistrut; or equal. 15. SHEET METAL - For Cabinets for Switchboards, Panelboards, and Pull Boxes; Galvanized sheet steel; with protective priming coat and finish coat of enamel on all sides; both" inside and outside of cabinets and boxes; not less in thickness than National Electric Code standard for dimensions of cabinets. 16. FACE PLATES AND TRIMS FOR SWITCHBOARDS AND PANELBOARDS: Stretcher-leveledsheet metal. 17. DISTRIBUTION, LIGHTING, EQUIPMENT AND BRANCH CIRCUIT PANELBOARDS: a) Panelboards shall be furnished complete with mounting, number and sizes of circuit breakers, and spaces for future circuit breakers as shown on the schedules on the drawings. Circuit breakers shall be Square D Co., Westinghouse, General Electric, or equal. Panelboards shall be type as shown on the drawings by Square D Co. type numbers. b) Branch Circuits. Each branch circuit shall have a permanently fixed number. Provide a typewritten direc- tory mounted in a frame with clear plastic cover on inside of cabinet door showing circuit numbers and a complete description of all outlets controlled by each circuit breaker. Configuration of directories shall ba. the permanent numbers (not plan numbers) of approved room names. Submit draft of each directory for approval of text prior to installing final copy in panelboards. C) Box. Boxes shall be fabricated from code gauge galvanized steel. Doors shall be mounted with concealed hinges and provided with combination spring latch and lock. Trim shall be fastened to the cabinet by means of adjustable trim clamps. All bus connections shall be bolted. Trim 7 of flush mounted panels and trim and box of surface- mounted panels shall be finished with one coat of primer and one neutral color flat coat. Supports for trim, or parts of trim, shall not be located in the gutter spaces. Trim supporting door shall -be cut from one piece of sheet metal. Panelboard fronts for panels and flush latches shall be Square D Co. type "MONO-FLAT", Westinghouse, General Electric, or equal. All panelboards shall be minimum 20" wide, 5-3/4" deep. • `' / ELECTRICAL 16A-10 of 015 7633 117. 3) Factory coat with silicone interior surfaces of metallic conduits and elbows. e) Rigid Standard Galvanized Steel: Galvanize per applicable- ASTM standards. 11. SHEET STEEL OUTLET BOXES: Standard galvanized one-piece knot out boxer of s ape est suited to particular location. Concrete type where outlets are installed in concrete, or depth which will avoid interference with reinforcing bars and conduit runs. Boxes not less than 4" X 4" X 1-1/2" deep, unless otherwise specified herein or shown on drawings. Furnish outlet boxes installed in hollow walls with device rings. a) Cast metal Boxes: Crouse-Hinds condulets; Appleton; q e- ational; or equal; complete with box covers of same material as box; neoprene gaskets and threaded connections. b) Junction 'and Pullboxes: Standard outlet boxes where possible, otherwise code galvanized steel of required size with covers secured by cadmium plated machine screws 8" on centers. Finish with dichromate primer and two coats of hammertone grey enamel. c) Concrete Boxes: Precast, reinforced, size and type as s- oZ r sty; Brooks; or equal. 12. CONDUCTORS: a) Branch Circuits - In or under slabs or earth, type TW copper, Goo volt insulation. b) Branch Circuits - shall not be smaller than No. 12 color- coded,as follows: 1) A-Phase - black 2) B-Phase - red 3) C-Phase - blue 4) Neutral - white c) Feeders - Copper, type TWM, copper, 600 volt insulation. 13. WIRE AND CABLE CONNECTORS: a) One piece, self-insulated, compression type for No. 10 and smaller wire, b) Color-keyed, compression connectors, for No. 8 and larger conductors. ELECTRICAL 16A-9 7633 005W9fly �y� 116. Materials: a) Rigid Conduit: May be either steel or aluminum type as specified. 1) Steel: Conduit: Full weight, threaded, hot-dip galvanized. Bushings: T&B series 222, insulated; T&B 3802 series, grounding; or equal. 2) Aluminum: Conduit: Extruded 8083-T41 aluminum allow with one- tenth percent (0.10%) max. copper content. Bushings: T&B series 122; T&B series 3802, grounding; or equal. b) Electrical Metallic Tubing: 1) Tubing: got-dip galvanized or sherardized. 2) Connectors: Compression type with insulated throat; TE series, or equal. 3) Couplings: T&B series 5120 or equal. • c) Flexible Metal Conduit: T&B Series 3110, insulated; or equal. Liquid-tight Flexible Metal Conduit: Complete with grounding wire liquid-tight insulated connectors. d) Under round Duct: Johns-Manville Transits "Korduct", Car on Type A thin-wall) polyvinyl chloride, or equal, as manufactured by Stauffer Chemical, AMCD, or equal. 1) For Transite Ducts. Couplings shall be plastic with tapered joints. Ninety-degree and 45-degree bends shall be made with elbows of 36-in. minimum radius; lesser bends shall be made with five-degree segments. 2) For PVC Ducts. Couplings shall be PVC, sealed with solvent cement. Bends of 30, 45, 60 and 90 degrees shall be manufactured. Lesser bends shall be made by heating with hot air or other approved means and bending duct to a minimum radius of 36 in. , without flattening or loss of %-section. ELECTRICAL 16A-8 • 7633 ���tJIYV 115. 5. RECEPTACLES: Receptacles as specified below: a) Duplex - 15A.., 125 volts, 3 pole grounded type, Hubbell No. 5262-I, or A&H. b) Receptacle Caps - Furnish and deliver to the Owner for all outlets in the amount of 50% of the total number of duplex receptacles installed. c) Special outlets shall be as indicated on the drawings. S. WALL PLATES: Wall plates for toggle switches, wall recepta- c eso, telephone outlets, etc. - stainless steel, satin finish, Hubbell 93000 series, or A&H 93000 series. 7. FLOOR OUTLETS: a) Floor outlets for 120V receptacles shall be Walker Series 513. b) Floor outlets for telephone requirements shall be Walker and sized as needed for individual locations. S. TELEPHONE - POWER POLES: Material shall be galvanized steewith bakedenamei finish. Poles shall be a minimum size of 1-3/4" by 1-1/4" with separate sections for power and telephone circuits and be installed in accordance with menu- • facturer's recommendations. Color as selected by Architect from standard colors furnished by manufacturer, Wiremold 21TP-2. S. PLUGHOLD: Material shall be galvanized steel with baked enamel finish. Receptacle enclosure shall be a minimum size of 1-1/4" by 7/8" with single 120V, 3 wire grounded rectacle mounted on 24" centers. Color buff or gray as selected by Architect. Wiremold 2100. 10) CONDUIT AND FITTINGS: Manufacture:_ Electrical fittings, etc. , shall be Thomas & Betts,. Steel j City, Appleton, OZ, or equal. For convenience only, one name or number is used herein to indicate type and quality of item or product required. ELECTRICAL 16A-7 7633 URY507 114. b) The connection of the bare cable to the ground rods shall be made in a ground well as shown, accessible for test purposes. Resistance to ground shall not exceed 5 ohms, as measured by either the "Fall of Potential" method or by direct reading ground resistance. 4. TOGGLE SWITCHES a) Ratings of toggle switches - 20 amperes at 277 volts. , All switches specification grade. Manufacturer's names are used to establish standards of design and quality. TYPE HUBBELL A to H single Pole 1221-1 1991-I Three way 1223-I 1993-I Double 1222-I 1992-I Lock 1221-L 1991-L Motor Thermal switches Flush or surface 28211 b) All lock type switches shall be keyed alike. Furnish one key for each lock switch installed. c) Thermal switches for protection of single phase, fractional horsepower motors: A-H No. RL-21-U, or equal. d) Safety Disconnect Switches: Square D Type ND, 600 V; Westinghouse, General Electric, or equal; of proper size and rating, capable of being padlocked in "On" or "Off" position. Nonfused unless otherwise shown, Bussmann Dual Element Fusetron time delay type fuses. NEMA-1 or NEMA-3 enclosures as required. e) Weatherproof Swtiches: Crouse-Hinds DS 185 covers; Appleton, Pyle-National, or equal. f) Disconnect Switches: Furnish and install all motor and other disconnect switches shown or required by state, national, or local codes. Type of disconnect shall be determined by requirements of load unless otherwise specified, and shall be either a Square D Co. Type KG-1 (surface), KS-1 (flush), or KW-1 (weatherproof) motor starting switch, or a Square D Co. Type H-300 line heavy-duty horse power rated safety switch (NEMA 1 or 3B as required), or Westinghouse, General Electric, or equal. Voltage and current rating shall be as shown or required. ELECTRICAL 16A-6 7633 00506 113. b) Test all feeders by means of a 500 volt megger, after cable is connected to panels. Furnish Architect with copy of all meter readings before power is applied. The use of a buzzer for testing will not be acceptable. c) Test panels and circuits by means of a megger for grounds and shorts, with mains disconnected from feeders, branches connected and switches closed, all fixtures in place and permanently connected, lamps removed or omitted from the sockets and all wall switches closed. d) Test each individual circuit at the panel with equipment connected for proper operation, e) Ground tests shall meet the requirements of the National Electrical Code. f) Upon completion of the work, make a final inspection and operate equipment under normal conditions, to the satis- faction of the:Architect and other interested authorities, C) Hake all tests in the presence of the Architect or his representative. MATERIALS AND EXECUTION le SLEEVES: Install "Adjust-O-Crete" sleeves wherever feeder con nits pass through concrete slabs or walls. No conduit shall pass through a concrete beam except where specifically shown on the drawings. Calk clearance between sleeves and feeder conduits with oakum and seal with mastic where below grade or through first floor slabs. 2, ELECTRICAL SERVICE: Underground service conduit from the existing Flood Control Building to the new structure shall be installed as indicated on the drawings. Distribution will be 120/208 volts, three phase, four wire, star. 3. GROUNDING: a) General. Equipment, raceways, reinforcing steel, and neu- tral in the low voltage system within the buildings i shall be grounded to the water service lines. Connections shall be made with the following Burndy fittings, Ilsco, or equal: Cable to water pipe Type GAR Cable to ground rod Cadweld or Thermoweld Cable to box or cabinet Type QAB Cable to cable, in grid Cadweld or Thermoweld ELECTRICAL 16A-5 ?633 005010 05015 112. Architect's approval. The Architect may require the removal and replacement of any unapproved materials or equipment installed. All materials shall conform to the published requirements of the Underwriters' Laboratories, Inc. , and shall bear their label wherever they have established standards and regularly furnish label service. 6. EXAMINATION OF SITE: The Contractor shall be held to have examined the site and compared it with the specifications and to have satisfied himself as to the conditions under which the work is to be performed. He shall be held responsible for all existing conditions, whether or not accurately described. No allowance shall subsequently be made on his behalf for any extra expense to which he may be put due to failure, or neglect on his part to make such an examination. 7. EXCAVATING AND BACKFILL: Refer to Division 2, Section 2A EA TRW S. FURRING AND CONDUIT SPACES: All conduit and wires concealed, unless otherwise specifically shown. Keep all work within the spaces provided in the design of the building. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. 9. CUTTING AND REPAIRING: Do all cutting necessary for the installation of the work of this division. Cut only with the Architect's approval and conform to the requirements of Division of Carpentry and Millwork. Do not notch structural members for passing conduits. Repair as required by the Architect. a) all structural damage resulting from cutting (approved or unapproved; b) all damage to work of other divisions. 10. DEFECTS ANDiOR OMISSIONS: The correction of defects and/or om ssion evidence w thin the period of responsibility is outlined under the GENERAL CONDITIONS of the specifications and is included as part of this work. 11. CLEANING AND PAINTING: Thoroughly clean all conduits and equipment. Finishe coats of paint specified in Division 9, Section 9b PAINTING. 12. TESTS: a) The entire installation shall be free from short circuits and improper grounds. ELECTRICAL 16A-4 7633 ()(15GA 111. 4. DRAWINGS: a) General Drawings: The electrical drawings are diagram- matic and establish the general requirements of the work, Before laying out or installing any work refer to the general drawings (including architectural, structural, plumbing, heating and ventilating) for conditions and dimensions and take all necessary measurements at the building. Report all observed discrepancies to the Architect before proceeding. Make all necessary working drawings and submit to the Architect for approval before beginning the work. b) BhoF Drawiing�s: Submit in accordance with GENERAL CONDITIONS a�Ca ?iv�sn I, Section la. Submit to the Architect for approval and correction shop drawings detailing all fabricated materials and equipment. Revise and correct drawings as directed by the Architect and resubmit six (6) copies for final approval. Drawings are to be to scale, completely dimensioned, showing elevations, sec- tions and details necessary to clearly delineate all parts of the work. Include (but do not necessarily limit to): 1) Distribution panels; 2) Terminal cabinets; 3) Lighting panels; 4) Emergency lighting unit; 5) Lighting fixtures. e) As-Built Drawings: 1) Drawings shall be furnished, in duplicate, by this Contractor upon completion of the job, accurately showing installed locations of all main supply and/or service lines, including all subsurface connections between building, together with stubbed ends for future connections, if any. 2) Receipt of these drawings by the Architect shall be a condition precedent to acceptance of the work. 5. MATERIALS: Within thirty-five days after Award of Contract, submit to the Architect for approval, a complete list in one = submission of six (6) copies of materials and equipment proposed for use, including manufacturer's names, catalog numbers and data. For proposed substitutions include sufficient information to permit judgement of equality with the items specified. Install no equipment or materials without the ELECTRICAL 16A-3 7633 tt��`t r} V1. 503 110. 11) All labor and materials necessary to complete the • electrical installation in a first class manner and in accordance with the full intent and meaning of the drawings and specifications, whether or not shown on the drawings or called for in this specification. 12) Temporary light and power for construction purposes during the period of construction. b) (fork Under Other Divisions: 1) Painting of electrical equipment. 2) Furnishing and installing equipment, motors andistarters in heating and ventilating equipment. 3) Furnishing and installing apparatus, conduit and wiring for temperature control system. 4) -Furnishing and installing motors and controls in plumbing equipment. , SPECIAL REQUIREMENTS 1. SUBSTITUTIONS: Refer to GENERAL CONDITIONS and Division 1, • Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. All proposed substitutions of items and/or methods specified shall be submitted for approval in strict accordance with provisionb .stipulated therein. 2. RULES AND REGULATIONS: a) All work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshall; California Administrative Code, Titles 17, 19, 24; the National Electric Code; U.L. Electrical Construction Materials List, OSHA Rules and Regulations; codes, rules and regula- tions as specified hereinafter and all city. and local codes. Nothing in these plans or specifications if= to be construed to permit work not conforming to these codes. b) Where the standards of the drawings and specifications for materials and/or workmanship are higher than the requirements of the documents cited in the foregoing article, the drawings and specifications shall take precedence; otherwise the documents shall govern. ELECTRICAL 16A-2 • 7633 5 '`' 109. 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 ()0501 7633 108. c) V.-here 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. 90A. h) Provide access panels to ducts at all fire dampers, electric duct heaters, and automatic dampers, except in suspended accoustical tile 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 intakes. 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 i AIR CONDITIONING ISB-11 76-33 00500 107. c) Panel: Furnish and install a pro-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. PZPING: 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 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. a) 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) lastall ducts true to line and grade. Curved elbows shall be nade 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. tt��## (� HEATING, VENTILATING 01KYJ i AIR CONDITIONING 15B-10 76-33 106. 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 63°, at which time dampers will be modulated by the mixed air controller at 551 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. O t HEATING, VENTILATING 158AR CONDITIONING I 5. 76-33 b) Air conditioning supply ducts and plenums: lh" 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 rubber 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. FLUESt Metalbestos double wall type B gas vent with roof flashing, storm collar and Belmont Cap. Connect to all furnaces and water heaters with 25 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 U � I AIR CONDITIONING 004W 4 158-8 76-33 104. 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 mounted 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 and 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 SMALINA Duct Manual, Plate 31, Figure B, with hinges and latch. Access doors shall have full unobstructed swing. 22. REGISTERS, GRI:.LES, 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 ' 6 AIR CONDITIONING 00491 158-7 76-33 103. 15. AS-$'SILT DPI.INGS: 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. 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 16. PIPEt &)Refrigerant piping: Type ACA 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 7/8" and smaller shall be diaphragm type, packless with bronze body. Sizes larger than 7/8" shall be back seating, wing cap, packed type. j { HEATING, VENTILATING ' �19i1�4 � 6 A_R CONDITIONING 15B-6 102. 76-33 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) hll 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. a) 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 o�(f��{iall ``equipment in this section. Vll4il1 HEATING, 158-5 76-33 101. 9. CUTTING, PATCHING, REPAIRING AND DAN,AGE 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 galls, 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 materialif 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 Cont--actor shall be responsible for damage to any of his work before acceptance. He shall cover securely all openings, and HEATING, VENTILATING & .AIR CONDITIONING 15B-1 76-33 100. 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, potify 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 reopened for inspection and restoration of all work thereby shall be at the contractor's expense. B. 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, ok 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. r ��`�� HEATING, VENTILATING 1 T & AIR CONDITIONING 158-3 76-33 99. 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 spegifications 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 15H-2 / tti`{ s04% l� 76-33 98. DIVISION 15 SECTION 15B HEATING, VENTILATING 6 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. 14) Cooling coil condensate drain piping. HEATING, VENTILATING ii/� i AIR CONDITIONING (� 00 'W 15B-1 76-33 97. 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. x� Y t 5 +4 k a t S Y i h F'. } Y 4 1 � 3 PLUMBING AAuurr'' 15A-14 00489 96. 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 N 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, waste, 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: &)Pipe shall be set 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'con- mencement of work. 4 � �7 PLUMBING 1SA-13 95. t6-33 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 - 10' centers 3) Copper tubing - 5' centers for 1?:" and mmallor, 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. q) 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- ification 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. 0041)1 PLUMBING ISA-12 94. 7b-33 r M 34. PLUMBING FIXTURES: a) The Contractor shall install all plumbing fixtures and trig 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 fitted 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 aberwise. 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. !} 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:•parmittid 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 wallsand partitions where practicable. Exposed piping shall be installed parallel or at right angles to building walls specifically shown otherwise on the drawings. `, PLUMBING 0048 y 15A-11 93. 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) Gats valve in cold water supply. c) Hetalbastos Type B flue throggh roof with flashing and Belmont Cap. 29. ELECTRIC WATER HEATERS: !;atieral Steel cr A. 0. Smith V.L. approved with glass lined tan , storage capacity an ratings as;noted on the drawings.' Unit shall be complete with the following: a) Temperature and pressure relief valva 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, complato�with cover and required extensions. Index all covers "Gas" or "Nater" as required for service use. 31. CATCH BASINS: Christy Concrete Products P23 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 flashed and counter- flashed with 4 lb. sheet lead. Flashing shall extend a minimum of 8 inches around the base and counterflashing 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 11" high. All valves at each piece of equipment shall be identified in a similar manner. 0o,41's.; PLUMBING 15A-10 92. 76-33 a) Floor cleanouts: 11-8140 with nickel bronze floor plates. b) Wall cleanouts (finished areas): Shall be 1•1-8450 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, Made W-9130 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. :IN 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. HOT 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 eauivalent 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, W5 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. O. Smith witn 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. ( 1 'f 76-33 21. 'HANGEI(S AND SUPPORTS: Shall be standard products or a'tYpe suited or the service conditions required, Superatrut, 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-Hooka 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.pipw- 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 nanbrane waterproofing is used provide with flashing clamp. Adjustable 5" x 5" nickel brass strainer, set square with walls or bile pattern. 2•) 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. CLEANOUTS: 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 15A-8 A 7E-33 00483 90. 19. JOI:ITI::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-H2.1. 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 pipes Pack with JVte and fill with grout l:2 cement, sand, beveled at 4V 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 lb. working pressure with wheel handle, icrewed 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 �" 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 3l4' loose key sill faucets or approved equal and installed where shown. e) Gas valves: 1) Gas appliance stop: 1" and smaller shall be brass with lover handle, No. 29P or approved equal. 2) Gas shut-off valve: lis" and larger shall be souare head with check brass cock, 125 lbs. No. 254 or approved equal. 3) furnish tee handle key. Mount on bracket in furnace room. 00482 1SA-7 09. 76-33 MATERIALS 17. PIPE An PITTINGS' a) Underground soil, waste, vent, and rainwater loaders except exposed Type 'M' copper, shall be standard weight Tyseal cast iron.spil 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; i piping aboveground may be Type 'M' 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 .lines shall be coated and wrapped with asphalt and paper equal to Pabco Specifications 5-40-240K. . 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 he 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. ground joint, Crane No. 1280 or equal Walworth. ib) 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 N�redmac`.ii pLUMBING U���c71 15A-6 88. 76-33 14. TESTS AND INSPECTIONS: 'a) Pipe lines shall bA completed and all permanent pipe fittings installed before final tests. 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 he tested as not forth in the local plumbing and gas piping ordinance. s) All test pressures shall be held for not loss than two hours without additional pumping. f) Flush valves, faucet stops, drinking fountains,ste., shall be adjusted to their normal working condition. 40 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 he furnished by the Architect upon request. 16. GUARANTEE: The Contractor shall guarantee all materials, oauipment, 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 1SA-5 76-33 00480 87. k 10. SUBSTITUTIONS: Aft c) 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 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 a 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 pipingyste._s 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 satisfactory to the Owner's representative. �z 0047: PLUMBING , 15A-4 86. 76-33 7. DRAWINGS AND SPECIFICATIONS: a)The drawings are diagrammatic and indicate the general arrance- ment of the plumbing and piping size reauirements. No pipe shall be less than the minimum required by good practice. Vhere 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. 8. CODES AND REGULATIONS: a?Alj 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 ;urisdication shall be considered part of the codes.and regulations if commonly known to the trade prior to the submittal of bids. 4 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 recuired by the regulations, but not specified or shown an the drawings. 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 cooverate with all trades in providing well in advance the information regarding onenings required in walls, slabs and footings for Dining 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 contrac, tors for any damage done to their work due to careless cutting, leaks, or overflow during construction. PLUMBING 0 0478 15A-3 76-33 85. 3) Foundation drain lines. 4) Water heater glues. 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 bid4 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 piping 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 ORKrNo 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. �lrr PLUMEZNG ��1J J 15A-2 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 furnished or installed under another section. a) The general extent of the plumbing work shall include: 1) Piping for water, gas, sanitary sewer and storm drain systems. 2) Extension of existing water, gas, sanitary sewer and storm drain utilities. 3) Gas connections to heating apparatus. 4) Plumbing fixtures, water heaters and connections to fixtures and apparatus furnished under other sections. 5) Roof drainage systems and rainwater leaders. 6) All sleeves, chases, holes in roof, walls and floor for plumbing items as required. 7) Trenching and backfilling for plumbing work. 8) Domestic hot water systems. , 9) Fire extinguishers and cabinets. 14) Storm drain system, include encasement of concrete around existing storm drain below new floor area. b) Related Work in Other Sections: 1) Painting other than prime coats 2) Electrical power wiring and connection to equipment PLUMBING 0047-0 "A-1 83. 75-33 DIVISION 14 CONVEYING SYSTEMS HONE IN TRZ8 SPECIPICATION • • 0047i 82. • DIVISION 13 SPECIAL CONSTRUCTION NONE IDi T8I8 BPL►CIlICATIom 00471 Sl. DIVISION 12 FMISHINGS NONE IN THIS SPECUICATION 00473 80. DIVISION 11 E22MY NT NONE IM TBIS SPECIFICATION 5 ; S } 4; 5 • 00472 79. 5. PUBLIC TELEPHONE BOOTH: Tellette 1300-2 as manufactured by, IM Accessory Spec a t es, Inc. or approved equal. .. 6. SIGNS: 1/8" matte finish acrylic, unframed, with 3/8" radius corners. Oav-Son, Inc. or approved equal. Furnish signs as follows: Private (2 each) Conference (2 each) Men (1 each) Women (1 each) Janitor (1 each) A) Letter Style: Avant 0)ards medium, lower case. b) Color to be selected by Architect. K if ➢ t t� £• • MISCELLANEOUS ITEMS 10A-3 7633 00471 76. c) Pa er Towel Dis enser: (one each toilet rm. & one at storage rm. s nc s ng ,fold, stainless steel. d) Waste Receptacle: (one each toilet rm.) 01213 13 gal., stainless stee . e) MOE & Broom Solder: (one at Janitor) 01026 stainless steel. f) Mirror: (one each lavatory) 0600 series, 18" x 300. g) Partition Mounted Feminine Na kin Dia sal: (one dual unit r*qULr6d1 P500 Series, ata n eas stee . t) Combination Feminine Napkin - Ta on Vendorx 1502 semi-recessed, ta n ess steel, coin-op. i) Liquid Soap Dispensers (one each lavatory) 01311 wall mounted, chrome. j) Grab Bar: (two•sach toilet rm.) 0348-48, 1-1/4" o.d., sta n� eTse`steel. 3. FIRE EXTINGUISHERS: a) Extinuishar: Type ABC, Model 6 "Cosmic", J.L. Industries or approve aqua 6 lb. capacity. b) Cabinet: Semi-recessed with 2-1/2" return trim. Model 999V, J.L.L-7-10—us 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 4" plywood back. All surfaces true, uniform and free from defects. The backs of all chalkboard shall be sealed. Son-Nel "Calslate": Naco "Nacoslate"i or approved equal. Colors as selected by Architect. 2) Accessories: Aluminum (6063-T5 alloy) trim, anodized finis . Son-Nel 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 08 x 2-1/2" chrome plated Phillips oval head screws at 16" o.c. • MISCELLANEOUS ITEMS 1OA-2 A 7633 001,10 77. • DIVISION 10 SECTION 10A WISCELLI:IEOUS 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. Sho Drawin s: Required. Submit in accordance with GENERAL CONDM ONS an Division 1, Section IA, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurements: The Contractor shall be responsible for the taking of all measurements at the project site and the accurate fitting of all work. • 3. Accessories and Anchors: Include as required, unless specifically shown or specified of erw se, for the complete installation of all work under 'this Section. 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 stipulated therein. MATERIALS AND EXECUTION 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.j "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. stainless steel. b) Toilet Seat Cover Disnenser: (one each toilet) $801 recessed, Stainless Steel. • MISCELLAj�j ' , ' 1OA-1 U ITEMS[�b`<;7633 7�. WATERPROOFING S. All exterior plaster with aggregate surface shall be sealed with a waterproofing material. a) Waterproofing shall be Rainproof Systems, Inc., XLB-B. 1) One Coats Apply XLB-B at the rate of 100 square feet per gallon. b) Application procedures shall be in strict accordance with the manufacturer's recommendations. x� • f Y • LATHING AND PLASTERING 9G-4 AC 7633 OU463 75. 1) Scratch coat - 1/2" thick. 1 part Portland cement, 3 parts sand, 1/10 part lime putty. 2) Brown Coat - 1/4" thick. l 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 line, No rregu aariti.es, 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 original packaging with seals unbroken, bearing name of manufacturer and brand. 2) Protection: Cementitious materials must be kept dry unt used, atored off groynd, under cover and clear of damp areas. 3) Measuring. Materials shall be proportioned by means of cal ratedFoxes or other approved means of accurate proportioning. Measurement shall be accurate with successive batches proportioned exactly alike. 4) Mixing Plaster: Material that has partially not shall not be retempereU 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. 2) second (brown) coat - Moisten the first coat. Bring to a plane with rod and derby'. 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 Vl�`fb i` 74. h) Ground Casings: Rectilinear casings, with solid or expanded wing ae 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 injur ous amounts of alkali, soluble salts, organic matter, silt and other harmful substances. Sand shall be graded in nccordance with the recommendation of the California Lathing and Plastering Contractors' Association, Inc. c) Cement: Portland cement of standard brand complying with AST pec. C 150-1 Type I. The Brand of cement shall not be changed during the progress of work without written approval of Architect. d) Hydrated Lime: Of standard brand complying with ASTM Spec. C 2 -t Pe e) Exterior Stucco: "Exterior California Waterproof Float", California stucco-products Co.J PeerlesaJ or approved equal. Integral color as selected by Architect. • f) Aggregate. 1/8" to 3/8" maximum. Washed, clean and free fromg�ass. "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 shal a 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 Plasterwith A re ate Surface: 3 coats - total thickness shall e not ess t an • Y LATHING AND PLASTERING 9G-2 7633 0046' 73. 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 REQUIitEPXKS 1. Standards: All materials and workmanship for lathing and plastering s all conform to the "Reference Specifications", California Lathing and Plastering Contractors Association, Inc. z 2. Samples: Submit color and texture sample for approval. Provide _ two (2) approved samples prior to the comaencing of plastering operations. MATERIALS 1. Lathing Materials: a) Buiidin Felt: Asphalt-saturated felt complying with ASTM Spec. s 0 lbs, per 104 square feet. 36" wide. b) Kraftt ars Of standard manufacture, 3.5 lbs. per 100 square— 3eet, c) Stucco Ne�tt�inq: 18 gauge wire= 1" hexagonal mesh; galvanized. WeijNt=T3 Ibs. per square yard. d) Metal Lath: Diamond mesh, flat expanded and/or ribbed, copper- earxng 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 wails: 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 AND PLASTERING 9G-1 0046 } 7633 V1 V 72. • a) Main and Cross Runners: (410" spans or less) - No. Sll 1" flange and I web SUMsection. b) Perimeter Members: #SWA-7, 3/4" x 1" angle. c) Exposed surfaces electro-galvanized and factory finished ivory-white baked enamel. d) Clips and 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 Coiling Board: Lay-in panels, size as indicated on the raw ngs, 5/8' thICK. Class A (incombustible) minimum light reflection .75. Gold Bond, Non-directional Solitude, or equal. S. Upon completion of the job, deliver to the County one (1) box of acoustical ceiling board of the kind installed. 3 } u a c � . SUSPENDED ACOUSTIC CEILING 9F-2 7633 71. OU46 1 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. Shot) Drawings: Required. Submit in accordance with GENERAL CONDITION. -- 2. Material Lists 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 CONDYR`f 4. Rules and Re ulations: All work and materials shall be in full accor ance ,It e atest rules and regulations of the State Fire Marshall the Safety Orders of the Division of industrial Safety, Department of Industrial Relations, State of California; applicable standards of the National Board of Eire 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 00463 7633 V 70. EXECUTION 1. General: All materials shall be installed by qualified carpet mech�— 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 =ore 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.) . S. 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 provide 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 004 62 69. Face Weight 28 oz. per square yard minimum Latex 30 oz. Primary Back Polypropylene Secondary Back Action Back 3. Static Control: Maximum 2.5 ICV 0 201 relative humidity 0 700 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 lass. S. Acoustical Properties: NRC-20 (for concrete slab glue down) 6. Colors Color of carpet shall be as selected-by Architect from mann acturer'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 Carpeti Backing Council. a) 35 1 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 extru 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 .it nsta ed, and ten (10) lineal feet of the rubber base installed. • CARPET 9E-2 7633 00461 68. DIVISION 9 SECTION 9E CARPET SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division 1, GENERAL REQUIpmmTs, shall be considered part of this Section as fully as if repeated heroin. r SCOPE 1. Furnish ail 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 Lists Within thirty-five days after award of contract s 6ubm�to t e�Architsct for approval a complete list, in four copies, of all products to be used, including information showing compliance to materials specified. LLayout: A drawing indicating areas to be carpeted shall be mITtaT 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 Manualas 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 1Ca at: Carpet shall be first quality. No seconds or imperfections will acceptable. 2. Fabrication of carpeting shall be as follows. (standard of quality) Style Textured Loop Pile Yarn (3 ply) 1008 Antron continuous filament commercial nylon containing Antron III for static control Stitches per Inch 7.5 minimum Pile Height .187 minimum CARPET 9E-1 T633 00460 67. S. Grout: 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 co or of ceramic tile installed. _ EXECUTION 1. Standards: Tile shall be installed in accordance with "Handbook forer c ile 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 adequately protected against damage until final acceptance by County. All damaged work shall be removed and replaced. Y , y Y • CERAMIC TILE 00459 9D-2 7633 66. DIVISION 9 SECTION 90 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 REQU1AEMENTS 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, Sam leas If requested. Submit in accordance with GENERAL CONDT and Division 1, Section,lA, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. Tiles 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, natural cTy`type. b) Wall Tile: 4-1/4" x 4-1/4" x 5/16" thick, glazed, cushion edge . 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 ' 0045S 7 65. 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 Pre :ration: Wali covering shall be applied by experienced workmen n str ct accordance with manufacturer'a'instructions and recommendations. a) Wail covering shall not be installed on surfaces where moisture content exceeds 41, 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. Hall 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 cunt or other defacement caused by these operations shall be cleaned, repaired or replaced to the satisfaction Of "e Project Inspector, 5. Protection: After installation, protect wall covering during progress 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 0045 64. 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 vision 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. _Ving Fsbric Wall Covering: Prince Guard "Gunny", as manut4ctured by Cql-um�s7 tea Fabrics Company, Division of Borden 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-Tax Tackboard Base." U.S. GypsumCo.; 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 fulrwidth 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 i VINYL WALL COVERING 9C-1 0045'-�33 63. Finish 1D: Asphalt Paving (Parking Lines) One Coat - Quick Drying Traffic White Finish 3A: Non- alvanized Ferrous Metal —"-let oat - nc C comate - Iron Ox a Primer (togch up Coat 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 let Coat - 3 Parts Oil Stain and 1 Part Pigmented Paste Filler 2nd Coat - Satin Finish Varnish 3rd Coat - Satin Finish Varnish Finish 78s Gypsum Wallboard let Coat -.polyvinyl Acetate Primer-Sealer 2nd Coat - Semi-Gloss Stippling Enamel Finish 7C: Gypsum Wallboard let Coat - Polyvinyl Acetate Primer-Sealer 2nd Coat - Satin Finish Stippling Enamel Finish 8H: Non-galvanized Ferrous Metal 1st Coat - Zinc Chromate - Iron Oxide Primer (touch up coat only for shop primed items) 2nd Coat - Undercoat 3rd Coat - Enamel (same as adjacent surface) PAIN9B-4TING 7633 QV •� 62. S. All enameled trim and doors and all varnished surfaces shall be rubbed dawn 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 d" 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 raga, empty containers, etc. at the and 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 respnand/orstheecleaning thereof. Allrubbish,for all items d surfaces hh,waste, and painting operation 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 cloudy 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 18: Redwood let Coat - Penetrating, Semi-transparent Stain 2nd Coat - Penetrating, Semi-transparent Stain PAINTING 00451 9B-3 7633 61. those surfaces behind suspended ceiling, backed casework and tackboard. Surface shall be smooth, clean and true to line before sizing or priming. 4. Un rimed Metals: Remove all grease and oil, wash with zinc sulphate solution ithree pounds of zinc sulphate to one gallon of water). Metal shall be clean, dry and free from any mill scale and, . rust before priming. 5. Galvanized Metal: Shall be washed with a solution of chemical phosphoric meta etch and allowed to dry. 6. ShopPr�im_ed Metals: All factory or shop primed metals that have become m— arr; uring' installation shall be thoroughly cleaned and spot primed as required. 7. Surfaces Not to Receive:: Painters Finish: Remove all hardware, fixtures, etc. before pa nt ng 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'appiied 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, saga, 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 (�� �'] 98-2 7633 0 ) 60. 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 qual t�"y 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 6 Lambert; Pittsburg, or approved equal. 2. Exterior Stain: Pigmented stains for exterior use shall be Olymp c; Ca t; U.S. Plywood "P.A.R."; or approved equal. 3. Basic Materials: All miscellaneous basic painting materials such as raw and boile inseed 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 759 whiting, 10% white lead;a_5 15% linseed oil. ' 5. Calors: 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 orig n3-aa=unopened packages and/or containers. SURFACE PREPARATION 1. General: All surfaces shall be prepared in a manner to produce finis wor 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. Gypsum Wallboard: Finish all gypsum wallboard joints, nail heads and other surfaac=e emishes 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 00452 9B-1 7633 59. 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 sending 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 non-ferrous or p TMed 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 es to Architect for approval prior to commencing painting operation. Samples shall, when practicable, be submitted on 'same PAINTING 00451 9B-1 7633 58. . 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 9B Painting. MATERIALS 1. 3/8" sheetrock Firecode gypsum board - U.S.G. U.S. Gupsum Co. • or approved equal. 2. Metal Corner Bead - U.S.G. No. 103. 3. Metal Casing Bead - U.S.G. No. 200-B Series. 4. Screws: 1-1/4" Type W Bugle Head. (typical) 5. Screws: 1" Type S (Gyp. Bd. to Resilient Chan.). 6. Resilient Channel AC-1 - U.S.G. EXECUTION 1. Install gypsum wall board with bearing at all edges. Use maximum practical lengths to minimize and 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 00450 57. GROUP 6 Doors #11, i12 Each door shall have= 1-1/2 pr, butts TA2714 U826D 4-1/2 x 4-1/2 1 Push Plate 3015 MAE 10 1 Pull Plate 3135 MAE 26D 1 Closer 150 aeries sprayed alum. 1 Stop 3425 26D 3 Door silencers 1337A Reception Gates 1r. 4067E D - 10 Chicago Hinge FINISH HARDWARE 8E-5 7633 0U449 56. GROUP 1 Doors #1 Each door shall haves 1 cylinder 42 US26D Balance of hardware by door supplier. GROUP 2 Doors #5 and #6 Each door shall haves 1-1/2 pr. butts TA2314 US10 4-1/2 x 4-1/2 NAP 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 haves 3 pr. butts TA2314 US10 4-1/2 x 4-1/2 NRB 1 Lockast 8004 DC 10 1 Deadlock 14-47S 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, 09, #10 Each door shall haver 1-1/2 pr, butts TA2714 US10 4-1/2 x 4-1/2 1 Lockset SG05 DC 10 1 Stop 3415 10 3 Door silencers 1337 A GROUP 5 Doors #8 Each door shall have: 1-1/2 pr. butts TA2714 US10 4-1/2 x 4-1/2 1 Lockset SG04 DC 10 1 Stop 3425 10 3 Door silencers 1337 A FINISH HARDWARE BE-4 7633 00448 15. 2. Lock Design: Sargent - Taylor (DC) Schlage - Plymouth (PLY) 3. Finish: Satin bronze (US10) except satin chrome (US26D) 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 plata - 42" up from floor d) Door Pulls - Centerline of Pull - 421t up from floor S. Anchorage of Hardware: All exposed wood and machine screws shall be P(tiTlips head. a) Concrete: Secure to concrete with cinch anchors and mac nFi�a screws or toggle bolts as required. b) Wood: Secure to wood with long or full thread screws. Screwa shall be 2-1J2" long at all butts. a a 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 HMMWARE 8E-3 7633 0044 54. 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. a 4. Hardware: Each item of hardware when delivered to the job shall • be p al inLy 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. 6Salm les: Any hardware item if requested. Submit in accordance with GEREML 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 SE-2 7633 f 04 4 V1 53. . 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 e 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 -) SE-1 7633 52. . EXECUTION 1. Standards: Glass shall be set true and tight by skilled glaziers. Work e a 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. • s) A11 glazing to be straight, full and true. No glazing above sight line. • GLASS AND GLAZING A 8D-2 7633 00441 51. • 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 heroin. 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. S lesles: Required. 3" x 6" of each type glass specified. Samp ei s sKill be labeled. 2. Material List: Within thirty-five (35) days after Award of • Contract, s m t to the Architect for approval a complete list, in quadruplet, all products to be used. Included shall be information showing compliance to specifications. MATERIALS I. Glass: Standard brands; comply with applicable requirements of MerTpecification 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) Tem !red Solar Control Glass= Pittsburg Plate Glass Co., Gray e , thick; or approved equal. b) Solar Control Glass: Pittsburg Plate Glass Co., Graylits 1114 thick; or approved equal. 2. Glazing: a) Glazin Ta e: Shall be a vulcanized butyl rubber type. Res ent, non-lleading and non-staining. Prestite 166.6; Arenco 156; or approved equal. b) Glazing Sealant: (gun grade) Shall be a polysulfide base sealant conforming to Int. Federal Spec. TT-S-00230. • GLASS AND GLAZING 8D-1 7633 00143 50. EXECUTION 1. General: All aluminum window sash shall be installed by manu acturar 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 .1611 o.c.I 18 Screwsong. Installation shall withstand not lees than 151 per square foot wind load. Use cadmium plated screws. 7 • ALUMINUM WINDOW SASH 8C-2 7633 0099,E 49. . 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 CON ITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurements: It shall be the Contractor's responsibility to • verify all dimensions at the jobsite. 3. Substitutions: Refer to GENERAL CONDITIONS and Division 1, SectionA, 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 nai -on n or approved equal. A) General: All extruded sections shall be aluminum alloy 606 - -Frame sections shall not be less than 1-5/8" deep with web thickness not less than 1/8". 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 stain ess steel, or cadmium plated steel as recommended by the manufacturer for intended use. Use no material not compatible with aluminum unless effectively insulated therefror.:. 3. Caulking: A.C. Horn Co. "Hornflex Thiokol LO-32 Sealant." • Sonneborn Co. "Sonolastic Thiokol LP Sealant"; or approved equal. Class H. ALUMINUM WINDOW SASH 8C-17613 A4 17633 `i 48. • 1/8". Seal all edges and grind smooth. The finis be completely smooth, free from all weld marks. 2. Cores: Asbestos or rock wool sound deadening 3. Glass Holdings: Make up in frames with profil Exterior side Red, other side removable with ova 4. Hardware Reinforcement: Mortise, reinforce, d all hardware. Pre?It from templates. Reinforce f with a minimum of 3/16" backing. S. The inactive leaf of a pair of doors to have f to assure lock is tamperproof. 6. Finisht Two (2) coats zinc chromate - iron o: FRAMES Generals Provide at all doors as indicated. Ada: construction, size, style and profile an indicate, a) Materialt 16 gauge cold rolled, pickled pressed steel. b) Fabrication: All intersections mitered, smooth. Piovi a head reinforcement full len over 42" wide and/or multiple openings. c) Hardware Reinforcement: Mortise, reinfor all hardware. Fre t rom templates. Reinf hardware with a minimum of 3/16" backing. d) Jamb Anchors: 12 gauge steel, top and be centers max mum. Weld four corners to frame e) Finish: Two (2) coats zinc chromate - is f) Louvers: Airolite "Type 663A"; Wonder "AL t or equal. Louver shall be chain 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 STLEL D04F BB-2 00440 • DIVISION 8 SECTION 88 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 RE(?UIREMENTS 1. Sho Drawin s: Required. Submit in accordance with GENERAL COND3�bision 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. • 2. Measurements: It shall be the Contractor's responsibility to vera y— I-armensions at the jobsite. 3. Manufacturin Standard: Forderer Cornice Works; Ceco Steel Products o.; Dusinq & unt, Inc.; or approved equal. 4. Substitutions: Refer to GENERAL CONDITIONS and Division 1, Section IA, SURSM N GENERAL CONDITIONS. All proposed substitutions of items and/or methods specified shall be in strict accordance with provisions ®tipulated 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 AND FRAPIES sB-1 0043' 7633 a 46. DIVISION 8 SECTION SA ALUMINUM DOORS 6 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 sere ces requ re 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 REI)UIREMENTS 1. Sho Drawin s: Required. Submit in accordance with GENERAL CONDI IO t8. 2. Measurements: It shall be the Contractor's responsibility to verify all dimensions at the jobsite. 3. Manufacturing Standard: Kawneor Company No. 350 or approved equal. MATERIALS 6 EXECUTION 1. Sections: Shall be extruded from 6063-TS aluminum alloy. See draw ngi s dor 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" eagh 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 ust as required all items of operating hardware on doors installed under this Section.l,+O T)' ALUMINUM $DOORS FRAMES VV 8A-1 7633 45 • S. 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 • CAULKING & SEALANTS 7D-3 7633 0043 44. 3. Caulkin s One part polysulphide polymer base factor prepared compoun conforming to F.S. TT-S-230C(1), Products Research & Chemical Corp. 7000 Series, DAP or equal. 4. SackinS Fil�lers As manufactured or approved by caulking and sealant manu?,cturers - types compatible with caulking and sealant materials and of sufficient density, shape and size to provide firm, uniform backup during applications. S. Primers Thinners and Cleaners: As made or approved by sealant mann acturer. 6. Colors: (for exposed materials) a) Rue 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) Caulkin : Interior concealed joints, whether noted caulking or mas�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 dep 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 applxe3 in one continuous operation; to full joint or pocket depths and widths required. CAULKING & SEALANTS 7D-2 7633 40 � n3. DIVISION 7 SECTION 7D CAULKING i 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 an the drawings and/or specified herein. SPECIAL REQUIREMENTS 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 confo m ng to F.S. TT-230C(1), Tremco Mfg. Co., Mona Series, DAP or equal. • 2. Sealant 2Tape: Factory prepared, paper-backed polyisobutylene strips 1-1)2v do stride x 3/32" or 1" x 1/16" as required to seal the work, Superior Concrete CL-50, or approved equal. // CAULKING & SEALANTS �J04 3 7D-1 7633 42. DIVISION 7 SECTION 7C BUILDING INSULATION SPECIFICATIONS The GENERAL CONDITIONS and all Sections of Division It 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 Insulations Foil faced, Owens-Corning or approved equal. a) Roof - 6" thick (R-19) . , b) Malls - 3-1/2" thick (R-11). 2. Sound Insulation: 2-1/2" thick fiberglas noise barrier batts, Owens-Cor ng or approved equal. . EXECUTION 1. Install thermal roof insulation between rafters entire roof area, except overhand. 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-1 7633 00431 41. EXECUTION 1. Generals All work shall be fabricated and installed as indicated on Re rawings, 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 she 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. Flashin ss Flat-lock end laps and solder. Provide lap type expansion o nts. 4. Gravel Sto ss Ten (10) feet maximum length of sheets with lap type expansion Joints. • E ; C `i a • SHEET METAL, 7B-2 7633 00433 40. i 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 • Meta an A r 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. Sho Drawin s: Required. Submit in accordance with GENERAL COND an vision 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS 1. Sheet Steel: Copper-bearing steel, hot-dip galvanized conforming to AST. A - T 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 asse inmngg aniinstalling 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 7B-1 7633 00432 39. EXECUTION 1. General: Notify Project Insp6ctor 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 complxete 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 debTs— 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 38. • 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 REQUIREMENTS 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 1A, 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 furn sing 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 moppings) - 40 lb. per sq. d) Texture surface coating NACO No. 161 - 6 gals. per sq. • e) Coolshield No. 401 color coating - 1 gal. per sq. TEXTURED ROOFING 7A-1 7633 0043) 37. 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 divisions of Section 14 of the Woodwork Institute of California "Manual of Millwork", (latest edition) for "Custom Grade" and/or as modified herein or on 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 9, Section On, 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 11b, PLUMBING.) 6. Casework shall be installed and securely anchored as indicated on the drawings. 7. Na�iliinn : Use aluminum nails for all redwood except structural muds FINISH CARPENTRY AND MILLWORK 6B-4 7633 00421.) 36. • b) Catchess 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 6 Vogt tan r w supports. Standards flush mounted. f) Locks: Pin tumbler type - C.C.L. #020661 National; or approve equal. Provide as indicated on the drawings. 9. Casework Anchors Install as detailed on the drawings. Steel anchors nc u un er Section 4H, MISCELLANEOUS METAL. EXECUTION FINISH CARPENTRY 1. General: All workmanship shall be of the highest quality and in actor ince with the best practices of the trade. All millwork ' 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, 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. Delive : All material stored at the site shall be adequately protects rom dirt, moisture and sunlight. 3. riming: Interior trim, where in contact with plaster, shall be bac pr mad before 4natallation. See Division 3, Section 'P, 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. S. Doors: Accurately fit and hang wood doors; properly prepare for and appy 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 68-3 0042', 7633 V '! 35. 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 More shall meet the requirements of the Woodwork Institute of California "Manual of Woodwork" for Custom Grade, paint grade finish. Solid coral cross banded: with CS 171 Good Grade birch veneer face both sides; all edges and all sides of cutouts hardwood banded to match face veneers all construction pressure bonded with Type I (waterproof) adhesive. All doors shall be guaranteed in accordance with Section 18, paragraph 2, of the W.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 Sczews: All nails, screws, lag screws, bolts, washers, etc. requ ze or abrication 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, MISCELLA"IEOUS METAL. 6. Screen, 8 mesh fiber glass screen - black. 7. Plastic Laminate: Formica; Textolite, or approved equal. Textured finishi ao id colors, 1/16" thick. S. Casework Hardware: All exposed finish hardware shall be US 108 SATIN BRONZE. at Hin ed Doors: Stanley #1583, 2-1/2" x 3/4". McKinney, or equate ecure with #8 x 5/8" full thread FHWS. FINISH CARPENTRY AND MILLWORK 6B-2 0042 1 7633 34. 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 heroin, 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 9. -= SPECIAL REQUIREMENTS Ct?NDSho�p Orawi�: Required. Submit in accordance with GENERAL an vision 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. 2. Measurementat It shall be the Contractor's responsibility to verily arr mensions at the jobsite. 3. Substitutions: Refer to GENERAL CONDITIONS and Division 1, Section 1A, SUMMUTARY 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 seasone737Tain dried, 128 maximum moisture content, and graded in accordance with the woodwork Institute of California (W.I.C.) and/or as specified. 2. Use Grade and S�!_ci�es: The following indicates grades and spec es or in indicated aced 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 7633 68-1 Vi�42 3 f(�, ` . 33. • 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 Blockin As noted and detailed on the drawings- Ig: or as amp a erein. 1) Fire stop furred spaces and stud walls with continuous solid blocking at ceilings and at intervals of eight feet maximum and elsewhere as required by the U.B.C. 2) Brace all joists and rafters over 8" deep at 0'-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 plywood and gypsum board walla; (e) studs with 2 x 4 laid flat for all chnik 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. 81,?woo, Sheathinn All plywood sheathing shall be Structural I, Inter or - , tKic news, location and nailing as noted on the drawings. Install with face grain across bearings at roof, either way on walls. Stagger joints at 4'-0" and center over bearings. s • 60UG5H CARPE7fi33 00 42 i 32. • 2. Concrete Formas a) General: Conform to the shape, lines and dimensions indicated on t e drawings. 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 formas Not prior to five days, longer if so directs y a rc itect. No form work shall be Left permanently in place. 3. Framings a) Generals All framing shall be in conformance with U.H.C., Chaptar�3, 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) Cuttin Notchin Sorin s No framing member shell be cut, notc a or re •xcnp as directed by Architect or Engineer. . c) Nailin s In general all nailing shall be as scheduled or data n the structural drawings. Toe nail only where direct through nailing is impossible. d) Bolts Screws and La Screws: Bolts shall be installed in holes ora wit a it 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 shanks 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 sped ie 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. ROUGHCARI'ENTRY 7633 0042 3 31. 5. Plywcod: Douglas Fir with exterior glue conforming to U.B. Product Standard P3 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. Fup1c"idal Treatment: Goppernate 250, Cuprolignum, Pentatox, Pentawo.3__77.,or equal, containing 58 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 e 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 bared 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 hangers as manufactured by Taco, Universal, or approved equal, galvanized, 16 gauge minimum. 9. Building P`per: 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 7633 00423 30. 4. Use, Grades and .SS eciesx The following table indicates grades and species accept, mar uses indicated, unless otherwise noted on the drawings. WOOD FOR STRUCTURAL PURPOSES PAR IN USE SIZE GRADING GRADING WOOD RULES * Foundation An noted in Foundation graded at RWD Sill General Notes 316 the mill us Joists 2" to 4" thick "Construction" Rafters 6" 6 Wider 123b 1500 f p.s.i. Purlins (Unless otherwise Small Posts noted on drawings) Plates Mullions(1) Joists to 411 Thick Rafters 4" Wide 122a "Select Structural" Lintels to 4" Thick 1900 f p.s.i. Mullions(l) 6" 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— x & arger Stringers (Width mors than 124b "Construction" 2" greater than 1500 f p.s.i. thickness) Posts x5 6 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 Farms Below Grade 1 x 6 (1) Exposed Mullions - S46, dry as possible= no knots on corners. (2) F.O.H.C. where exposed. * Redwood Inspection Service * Rules No. 15 WCLIB (for DF) ROUGR CARPENTRY 6A-2 7633 Ojtl!422 29.. . 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 1iRou h Hardwares Plates, angles, anchors, rods, connectors and ami ar 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. MATERIALS 1. Lumber Grading: Lumber shall be Douglas Fir, graded in accordance with Standard Grading and Dressing Rules No. 1S of the West Coast Lumberman'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 species 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, 156 maximum moisture content. Finishing lumber shall be kiln dried only. ROUGH CARPENTRY 6A-1 7633 0042128. EXECUTION 1. General: Contractor shall provide and fabricate material with skil a workmen in accordance with the best practices of the trade. Exact section, shapes, thicknesses, sizes, weights and details of construction indicated ¢n the drawings shall be supplied; however, Contractor, because of'his stock or shop practices, may suggest changes therein for Architect's consideration. 2. Fabrications Insofar as passible, work shall be fitted and shop assembled, ready for installation. Jointings and intersections shall be accurately made, tightly fitted in true planes. 3. Wel�dings All welding shall conform to the "Code for Are and Gas Weld ni g 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, shat a oroughly 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 58-2 7633 d���t�ti V 0 27. DIVISION 5 SECTION So 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 heroin. 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. SShop Drawin s: Required. Submit in accordance with the GENERAL CONDZ'iI ani vision 1, Section lA, 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- or o a, Nuts, Studs and Material for Same. Balt Square Steel Cut Steel Malleable Diam. Plate Washer Washer Iron Washer 1/2" 2" x 2" x 1/4" 1-3/6" x #12 2-1/2" x 1/4" 5/8" 2-1/2" x 2-1/2" x 1/4" 1-3/4" x #10 2-3/4" x 5/16" 3/4" 3" x 3" x 5/16" 2" x # 9 3" x 3/8" 7/8" 3-1/4" x 3-1/4" x 3/8" 2-1/4" x # 8 3-1/2" x 7/16" 1" 4" x 4" x 7/16" 2-1/2" x # 8 4" x 1/2" 4. Galvanizing% Conform with ASTM Spec. A93-. 5. Primer: Galvanized Metals, an approved zinc dust - zinc oxide primer. Nan-galvanized Metals, an approved zinc chromate - iron oxide primer. MISCELLANEOUS METAL 00414*1 5B-1 7633 26. 3. Weldin All welding shall conform to the standards herein speef�:� All welds exposed to view shall be ground smooth and uniform with adjoining surfaces. 4. _BBool�lt��iin�ng�: Install high strength bolts in punches or drilled holes as requ3-red. 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 concrets, exposed to the exterior and/or where so indicated on the drawings. Galvanize after fabrication. 6. Paintin All ferrous metals, galvanized and non-galvanized, shall be t oroug y cleaned of mill scale, grease, dirt, or rust, etc. and any portions not to be embedded in concrete shall be shop coeted 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: Bolt with high strength :steel bolts as indicated on the rawings. Field welding only where shown on the a drawings. Assembly of structural joints using high strength steel bolto 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 51, hardened beveled washers shall be used to reduce the slope between bearing faces to 51 maximum. Draw bolts up tightly. After total structure frame is in place and before closing in with work of other trades, ratighten bolts at all joints and burr the threads to,prevent loosening. E r i a STRUCTURAL STEEL 5A-3 7633 1.10411 ti 25. 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 S, seamless or welded and ground smooth. 4. High Strength Boltss ASTM Specification A325-. 5. Weldin Materials and E ui mento Shall conform to all applicable codes. ectro s s a con orm o "Tentative Specifications for Mild Steel Arc Welding Electrodes", ASTM Spec. A-2333 and of 660 series as required for conditions of *the intended use. 6. Galvanizing: Conform with ASTM Spec. A93-. 7. Primeri 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-Ma- approvesnap drawings 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 skilledworkmen. 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 he 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 5A-2 7633jji {{ 0041� 24. DIVISION 5 SECTION 5A STRUCTURAL STEEL 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 STRUCTURAL STEEL work indicated on the drawings and/or specified herein. SPECIAL REQUIREMENTS 1. Standards: All work and materials shall conform to applicable port ons o the 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 Buildings 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. Substitdtions: 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. Teatin and Inspection: See Division 1, Section 1B, TESTING AND IN PEC' D. 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. Sha Drawin s: Required. Submit in accordance with GENERAL CONDITIONS an Division 1, Section 1A, SUPPLEMENTARY GENEPAL CONDITIONS. 6. Qualification of Welders: Melds shall be made only by operators who have been qua i ie y tests as prescribed in the "Qualification • STRUCTURAL STEEL 5A-1 7633 0041.'j 23. DIVISION 4 MASONRY NONE IN TRIS SPECIFICATION s ,r �4 5 4 a;- int • 4 0041) 22. . b) Finishing: Respective finishes shall be applied in principal areas as designated below and elsewhere as scheduled or indicated. 1) Steel Float: On interior slabs. 2) Broom Finish: on exterior slabs, walks, etc. Texture to be approved by Architect. 3) i ansion Joints: install joint filler at exterior slabs at t. on center maximum. 10. Prote,coon: a) No loot traffic or use within 72 hours of finishing. • i ,i � e f • CONCRETE 38-4 7633 0���`i1-3 l 21. 5. Placing of Concretes 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) Preparation: Remove water from excavations or forms and divert any ow of 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) Placin Concrete: Concrete shall be rejected if not placed wit�TFtiours 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 notosl-s than 10 a 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 s 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" not thickness unless noted otherwise. Where floor drains occur, slabs shall be formed and finished with uniform slop* 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, ocking and other inserts required by the concrete work and by other trades. b) Grnutincand Pointin s Wood or metal plates resting on concrete shaT 5e r3�y-pac a oint up around frames, etc, with cement mortar, making smooth tight joints. 9. Concrete Finish: a) General: Concrete slabs shall be given a monolithic cement fin s—h-Hastening the set by application of dry cement, additives or similar methods not permitted. CONCRETE 38-3 7633 00413 20. 1. Concrete Forms: EXECUTION a) Constructions Bee 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. oun at ons 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 bivisi"on. 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) Ready-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. is CONCRETE 3B-2 7633 00412 19. . DIVISION 3 SECTION 38 CONCRETE 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, 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 18 Testing and Inspection. MATERIALS 1. Water: Shall be from domestic supply, free from subsequent cont—ination. • 2. Portland Cement: Shall conform to ASTM Spec. C150, Type II. 3. Concreta Aggregates: a) Generals Aggregates shall conform to ASTM Spec. C33, except as moad herein. b) Fine A re ate: Natural sand; hard, strong, durable particles; not over y 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 re ate: Clean, hard, fine grained, sound crushed roc or was a gravel; not over 5% by weight of flat, chiplike, elongated, friable or laminated pieces; not over 26 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 1 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. Premoldad E ansion Joint Filler: 3/8" thick conforming to ASTM pec. D • CONCRETE 3H-1 7633 00.411 18. INSTALLATION • 1. Steel reinforcement not required in exterior concrete paving unless detailed otherwise City or Con then , drawings gsor where required to conform controllingwith 2. Reinforcing shall be of the sizes, lengths and shapes to conform with structurl in place withaconcratesor metalachairs# spacers norpstirrupsywiredsecure t by placing of concrete. together so as to prevent displacemen r REINFORCING STEEL 3A-2 7633 • 17. 00410 • 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 CONDY71699--a—nZ Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. " 2. Testing: See Division 1, Section IS, TESTING AND INSPECTION. 3. Inspection: All reinforcing steel shall be inspected by Architect atter�s 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 reinTo cing greater than 1/4" shall be deformed bars conforming to ASTM A305. 2. Accessories: All. spacers, chairs, ties (16 gauge, annealed stee w , 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. • 2. Posts: Space evenly on each run, not over 10' o.c. Plumb and trueto fine. 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. 4braces: 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 postal 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. S. Attaching Fabric: Procedure - a) at and, 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 bandst maximum spacing on posts, 14", on rails, 24". . c) Stretch taut. s METAL FENCING p 2C-3 7633 00408 15. 2. Fabric: Steel wire, hot-dip galvanized after fabrication, 9 gauge, 20 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" wide, 14 gauge. s) Stretcher bars - 3/4" wide, 1/4" thick. f) Wire bands - 6 gauge (3 turns around fabric). DESIGN 1. Fences with top rails; tension wire without barbed wire at bottom. Height 6' unless otherwise noted on the drawings. 2. Fittings: Ball tops on and, corner and gate posts. 3. Gates: Swing gates: frame members and fabric as scheduled. LocattTons on the drawings. Secure the fabric as to and 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) Hold-open stop in concrete base, not to hold the gate at 1800. b) Free leaf of pairs, in addition to a) s 1) Latch fork. g. 2) Lock keeper guide. 3) Lock keeper. c) No padlocks. EXECUTION 1. Post Footings: Concrete, having a minimum compressive strength of 2000 psi at 29 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 rr��f!FENCING 2C-200 j1 417 t 14. 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 SShop Drawin s: Required of chain link fencing. Submit in accordance w�fh CONDITIONS and Division 1, Section 1A, SUPPLEMENTARY GENERAL CONDITIONS. MATERIALS CHAIN LINK FENCING 1. Structural Members: Steel pipe, hot dip galvanized (coating M not loan than 2 oz. per 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 00406 13. PRIME COAT (Section 39- 4.01 and 4.02) Liquid asphalt SC-70 spread over the bass 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 Section 39- 3.01 through 3.04. in accordance with 3• Spreading and compacting shall be in accordance with Section 39- 6.01 through 6.03. SLOPE OF PAVEMENT SURFACE 1• Drivewa s: Slope 1/2" in 12" from center to edges or from side to ai3e."� =rz� 2. Par�kings Unless otherwise shown, crown or warp surface to slope 2; minimum to direct water to catch basins or natural drainage . areas away from buildings. Maximum deviation - 1/4" from a 10'-0" straightedge. • v ASPHALT PAVING 2B_2 00405 12. DIVISION 2 SECTION 28 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 REQUIREMENTS 1. All references made hereinafi 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. Ed eboarda: (side forms) Construction heart grade redwood. Inata a ong all exposed edges of paving. See details on the drawings. 2. Parkin a ers: Furnish and install parking bumpers as shown on the draw ngs, as manufactured by "Fiberaised Bar & Line CO.", Merin 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 28-1 11, • c) Be 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. 4 5 EARTHWORK 4 F 1 ti 2A-3 004M 10. leveled, rammed and tamped in place. (900 compaction.) All pipe and conduit shall be bedded in 4" of sand and covered with a minimum of 2" sand. 3. Cushion Fill: a) Generals Provide under concrete slab under roof. b) Deacri tion: Graded 3/4" x 1-1/2" clean crushed rock for use under oor s ab 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 e�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 asp a t� 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 raded to convey all surface water away from all structures as indicated on the drawings. Minimum permissible elope - 1/4 inch to 1 foot unless otherwise shown. d) No hollows, depressions or circumscribed areas in which standing water remains will be accepted. 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 J,633 9, 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 Sites This Contractor shall be responsible for ex n ng e ■ to an 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 ofiTenches 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, unde-cZiFo-s—R vegetable matter (top soil) , rocks exceeding 3 inches in diameter. Backfilling shall be done in layers not exceeding B inches, EARTHWORK 2A-1 0001 II. WELDING 1. General: All welders shall be certified. Testing Agency shall obta n or 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 inspects y Tasting 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. 3 • TESTING AND INSPECTION 18-4 0040.07633 7. REINFORCING STEEL 1. Tests: Intermediate or hard grade bars, ASTM A15- and A 308-. 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 mill - 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. Generals 'In accordance with ASTM A 36-. 2. Tubular Column z 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 smelt numbers and not accompanied by mill analysis and test reportsf provided one tension and one bend test is made for each five tons of each size or fractional part thereof. HIGH STRENGTH BOLTING 1. Holts: ASTM Spec. A 325-. 2. Execution: Assembly shall be under the supervision of the Test n-Agency, and 10% of the bolts shall be checked with a torque wrench or other suitable apparatus by the Testing Agency. i B-3 TESTING Ae J;1EC�633 �J 6. b) Project inspector: A representative of the County shall provide 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 pro ect 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) Cement: ASTM C 150-1 frequency - one bin or mill test for eacH-Wrbarrals or facctional part thereof. b) AAggregate�s: 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. U('ti()`,TEESTING AND INSPECTION 5. DIVISION i SECTION 18 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 RE0UIREMENTS 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 GE:JERAL CONDI. 2. Testin' A en - All testing shall be performed by a qualified person� or 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 acco�nce with the standards specified henceforth. 4. Test Reports: One copy of all test reports shall be forwarded to ther]rcchitect 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 AND INSPECTION 181 7633 OWN 4. ® 11. Sanita Conveniences: The Contractor shall provide adequate temporary to at ac des 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 removed upon completion of the work. 12. Utilities: The Contractor shall provide and pay for all water, gas ani eTecericity required for the construction until final acceptance of the work by the County. �f. s y_ • GENERAL INSTRUCTIONS lA-3 7633 00t 3. 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; e) Electrical fixturesi 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 not 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 S. All permits and fees, except business license, will be paid by County. 9. Tam 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 Sign: The Contractor shall provide a 4' x 6' painted sign with el 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 IA-2 7633 00311 J 2. • 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, morefully described in the Specifications and on the Drawings listed below, titleds OFFICE BUILDING AT FLOOD CONTROL SITE DRAWINGS �2. The following Drawings are made a part of these specifications: Architectural Shoots - dated September 19, 1977 Structural 8feets'IS5 dated September 19, 1977 . Plumbin i Mechanical Sheets - , dated September 19, 1977 Electrical sets -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 'RORK 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 7633 J 1. ` I s e . EDA SITE SIGN SPECIFICATIONS Sizes Sign At 4' x 8' x 1 7/8" Sign B: 4' x 8' x 3/4" Materisias Faces Sign A - 1/4" tampered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) Framingt 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 Assemblyt Sign As 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 Mountingt Signs A and B are to be, mounted to the 4" x 4" post with a 3/8" minimum bolt and out, 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. Creations 4" x 4" posts are to be set three to four feet deep into concrete 12" in diameter. Paints Face: Three coats outdoor enamel (sprayed) Rears One coat outdoor enamel (sprayed) Colors: Crimson Red, Stark White and Royal Blue. Specifically white background; "JOBS" in red; "for your community" � to blue; "EDA" logo and "in partnership with the U.S. DEPARTMENT OF COMM$RCE - 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 screet 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. Scales 1" • 1'-0" 001393 . 3 V• h v wx�'All Number .,�«� _ ''�•;;.::.sir;,iti Number 5 00392 f T .. s ttM t t .t'X4 a 494 POST �.--�-iI Number 4 00391 i J "'MASONIT T ••t"PLYt�/OOl7 •,�T i b b� N �4 a• ~M r•d � I n iS a V-d /�N•Q V��c3.7U Number 3 ��•" y V h cl-I unity GF ) tP� ; omic Development Ac6inisf C i 1-4°x _9G. •d�_ i c: CCAIE 1" s 1' o • �parhiexship with the U.S.N-*RTMBgT OF COMMERCE A,�; ,► Ecc�nnic D�v�ek�►merrt x o ELATE 1" a V GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the Type of War which we have Installed in the (NAMEU ,California, for year (s) use from date of ng 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 fall to comply with the above mentioned conditions within a reasonable time after being notified in writing,we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and j Includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. ( This guarantee supersedes any previous guarantees we have m. a 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. 0038 1 t 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. 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. S. 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-butit 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 at 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. 0. The general contractor and each of the listed subcontractors shall execute and furnish the County with the standard . guarantee form. 0038 /�rr}{� H-15 SECTION 17. CHANGE ORDERS A. Allowable Time Extensions - For any change in the work, the Contractor shall be entitled OnIV to such adjustments In time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change In the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. 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 quantitles 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 an the day the work is performed.- 3. er orme3. 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. Follure to Air ee as to Cost - Notwithstanding the failure of the County an the ontractor 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. Dally 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 i$. 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 relleved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 20 or during the guaranty period after such acceptance, as set forth in Section 21. ? H-14 r 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 Contractors expense. C. Whenever a material or process is identlfled on the Plans or the Specifications by a manufacturer's name or number it Is intendod to establish a standard. If the Contractor and/or subcontractor`s 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," 3 substantiating the material or process as equal to that specified; and that it will perform In relation 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 tontraet, is sufficient cause for the denial of request. The County will not be responsible for any rasulting deviations from Plans 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 sale 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 otherwisedirected by the County. 003S 030 9 . M-13 SECTION 13. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, Including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designst- Ions shall be considered as being those found In Industry publications of current issue at date of first invitation to bid. B. Reference Standards:. When standards of the Federal Government, trade societies, or trade associations are referred to In the contract documents by specific date of Issue, these shall be considered a part of this contract. When such references do not bear a date of Issue, the current published edition at date of first invitation to bid shall be considered as part of this Contract. SECTION 14. MATERIALS, ARTICLES, AND EQUIPMENT: A. Material shell 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 materlal. 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. All materials shall be delivered so as to Insure a speedy and uninterrupted progress of the work. Same shall be stored so as to cause no obstruction, and so as to prevent 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 manufa•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 letter 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. * 00 383 H-lY SECTION 11. INTERPRETATION OF CONTRACT REQUIREMENTS (cont'd) 4. Conflicts within the Speclflcattons: (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 goad 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 sat forth in the contract documents. SECTION 12. CLARIFICATIONS AND ADDITIONAL 114STRUCTION; A. Notification by Contractorr 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. a. 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 Chang* Order has been Issued. C. Change Orders: See SECTION li this Division. 1 SECTION 9. INSPECTION A. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal 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 1 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- meet occurring in any one of the documents Is as binding as through occurring In all. 6. 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 speeificnlly 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, ail other portions of the pians. 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. N-10 ® 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. Y �F • N'9 00 380 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" maans 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 hous'.ng 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 hes 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 Old 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-asslsted construction project. REMARKS: • • H-8 00379 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 ail 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 an 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 Construct on - (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.elause. 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 Eqau) 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. H-7 00378 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 shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, wire for, install and maintain temporary electric light wherever it Is necessary to provide Illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being performed. This temporary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer. Project Inspector, or any other authorized representative of the County whenever required for Inspection. 0. The Contractor shall provide and maintain for the duration of the work temporary toilet facilities.,for the workman. 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 wwiil_lpaadirectly to the utility companies connection fees, annexxatlon fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associated with the temporary services are required they will ba paid by the Contractor. The County will not pay for water, gas, telephoneand electricity consumed on the pro ect until after the County makes written request to the utility companies that' billings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. 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 1. PERMITS 40 The Contractor is not Ea Si,re�d to pay any charges associated with permits. (it is not present policy of the County to pay fees to the incorporated cities for permits.) 11-6 001137 7 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 taws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all. amounts under the Unemployment Insurance Act. SECTION 5. SUBCONTRACTING A. The Contractor shall be responsible for all work 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 falls to prosecute a portion of AS 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. 0. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid Shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public raeord 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 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 and paid for by the Contractor. The Contractor shall furnish the necessary N-5 003'1 � y � SECTION 4 BONO AND INSURANCE _ A. Compensation insurance The Contractor shall take out and maintain during the Iifa of this Contract, adequate workman's Compensation Insuranea 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 Workman's Compensation statute, or in cast 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 Liability and Property Oamaoe 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 insurads, 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 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 afforded under the policies will not be cancelled until at least thirty (30) days' prior written notice has been riven to Contra Costa County. 0. Performance Bond In addition to the requirements in Paragraph 29 of the Genaral� Conditions, tha 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. N-4 OOt3`1J . SECTION 2. GOVERNING LAWS AND REGULATIONS (cont'd) Contractor shall keep copies of Codes on Job at alt 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 pian showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered , civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective then that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to Impose tort liability on the awarding body or any of its employees. "The terms "public works" and "awarding body," as used In this section shall have the some 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 sand proper notices, make all necessary arrangements, and perform all other services required In the care and maintenance of all public utilities. The Contractor shall assume all responsibility concerning same for which the County may be liable. (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. (e) 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 001311 SECTION i;- DEFINITIONS (cont'd) Count - Shall mean the County of Contra Costa, a political subon 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 •givan during the course of the work. r too—Section 168 ) General Notes - The written instructions, provisions, conditions, or other requ rements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans - The official drawings including plans, alava- tlons, 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, condl- tlons and detailed requ rements 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 extension 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.Sul lding 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 N-2 DIVISION H - SUPPLEMENTAL GENERAL CONDITIONS • SECTION I. 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 perlo -'which supersedes, or supplements the original contract documents. Affirmative Action Manpower Utilization Report - A written document da y, 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�e 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, o nt venture, or any combination thereof, submitting a proposal for the worn, acting directly, or through a duly author- ized representative. Board of Supervisors - 6hall mean the duly elected or appointed off c a s who-constitute such a Board, who will act for the County In ail matters pertaining to the Contract. Change Order - Is any change In contract time or price and any change in T contract documents not covered by subcontractors. Project Ins actor Construction Su ervisor Inspector, or Clerk of the Works - ha mean t e aut or zed agent or 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, oint venture, or any combination thereof, who has • entered into a contract with the County. H-I 00372 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. EMPIAYMEn 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 of, 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 w. The contractor agrees to use and cause to be used in such project by all 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 OP 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 iu 38 USC 2011(1), and to qualified Vietnam-era veterans, as defined in 38 USC 2011(2)(A). 00,771 G•21 L that it will include the provisions of pamgr rlhc:,,through g.in every.uttt9xt1r:171 or purchase order enteral into I for the purpose of accomplishing IN%contract.unless otlaerw Ise Csemptcd pursuant to the EPA rcgulations iniple• menting the Air or Water Aa(40 CFR.Part 15.5),so that such provisions will be binding upon each subcontractor or vendor: I- That in the event that the contractor or the suhcontractors fur the construction.supply and service contracts entered into for the purpose of accomplishing this contract were exempted from complying with the above.requirements under the provisions of 40 CFR.Part I5.5(al.the exemption shall be nullified should the facility give rise to a criminal Conviction(See 40 CFR.Pun 13.20)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.m soon as the cootroctor or the subcontractor$'facility Is listed for having given rise to a criminal conviction noted in40CFR.Part*15.10. RECTION 61. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITHM The contractor agrees to expend at least 10 percent of the conttaeta if awarded, for bona fide'minority business enterprises. For purposes of this paragraph the term "minority business anterprima" 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. For purposes of the preceding sentence "minority group members" art citizens of the United States who are Negroes, Spanisb-speaking. Orientals, Indians, Eskimos, and Aleuts. No partial or complete waiver of the foregoing requirement shall ba •granted by the Owner and approved by the F,conomic Development . Administration other than in exceptional circumstances. To justify a waiver it must be shown that every feasible attempt hu 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 enterprisa goal. If it appears that leas 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. 1 .. i SECTION 38. SIGNS . i The contractor shall supply and Brat a project sign I Exhibit XI according In Iha specifications set forth in the following and hereinafter known as General Condition Number 38.The contractor shall he responsible for maintaining the project sign during construction of the project,Other authorities include:Requirements for Approved Projects and/or Volumebi ofthe Public Works Manual of Procedure. is EDA SITE SIGNS SPECIFICATIONS SIM 4'Xg'X 1%, Material:Face N'Tempe edmissonitaoraryal,Framer W X W flr-drauad rourl4ysides Assembly:Iii'X 3K'rir trams to Bt 4'X g'X I W panel with two(2)center braces Paint:Fsae-•)coaisouldcoretamet(sprayed) Raw—I coal outdoor sasamal(sprayed) Lettering:Silk screen enamels where possible.or hand painted enamels aloe:Red,thiig,and blue,Specifically.why ire background:"new jobs for your community"in ML BOA logo grad "in partnership with the U.S.Dopsrtment of Commerce,Economic Development Admbolstratkm,"XIII, (Sa Exhibit Xi SUCTION 59. NATIONAL HISTORIC PRESERVATION ACT OF 1966 = The eontraclor agnea to contributo to the preservation end enhancement of sttuctutes said objects of historical.archi- lectursl or archaeological signciconce when such items are round and/or unearthed during the count or project con• struction and to consult with the State Hlsloric Preservation OlScar ror recovery of the items,(Rafarenca Nitiona) Historic Preservation Act of 1466(80 Stat 915.16 USC 470)and Exeaulive0rder No,11393 or May 31.1911.1 SECTION 60. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Cuntracior agrees to comply with Federal clan air and water standards during the porformarwx of this contract and speaitkafly agrees to the rollowing: a. The term"racihty"mem(a)any building,plant.installation.structure,mine,vessel or other floating craft,location or site of operations IN owned,Icuscd.or supervised let by the contractor and the subcontractors(d)rot the con- struction.tupply and service contracts entered into by the contractor: b. that any facility to be uldinai in the acv impliAment of this contract is not listed on the Environmental Protection Agcocy,I list of Violating Facilities pursuant to 40 CFR.Pan 15.20: e. that in thoutcm a faciltyuttlitcd in the accomplishment of this contract becomes listed on the EPA list.this construct may be cancelled.terminated or suspended in whole or in part: d. that it will comply with all the reWiremrats of Section 114 of the Air Act and Section 308 of the Water Act relating to tnspactcon.monnoring,entry,reports.and information,as well as all other requirements specified in Section 114 and Section 306.respectively,and all regulations and guidelines issued thereunder: e. that it will promptly notify the Government of the receipt or any notice fmm the Director.Office of Federal Act aia tic%.1•nvinmmcntat Protection Agency,indicating that any rac4hy unfired or in he utrlizod in tha accomplishment of this contract is under swnsidarutiun for listing on the EPA list urViuiating Fucilitics: 00 369 G-19 i SECTION 56. SUSPENSION OF WORK Should the Owner he prevented or enjoined from proceeding with work or from authorizing its prosecution either before j or after its prosecution.by reason 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 he extended to such reasonable time as the Owner may determine will compensate for time lost by such delay with such determination to be sea forth in writing. SECTION 57. EWLOYHM OF LOCAL LABOR The maximum feasible employment of local labor shall he muds 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 hear reasonably maybe done it an-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 cue of Economic Development Centers,qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic DevelopmFnt District.except: a. To the extent that qualified persons regularly raiding in the designated area or Economic Development District are not available: Is. Fur the reasonable needs of any such Contractor or%uhconiructor,to employ supotvisory.or specially experienced Individuals wwary to assure in efficient execution of the contract: c. For the obligabum of any each Contractor or subcontruciur to offer employment to present or farmer employea as the result of a lawful coltshive barguininp contras,provided that In no event%hull the number of nonresident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by ouch Contractor and hos sobcontra.•tors on such project: Every such Contractor and subcontrach%r shall furnish the United States Employment Servke Office In the area in which u publw works or dcvdopment facility project is located with a list of all positions for which It may from time to time require laborers.mechsatcs.and other employes,the enimalcd numbers of employea required in aaah daub • lkatlon.and the estimated data on which such employes will be required: The Contractor.hall Linc full consideration to all qualified job applicants referred by the local employment service. but is not required to employ any job applicants referred whom the Contractor don not consider qualified to perform the classification of work required: The payrolls maintained by the Contractor%hall contain the following information:The employee's full name,addreu and social security number and a notation indicating whether the employee don,or don 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 cera within the Economic Development District as well a an indication of the ethnic back• ground of catch worker. The Carnractur shall include the provisions of this condition in every subcontract far work which is,or reasonably may be.done as on-site work. G=18 00365 4 S. 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 be cuncellod.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.regulationv.or orders of the Secretary of Labor issued pursuant to Section 204 or Executive Order No.11246 of September 24.1965,so that such provisions will be binding upon each subcontractor or vendor, The Contractor will take such action with respect to any subcontrachoror purchase order as thecondracting 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 vandor as a result of such diredton by the contracting agency,the Contractor may request the United Stores to enter Into such litigation to protect the interests of the United States, L Exemption&to Above Equal Opportunity Clause(4tCFR Chap,60): (1) Contracts and whcvntracts not exceeding SIO,f100(ether than Givernment bills of(ailing)are excmial The amount or the umeract,rothcr than the around or the Federal financial assistance,%hull gorem in daderminbag the applicability of this exempt=, (2) Except in the case of subcontractors for the performance of construction work at the sits 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 ars exempt. SECTION 54. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalfor the Owner to negotiate.make,accept or approve,or to take pan in negotiating.making,accepting,or approving any architectural.enginsaing.Inspection. construction or material supply contract or any subcontract in connection with the construction of the project,shall become directly or indirectly muraslad personally in this contract or in any putt hercor.No obficar.employes.architect, attorney,engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exaressc any(cgaNtive.executive,supervisory or other similar functions in conaeaion with the construction of the project,shall become directly or indirectly interested personally in this contract or in any part then oG any material supply comract,subcontract,insurance contract,or any other contract pertaining to the project. t' /ECTION 55. USE AND OCCRANCY PRIOR TO ACIIEBTANCE BY MM The Contractor agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the Owner,provided the Owner, a. Secures written consent of the Contractor except in the event,in the opinion of the ArchitactjEagim er.dbe Cam- tractor is chargeable with unwarranted dday in completing the contract requirements; b. Secures consentofthcSunny: C. Sutura endorsement from the inwrance corrics(s)permitting occupancy or the building or use of the projea during the remaining period of coottruction.or d. When the project consists of more than one building,and one of the buildings is occupied.secures pemtamemt fife and extended coverage insurance,including a permit from the insurance carrier to complete construction. G-17 Q[lrfi l f SECTION 53. EQUAL VMLOYMENT OPPORTUNITY ® No person to the United State.!mall.on the grounds of race.cedar.nmiunul origin,or soil,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 I2 of Public Law 92-65. Form EDA-503.The Recipient and all Contractors,subcontractors.suppliers.lestecs and other parties directly partid• paling in the Recipient's project agree that during and in connection with the associated agreement relating to the Fed- erally assisted program.(it they will comply.to(he extent applicable,is Contractors,subcontractors,lessees.suppliers. or in any other capacity.with the applicable provisions or the Regulations of the United States Department of Com• meree(Put 8 of Suhude A of Title 15 of the Code of Federal Regulations)issued pursuant to Tide VI of the Civil Rights Act of 19641 P.L.98-352).and will not thereby discriminate against any person on the grounds of race.color.or na• tional origin in their employment practice.in any of their own contractual arrangements,in all services or accommoda- lions which they offer to the puhlic.and in any or their other husinem operations.(Ti)they will provide information re- quired by or pursuant to said Regulations to ascettain compliance with the Regulations and these assurances.and(ill) their noa.eompliance with the nondiscrimination requirements of said Regululions and these assurances shall constitute it breach of their contractual arrangements with the Recipient wherehy 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,)t)Fd.Reg. 1231911965)1Equal Opportunity Clause).During the performance of this contract. the Contractor ogress as follows: a, The Contractor will not docriminmc against any employee or applicant for employment haause of race,color. religion.sex.or national origin.The Contractor will lake atfirmauva action to ensure the applicants aro employed. and that employees are traced during employment,without regard to their race.color.religion.sex.or national origin.Such action shall indude.but not be limited to the following:employment,upgrading.demotion.or transfer•. recruitment or recruitment advertising:layoff or termination:rales of pay or other forms of compensation:end selection for training.including apprenticeship, b, The Contractor agnea to pv.t to conspicuous places availuhlc to employees std applicants for employment.notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. c, The Contractor will.in all solicitations or athertisernenis for anployen placed by or on hchalf of the contractor. state that all qualditad applicants will twelve consideration for employment without regurd to race.color.rdigiun. ' sat,or national origin. d. The Contractor will will to each labor union or re:presentairve 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 worker)representative of the Contractor's commitment under Section 202 or Executive Order No.11246 of September 24.1%5.and shall post copies of the notice in conspicuous places available to employees and applicants for employment. a. The Contractor will comply with all proisions of Executive Order No.11246 of September 24.1965.end of rules. regulations.and relevant orders of the Secretary of Labor. L The Contractor will furnish all information and reports required by Executive Order No.11246 of September 24. 1%5.and by rules.regulations.and orders of the Secretary of Libor•of pursuant thereto,and will permit access to hes books.record.and accounts by the contracting agency and the Secretary of Labor for purposes of inveslilia- tion to ascertam compliance with such rules.regulations,and orders.Each Contractor and subcontractor of Fed- erally finunced construction work is required to file an Equal Employment Opportunity Employer Information Report(1'41'0-1 oil Standard Form 100)annually on March 31.Forms and instructions are available at the EDA Regional OtGa. 0036") G-16 t I. Any deductions to pay regular unkin initiation fees and monher%hip dues,nut including lines or special assessments: ! �� Provided,however,that a collective burgainine agreement between the Contractor or subcontractor and repre• sentatives of its employees provided for such daluctiun%and the deductions are not otherwise prohibited by haw, ® j. Any deduction not more than for the••rcasonahle aisle•of board.lodging,or other fucilitics meeting the require- ments of section Nm)of the Fair Labor Standards Act of 1918,is amended.:md Part 511 of this title.When such a deduction is made,the additional records required under 5316.15(a)of this title shall be kept. SECTION 50. SUBCONTRACTORS The Contractor will insert in any subcontracts the clausei contained in 19 CFR 5,5(a1(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&clause requiring this insertion in any further wbeonlracu that may in turn be made, SECTION 51. CONTRACT TEMMTION A breach of sections 44 through 50 may he grounds for icrinination of Ilia contract.and fur debarment as provided In 19 CFR 5.6. SECTION 52. OVERTIM REQUIROMM , No Contractor or subcontractor contracting for any part of the contract work whieb may require or involve the em• ployment of laborers or mechanics%hull 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 excess of Pony hours In such work• week unless such laborer or mechanic receives compensation at a rate not less than 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. • In the event of any violation or the clause set forth in the subsection above,the Contractor and any subcontractor responsible thercfur.shall he liable to any affected employee for his unpaid wages.In addition,such Contractor and sub. contractor%hall he liable to the United States(in the case of work done under contract for the District of Columbia or it territory,to such District or to such territory),for liquidated damages.Such liquidatod damages shall be computed with respect to each individual Iahorer or mechanic employed in violation of the clause sec forth in the above subsection in the sum of 510.09 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standud workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above. The Economic Dcvciopment Administration may withhold or cause to he withheld. from any moneys payable on as count of work performed by the Contractor or subcontractor.such sums as may udminmrutivcly be determined to he necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damage as provided in the clause set forth above, The Contractor shall insert in all subcontracts the cluase set forth in the above subsections of this action 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 requtnng this insertion in any further subcontracts that may in turn be made. 0036'] G-1 S SECTION 49. COPLLAIM "ANTI—KICKBACK!, PROVISIONS These provisions of this section.29 CFR Part 1,prescribe"Ant i•Kickback"regulation under section 1 ofthe Act of f June 13.1964.as amended(40 U.S.C,276c),popularly known us the Copeland Act. Each Contractor or subcontractor shall furnish each week a Statement of Compliance.Form ED-162,to accompany the weekly submis4ion 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 matter within the jurisdiction of any department of agency of the United Suter,shall be fined not more lhan 510.000 or imprisoned not mora than five years,or both). The requirements of this section shill not apply to any contract of 52.000 or less. Upon a written finding by the head of 4 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 Secta stry 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 t a, Any deduct ion made incompliancewiththe requirementaofFederal.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 wsges 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 to the person employed in such a manner as to give him complete freedom 9 ofdlsposition 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 Misted person,or when collusion or collaboration exists. d. Any deduction constituting a contribution on behalf of the person employed to funds established by the anployer or representative of empioyees,or both,for the purpose of providing either from principal or income.or both. medical or hospital care,petitions 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 mel:(t)The deduction is not otherwise prohibited by law: (2)it is either-(t)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 1s not a condition either for the obtaining of or for the continuation of employ merit,or(ii)provided for in a trona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees:(3)no profit or other benelit is otherwise obtained,directly or indirectly, by the Contractor or suitcontractor or any alfiiliated person in the form of commission,dividend.or otherwise, and(4)the deductions shall serve the cntwentetce and interestof the employee. e. Any deduction contributing toward the purchase of United States Defensc Stamps and Bonds when voluntarily authorized by the employee. i f. Any doiluction rcqucsta(by the employee to cnabic him to repay loans to or to purchase shards in credit union organized and operated in accordance with Federal and Stats credit union statutes. t g. Any deduction voluntarily authorized by the employee for making of contributions to governmental or quasi• government agencies. h. Any daluction voluntarily authorircd by the employee for making of contributions to Community Chests,United Givers Funds,and similar charitable organizations. 00,61 G•14 SECTION 47. PAYROLLS AND BASIC RECORDS I Payrolls and hasic records relaung 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 State 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 eantriba• tions or costs anticipated of the types described in section i(h)(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)liv)that the wags of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section I(b)(2)(B)of the Davis-Bacon Act,the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program �3 is finsncially responsible.and that the plan or program has been communicated in writing to the laborers or mechanic affected.and records which show the costa anticipated or the actual cost incurred in providing such benefits. The Contractor will sub it weekly a copy of all 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 Adminittration.The copy shall he accompanied by a statement signed by the employer or his agent indicating that the payrolls arecorrect andcomplete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classi• licatiom set forth for each laborer or mechanic conform with the work he Performed.A submission of a"Weekly Statement of Compliance"whKh is required under this contract and the Copeland regulations or the Secretary of Labor(29 CFR Part 3)and the filing with the initial payroll or any subsequent payroll of a copy at any findings by the Secretary of Libor under 19 CFR 5.5(a)f l)(iv)shall satisfy this requirement.The Prime Contractor shall be respon• sihle for the submission of copra of payrolls of all Suhcontructors.The Contractor will make the records required underthe labor standards clause of the contract available for inspection by authorized repretmlotives of the Economic Development Administration and the Department of Labor,and will permit such representatives to interview employs" during working hours on the)ob. 3 SECTION 48. APPRENTICES AND TRAINEES Apprentices will he permitted to work at such only when they arc registered,individually.under a bona Ada apprentice- ship program rclimcied with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training,U.S.Department of Labor,or.it no such recognized agency exists in a Stale,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 rata,who is not a trainee as defined in section 2c or is not registered as above.shall he 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 wnuen silence of the registration of his program and apprcnticas as well as of the appropriate ratios and wage rata,for the area of ainuruction prior to using any apprentices un the contract work, Trainees will.permitted to wark ss such when they are bona fide trainees employed pursuant to a program approved by the U.S.Department of Labor,Stanpower Administration,Bureau of Apprenticeship and Training,and where the subparagraph below is applicable,in accordance with the provisions of Pan Sa,Subtitle A.Title 29.Code of Federal Regulations. On contracts in excess of$10.1h).the employment of all laborers and mechanics,including apprentices and trainees, as delisted in Section 2 shall also be subject to the provisions of Putt Sa,Subtitle A.Title 29,Coda of Federal Regula- tions,Apprentice and trainees shall be hued in accordance with the requirements of Part 5a. The provisions of Sections 45,46.and 49 shall be applicable to every invitation for bids.and to every negotiation, request for proposals.or request for quotations,far an assisted construction contract,issued aper January 30, 1972, and to every such contract entered into on the basis of such invitu6cin or negotwtion.Part 5u.3.Subtitle A.Title 29, Code.of Fedcrai Regulations shall constitute the conditions of each assisted contract in excess of$10.000,and each Owner concerned shall include these conditions or provide for their inclusion,in each such contract.Parts 5aA,5a3, So.6,and 5o.7&hull also be included in c2ch such contract for the information of the Contr ctor. 0036") 0-13 _ _.. t IRMON 45. 1111MM WAGES Allmechanics and lahnrcm employed or working upon the site of the work.or under the United Slates Ilousing Act of 1937,or under the flousmg Act of 1949 in the construction or development of the project.will be paid uneondi• ti0n211y and not less often than once a wttk,and without%ubwqucni deduction or rebate on any account(except such payroli 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 ware determination decision of the Secretary of Labor which is attached hereto and made a part hereof.regardless of any contractual relationship which may he alleged to exist between the Contractor and subcontractor and such laborers and mechanics:and the wattdetertnination decision shall he potted by the Contractor at the site of the work in a prominent place where it can he easily seen by the workers.For the purpose of this clause.contributions made or costs reasonably anticipated under section I(bit2)of the Davis-Bacon Act on behuif of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of 29 CFR 5.5(a)(I i(iv). Also for the purpose of this clause,regular contributions made or cosu incurred for more than a woekly period under pians.funds,or programs,but covering the particular weekly period.are deemed to be constructively made at Incurred during such weekly period. The Owncr shall require that any class n(iahorcrs or mochania,including apprcmicsm and(rainees,which is not listed in The wage determination and which is to bu cmpluvcd under the contract.shal4hcclaxsi1ied or reclassified conformably to the wage determination and a report of the action taken%hull be sent by the Federal agency,to the Secretary of Labor.In the event the interested panics cannot agree on the proper ciassiNeation or reclassification of a particular class of laborers and mechanics,including apprentices and trainees,to be used,the quaa(ori accompanied by the roe• ommendarion of thecontractmg olticer shall he referred to the Secretary for final determination. ■ The Owner shall require whenever the minimum wage rate prescribed in thecenuact for a class of laborers or mechanics uncludss it fringe henefit which it not expressed as as hourly wage rate and the contract is obligated to pay a cash equiv. alent of such a fringe benefit.an hourly cash egtnvaient thereat to be established, In the event the interested patties cannot ugrce upon a cash equivalent of the fringe benetit.the question,accompanied by the recommendation of the 1 Owner,shall be referred to the Secretary of Labor for determination. if the Contractor door net make payments to a trustee or other third person,he may consider as part of the waras of any laborer nr mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a ty pe a%pressiy 1wed in the wage determination decision of the`secretary of Labor which is a part of this contract, provident,haaever,the Scerc(ary of Libor has found,upxm the written request of the contractor.that the applicable standards of the Davit-Bacon Acs have been met.This Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations undcr the plan or program. The Contractor agrees to comply with Executive Order 11788,issued Match 29,1971.and any other Executive Order, statute.or regulation regarding the stabilization of waga and prices in the construction industry. SLCTION 46. WITIMOLDEM 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 an the work the full amount of wages required by the contract.In the even:of failure to pay any laborer or mechanic,including any apprenticeor trainee employed or working t on the site of the work or under the United Stakes Housing Act of 1937 or under the Housing Act of 1949 in the con. i struction or development of the project,all or pan 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, 00362 SECTION 38. QUANTITIES OF ESTIMATE 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,escept as herein otherwise specifically limited,to increase or diminish them as may be NW deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this conlroct.and such increase or diminution shall in no way vitiate this contract.nor shall any such increase or diminution sive cause for claims or liability for damages. SECTION 39. LAND AND RItSTS—OF-WAY Prior to the start of construction.the Owner shall obtain all land right""-,way nwmery 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 thcOwner shall constitute on accmptariccot work not doneln accordance with the contract documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials orwork• manship,The Contractor shall remedy any defects in the work and pay 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 that General Conditions shall be void to the extent of such conflict or inconsistency. j&ECTION 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part or this contrwa shall he in writing knd considered delivered and the service thereof completed,when said notice is posted.by certified or registered mail.to the uld Com tricot at his last liven address.or delivered in person to said Contractor or his authorized rapressntative pis the work. SECTION 43. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract Shull be deemed to he inserted herein and the contract shall be read and eafamcd as though it were included herem,and if through mistake or other• wise any such provision is not tnscrtcd,or is not correctly inserted.then upon the application of either party that contract shall forthwith be physically amended to make such iosertion or correction. SECTION 44. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of ha employees under the contract.the Contractor shall comply with sill perti• nent provisions of the Contract work Huum and Safety Standards Act•as amended,commonly known as theConstrum- tion Safety Act as pertains to health and safety standards;and shall maintain an accurate record of all cues or death, occupational disease,and injury requiring medical attention or causing loss of time from work,arising out of and in the course of emplayment on work under thecontract. The Contractor alone shall he responsthlc tot the safety,etliciiauy.and adequacy of his plant.appliances.and methods. and for any damage which may result from their failure or ibeir improper construction.maintenance,or operation. 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 ArrchitLct/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 of payment for work under this contract affected in any manner or to any extent by such question. 'o The Architect/Engineer shall decide the meaning and intent of any portion of the specifications and of any plan or drawings where the same may be found obscure or be in dispute.Any difference or conflicts in regard to their work which may anse between the Contractor under this contract and other Contractors performing work for theOwnershall be adjusted and determined by the Architect/Ergirtar. SECTION 36. STATED ALLOWANCES The Contractor shall include in his proposal the crib allowances stated in the Suppdarttental 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 Malerids"Is more or less than the"Cash Allowance."the contract price shall he adjusted accordingly.The adjustment In contract price shall he made on the basis of the purchase price without additional chsrga for overhead.profit,insurance or any other incidental expenses.The coat of installation of the"Allowed Materials"shall be included in the applicable sections of the contract Specifications covering this work. X SECTION 37. USE OF PREMSES AND RVVVAL OF DEBRIS (� The Contractor expressly undcrtaka at his own expensr. a. To take every precaution against injuria to persons or damage to property; It. To store his apparatus,materials,tupplia and equipment in such orderly fashion at the site or the work as will not unduly interfere with the progress of hu work or The work of any other contractors: c. To place upon the work or say pan thereof only such loads as arc consistent with the safety of that portion of the work; d. To clean up frequently all refuse,rubbish,scrap materials,and debris caused by his operations,to the end that at all limes the site of the work shall present a neat.orderly and workmanlike appearance: it. Before final payment to remove altsurplus material.faliework,temporary structures,including foundations thereor, 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 plans and specilla. tions and.exa:pt with the consent of the ArchitectifEngincer,not to cut or otherwise alta the work or any other Contractor. G-10 00:360 i SECTION 30. ADDITIONAL OR SUBSTITUTE BOND if at any time the Owner fur justifiable cause,shall be or become dissatisfied with the Surety or Sureties for the ® Performance and/or Payment Bonds.the Contractor shall within rove(31 drys after notice from the Owner to do so. v� substitute an acceptable bond(or bomb)in such form and sum and signed by such other Surety or Sarcous as may be satisfactory to the Owner.The premiums on such bond shall leu paid by(he Contractor.No further payments shall be 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 putt of this contract or any moneys due or to become due hereunder without written consent of the Owner.In cases the Contractor assigns all or any pan of any moneys due or to become due under this contract,the imtrument of assignment shall contain a clause substantially to the drect that it U agreed that the right of the assignee in and to any moneys due or to become due to the Contractor shalt be subject to prior claims oral) persons.firms and corporations for%miess rendered or materials supplied for the performance of the work called for in this contract. SECTION 32. MUTUAL RESPONSIBILITY OF CONTRACTORS If,through act%of neglect on the part of the Contractor.any other Contractors or any subcontractor shalt suRer ions of damage on work,the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration itsuch other Contractor or subcontractor will so settle.Itsueh other Contractor or subtonttaetor shall assert any claim against the Owner on account of any damage alleged to have been sustalned.the Owner shall notify the Contractor,who shall indemnity and save harmless the Owner against any such claim. SECTION 33. SEPARATE CONTRACTS The Conttaour shalt eonrdinate his operations with those of other Contractors.Cooperation will be required In the ( arrangcmcol for the storage of materials and in the detailed execution of the work.The Contractor.including his wbctmtructvn, shall keep informed of the progress and the detail work or other Contructors and shall notify the Archrtwt/kngmetr immediately or lack of progress or defective workmanship on the part of other Contractors.Failure or a C+mtractnr to keep informed of the work progressing on the site and failure to give notice or tuck of progress or defective workmanship by others shall be construad as acceptance by him or the status of the work as being satisfactory for proper coord nation with hu awn work. SECTION 34. SUBCONTRACTING The Contractor may uttlue the services of specialty subcontractors on those parts of the work which,under normal contracting practice,arc performed by specialty subcontractors. The Contractor shill not award any work to uny subcontractor without prior written approval of the Owner.which approval will not he given until the Contactor submits to the Owner a written stutment coneemmi;the proposed award to the subcontractor,which statement will contain such information as the Owner may rtyuire. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,and of persons j either directly or indirectly employed by than,as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in ill subcontracts relative to the work to bind subcon- tractors to the Contractor by the terms of the General Conditions and other contact 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 thitcontract shall crate any contractual relation between any subcontractor and the Owna. U4lt�5`.� G-9 i SECTION 28. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE Ank The Contractor shall not commence work under this contract until he has ohtuincd all 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 sc obtained and approve(: a. Compensation Insurance,The Contractor shall procure and shall maintain during the life of this contract Work. men's Compensation Insurance at 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 cue of any such work sublet,the Contractor shall require the subcomracior similarly to provide Workmen's Compensation insurance for all of the latter's employes to be engaged in such work unless such employees are covered by the protection afforded by the Can. 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 tha protection ofsuch of his employees as are not otherwise protected. b. Contractor's Public Liability and Property Damage insurance and Vehicle Liability (nxurunce.The Contractor shalt procure and shall maintain during the life of this contract Contractor's Public Liability lnsuranee., Contractor's Property Damage insurance and Vehicle Liability insurance intheamounts specified in the Supplemental General Conditions. C. Suheonaractor's Public Liandity and Procrty Damage Insurance and Vehicle Liabilit Insurnii c The Contractor shall either(11 requite each of hit subcontractors In procure and to maintain dura;,the life o his subcontract Subcontractor's Pubitc Liat"luy and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in the Supplemental General Conditions specified in subparagraph In hereof: or.121 insure the activities of his subcontractors in his policy,specified in subparagraph It hasof. d. Sets pe of insurance and Special Natatos.The insurance required under subpura1raphs b and c hereof shall provide adequate proration 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 ellhis contract as enumerated in the Supplemental General Conditions. e. Builder's Risk Insurance(Fire and Exrendcd Covera et.The Contractorshatl procure and shall maintain duringthe lieu this contract Builder's Rack nsurance f ere and Extended Coverage)on a 100 percent I I0D%)completed value basis on the insurable portion of the project,The Owner,the Contractor,and subcontrasctors(m their interana may appear}shall be named as the Insured. f. Proof of Carriacc of Inwraricc.The Contractor shall furnish the Owner with certificates showing the typo,amount. class of operations covered.eifecnve dates and data of expiration of policies.Such certificates%hull also contain substantially the foltowing statements:"The insurance covered by this certificate will not be cancelled or materially altered,etecptaficr Thirty (30) daya written notice hu batten raeaivad by the 0wner." 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(1001r)of the contract price or in a penal sum not ices 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. &fare final accepitance,each bond must be approved by the Economic Development Administration, 0035S G-8 . i 1 accordance with the progress schedule.The Contractor shall furnish the Owner detailed estimate giving a complete breakdown of the contract price and(h)periodk itemized estimate%of work done for r 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 Axing a basis for additions to or deductions from the contract price. SECTION 25. PAYMENT TO CONTRACTOR Cath calendar month.the Owner shalt maks a Progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under the contract.To insure proper performance of the contract,the Owner shall retain ten percent(16%)or the amount or asci estimail euntii final completion and acccptonce of art work covered by the contract. In preparing estimates,the material delivered on the site and preparatory work done may be taken into aonsldersation. All material and work covered by partial payments made shall thereupon become the sola property of the Owner,but this provision shall not he construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which paymcnts It avc teen made or the restoration of any damaged work,or as a waiver or 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 lowfal demands of subcontraclam.laborers.workmen,mechanics,materialmen.and furnishers of machinery and parts thereof, equipment,power tools,and all supplies,including commissary,incurred in the furtherance of the performunct of this contract.The Contractor shall.at the Owner's request,furnish satisfactory evidence that all 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, >t 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 Contrauor,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 FINAL PAYMENT AS RELEASE The acceptanes by the Contractor of final payment shall In and shall operate as a soleness to Rhe Owner or all claims and all liability to the Cortimtor for all things done or furnished in connection with this work and for every ties and neglect of the Owner and others relating to or ansing out of this work,No payment,however.Anal 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 s The Contractor shall pay(31 for all transportation and utility services not later than the 20(h day of the calendar month following that in which smites are rendered,(b)for all materials,tools,and other expendable equipment to the extent of 90%of the cost thereof.not later than the:0th day of the calendar month following that in which such materials.toots. and equipment are dclivacd at the site of the pro)ect,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(c)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. 0-, 00351 r t SECTION 20. CORRECTION OF WORE. All work,all materials,whether incorporated in the work or not.all processes of manufacture,and all methods of f construction shalt 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 the case may be.by the Contractor at his own expense.Rejected material shall immediately be removed from the sim 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/Engmea shall be equitable. SECTION 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface and/or latent conditions at the she materially differing from those shown on the Plans or indicated in the Specifications,he shall immediately give notice to the Architact/Engineer of such conditions before they are disturbed.The Architect/Engineer will thereupon promptly investiptc tbeconditions,and if , he finds that they materially differ from those shown on the Plans or itjdicated in the Specifications.he will at arm make such changes in the Plans and/or Specifications as he may find necessary,and any increase or decrease ofcost faulting from such changes to be adjusted in the manner provided in paragraph 17 of the General Conditions. SECTION 22. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shalt be allowed unless the same wax 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 at catre work is done.When work is performed under the terms of subparagraph 17(c)of the Genuld Conditions,the Contractor thall furnish satisfactory bills,payrolls,and vouchers covering all items of coo and,when requested by the Owner.give the Owns access to accounts relating thereto, f ' SECTION 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT to the event that any of the provisions of this contract are violated by the Contructor.or by any of his subcontractors.the Owner may serve written notice upon the Contractor and the Surely 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 alter the serving or such notice upon the Contractor,such violations or delay shall ceasc and satisfactory arrangement or correction be made.the contract%hull.upon the expiration of surd ten 110)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 t 101 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 to 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 thacfor. 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 ouch of the various subdivisions of work required under the Contract Documents and the anticipated amount of cacti monthly payment that will become due the Contractor in G-b 0Utra s , SE17TION 18. EXT>IAS 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 tot at the price stipulated in the proposal,and no claims far any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its A rchitect/Engineer,acting officially for the Owner.and the price is stated in the order. SECTION 19. TIRE 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 ore 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.grid 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 consideration 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 imoracticability and extreme difficulty of fismg and asccrtaming the actual damages the Owner would in such event sustain.and said amount is agreed to be the amount ordamugcs which the Owner would sustain and said amount shall be rosined from time to time by the Owner from current periodical estimates. It is further sgretd that time it of the essence of each and every portion of this contract and of the specification whattin a definite and certain length of ume is fixed for the performance of any act whatsoever:and what under the contract an additional time it allowed for the compietion of any work,the new time limit fixed by such extension shall bit 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 orthe work is due: a. To any preference,priority or allocation order duty issued by the Govemmtnt: b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor,including but not rest riclad 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 c. To any delays of subcontractors or suppliers occasioned by any o6tte causes specifid in subsections a and Is of this article:Provided further.that the Contractor shall,within ten I 10i days from the beginning of such delay.unless the Owner shall grant a further period of time prior to the date of final sotiement of the contract,notify the Owner,in f writing,of the cause of delay,who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. OU115 i __ Where the Contractor has not taken so ion hut,has notificai the Architect/Fngineer of an emergency threatening injury t to persons or damage to the work or any adjoining property,he shall act as instructed or authorized by the Architect/ t Fngineer. The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manna 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 Impact all work.materials,payrolls,records of personnel,invoico of materials,and other relevant data and records. SECTION I.S. REPORTS. RECORDS AND DATA The Contractor shall submit to the Owner such schedules of quantities and costs.progress sehodujss,payrogt,repons, estimates,records and other data as the Owner maY request coacarnmg work performed or to be performed under this contract. SICTION 16. SUPERZN=ENCE RX.CONTRACTOR At the site of the work,the Contractor shall employ a construction superintendent or foreman who shall hays full authority to act for ilia Contractor.11 is understood that such representative shall be acceptable to the Architect/ Engineer. SECTION 17. CHANGES IN WORK No changes in the work covered by the approved eontraei documents Shull he made without having prior written approval critic Owner.Charges or craditt for that work cotrered by the approved chanp shall be determined by ane 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: (1) Labor.including forams: (2) Materials entering permanently into the work. (J) The ownership or rentalcost of construction iilant and equipment durial Ilia limiter man theautra work, (J) power and consumable supplies for the operation ofpowerequipment. (S) Insurance, (6) Social Security and old age and unemployment contributiops. To the coat under 17c.there shall be added a fixed fee to be agreed upon but not to exceed fHtan pareant(15%)of the r estimated cost of the work.The tea shall be compensation to cover the cost of supervision,ovals"toad.pradt and ; any other general expenses. 00351 License or Royalty Fee.License and/or Royalty Fees for the use of a process whica is authoriled by the Owner of the project must be reasanabte.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.putem 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 a- 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 shall indemnify =ss and save harmless the Owner of the project from tiny and all claims for infringement by reason of the use of such patented or copyri;•ttel dessgn.deviceor materials or any trademark ur copyright in connection with work agreed to be performed under this contract.and shall indemnify ite Owner for any cost.expense or dumage 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►he work. SECTION 10. SURVEYS ANO REGULATIONS Unless otherwise expressly provided for in this etentract.the Owner will furnish to the Contractor all surveys semssry for the execution of the work.'The Contractor shall comply with nil laws,ordinances,rules.orders.and regulations relating to the performance of the work,the protection of adjacent property,ano the mailnenunce of pasageways,guard fences or other protective faealum. RECTION U. CONTRACTOR'S OBLIGATIONS The Contractor shalt 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,mismary or proper to perform and complete At the work required by this contract,within the time herein spedNei.in accordance with the provisions of this coat act and said specifications and in accordance with the pians and drawings covered by this contract and any and all supplemental pions 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,encs,maintain and remove such construction plant and such temporary works as may be reunited.The Contractor shall observe.comply with,and be subject to all terms,conduwns.requirements,and limitations of the constrain and vpectliicauons,and shall do.catty on. and complete the enure work to tatisfaction 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 subcontruciurs to protect carefully his and their work'and materials against damage or injury from the weather. If, in the opinion of the ArchitectlEaginar,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 terpseved and zepiuced ut the expense of the Contractor SECTION 13. PROTECTION OF WORT'AND PROPERT2—EMERGENCY The Contractor%haat at ail times safely guard the Owner'a property from injury or loss in connection with thisconlruct. He shall at all times safely guard and protect his own work.and that of adjuccni property,from damage.The Contractor shalt replace or make good any such damage.loco or injury unless such be caused directly by taxon contained In the contract or by theOwmer,or hts duly authorized representative. In case of an emergency which threatens bas or injury of propeny and(or.alety of life,the Contractor will be ullowed to act.without previous instructions from the Architect/Engmecr,in u diligent manner.He shall notify the Architect/ Engineer immediately thereafter. Any claim for compcowtion by the Contractor due to such extru work shall be promptly submitted to theArchucct/Engineet for approval (qttyi K 3 U V 51 G-3 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— formity to the Plans and Specifications, unless he notifies the Architect/Engineer, is writing, of any deviations at the time he fur- uisb*s such drawings. ,I SF,CTLON S. MATERIALS, SERVICES AND FACILITIES It is understood that,rsccpt as atherwisc specifically stated in the contract documents.the Contractor shelf provide and pay for all materials, labor, tools. equipment, water, light. power. transportation. superintendence, temporary construction of every nature.and all other%crvica and facilities of every nature whatsoever nstmssary to aaerum eomplene.end deliver the work within the specaied time. Any work neccssan to be performed after regular hours.on Sunday%or Ugult I tolidays.shall be performed washout additional s%perix to she Owncr. SECTION 6. CONTRACTORr S TITLE TO Ddtt nm 0 No material%or urpplies for the work shall he purchased by the Contractor or by any suheentraRar subject to any chattel mun%age of under a cundnu.naf sols contract or other ugrexmcmt by which an interest Is retained by the stiller. The Contracror w arrant,that he has good iata to sit materists sad supplies used by him in the work,ire tram$11 1101111. claims or encumbrances SECTION 7. INSPECTION AND TESTING OF MATERIALS All maleriais and equipment used in the construction of the project shall be subject to adequate inspection and testing in aceitroance wtin aucotca.tandards.The Ljibmratury or inspection agency shall beselected by ths0witer.ThaOwnervtill pay for all laboratory uupeceion smice diraet.and not as a pan of this contract. Materials of conuruoton,pannailady those upon which the strength and durability of the structure may depend,shall be subject to inspection and testing to establish conformance with specideatiems and suitability for users intended. SECTION 8. "OR PQOALur CLADSE Whenever a material,inicic or piece of equipment is identified on the Plans or in the Specifications by raleratce to manufacturcn'err tenders,namn,tradcoames,catalogue numbers.etc..it is intended merely to establish a standard; and,any marunat,article.or equipment of oilier manufacturers and vendors which will perform adequately the duties imputai by the gcncrat design will ixc considered cqumily acceptable provided the material,article,or equipment so proposed it.in the opinion of the Anhnect/krtgintvr,of equal suh-aancc and function.It shall riot be purchased or installed by the Contractor withinet the Archocut/hngintxi s written appruval. SECTION 9. PATENTS The Contractur shall hold and save the Owncr and its otlictrs,agents,servants.and employees harmless from liability of any nature or kind.including cast and cxM%es for.or un account of,any pawnicd or unpatented invention,process. article,or apptiancr manufactured or used in the performance of the contract.including its use by the O vaer,unless otherwise spucilicaay stipulated in the contract ducamcnis. 0i)352 G-x DIVISION G. - GENERAL CONDITIONS SECTION L CONTRACT AND CONTRACT DOCUMENTS I ' The Plana,Spalflcaclons and Addenda,hereinafter enumerated In paimptaph 1 of theSupplamental GenenlCondbions, shall form part of the contract,and the provisions thereof shall he as binding upon the parties hereto as if they was basis fully sel tomb.The table of contents,title.headings,running h"Wim and marginal nota contained herein sad in said documents are solely to facilitate reference to various provisions of ihoeonlraal documents and In no way srfacl, limit,*rest'light on the interpretation of the provisions to which they refer. SECTION 2. DEFINITIONS The following tams as used in these General Conditions are respectively defined as follows: a. "Contractor" A Plition.firm or corporation with whom this Contract is mods by tho0winer.lTheOwnw legislated to by EDA,in other documents,as the Grame r/borrower). b. •'Subcontractor"�A person,firm or corporation supplying labor and materiah or only labor for work at the sks of the project for,and under separate contract or agreement with,the Contractor. c. "Work on(at)the project Work to be performed at the location of the project,including the transportation or materials and supplies to or from the location of the project by employees orthe Contractor and any Subcontramor. t d, "Apprentice t I)A person employed and individually registered in a hong fide apprenticeship program registered with the U.S.Department of Libor,Bureau or Apprenticeship and Training,or with a State apprenticeship agency ! racogrtteed by the Bureau:or 121 a person in his first 90 days of probationary employment as an apprentice in such an apprenticeship program.who is not individually registered in the program,but who his been certified by the Bureau of Apprenticeship and Training or is State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. a. "Trainee":A person recensmg onahe•joh training in a construction occupation under a program which is approved (but not necessarily sponwrcdl 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 insures that the training mceu 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 dctad drawings and instructions.The Contractor and the Architect/Engineer will prepare jointly(:U a schedule, hemp the dates at which special detail drawings will be required,such drawings,if any,to be furnished by the Architect/Engineer in accordance with said schedule,and(b)a schedule liking the respective dates for she submission of shop drawings,the beginning of manuracture tasting and inswistion of materials,supplies and equipment,and the completion of the various parts of the work;cath such schedule to be subject to change from time to time in accordance with the progress of the work. 01)�?51 G-1 +� , IOOI#IfA#I(26 t./ • -- IOfit7Gfl4a5 R 2 ' ' f+ww a...w t•,.-n twsw.o.oil-w».+w r• w,,a...ao t.,.«.. t/„M„ (-Z 4#fNt-"KI(.22. 11#7# ,,,,,,�, t/.+W. It— ttM. trtN. Iiw.. r a. r...t... rrr» ..N "/aM/..a la•/.., A..a saw f..dw. Y•.+w :. /./.io 4l.wr.a,4hh.tbot.s tt L))roto-t 1] 4•...owl•,a.,•tl A.N.. tat 4l 17.37737-iyr ii 1.11 11)71 P--.-h.,a.irrlia.73.p. _ - r.C1,M C--7,aisO.a, hh.h•aM.1tYMK.Mrt.. tra..r.1.At+.Awls. U—... SO." .M iat.it AS tlsw.,t1aM•.Mcrtt•,M., Sr ANN.W trMt/tt..I.w l..ft.W Acc..at«a CM•a. � f..aa 4N.atgta.SIMN. N7 4-»75a-In.•),I.)it ftaN.l+�•.arcs.Tian. fto.wt..i.Il,run,hl.l Cl,tr. TrtNtt,Ahn.A.trM. tht.7,esl l.lpc,N MNh1 tl..+.t tM,L:r..L(N. Ca.taiaa,IlaOM•. 4ttt.c.fa cwlatl.a tipllcatcr. l.�t! .� ttaburar, #.## f!M~IYtaa OwR2 113.7! 4U h#1.tA .ai .,tatau.M.A a.at 2 • p tttcl.la.—7,WS2- pl to iul3-w7 7a,itn) _tw K,4r•tY,it„kl u..U.-It - i }l3.ia #.af "7.70 .a7 U.r it Ma 111 1S.1 2.10 3.7a .fi ' - I . 1•. #tOtt"L ft"Its.VOL./7.01-I46-441"7.u7».!977 ' � IOrifIGTlfaS 1.t ' ( r7Dln[AIIDRS P.'! r� •' •rMADIFITaTT0E2 P.A. n11p1UT10Es P.: U att9 .ro.c.n..pofrw 1dA t1011- l 31, ttli) r.l...a,.ay„r r„•, rrclfrrrWIL 4l SAI 1 C7ri.317)- a,loo. •1r4..llplN.1W1.t, wW A>• -rKK\.r a-a C.L..u.,rn.u.cou•,41 awA• fi.�.. r.rKKa.r/a1M.w,rw 16r..4 EI-.'-- w.u,11 W.a/o,rr••N, ave. "am r�.l..• Tr...a. Vii.. M t-a- .J T.11.ra r.r. tall r.a•1•r 1.••.Iwr 4p�t. IIW..I1 t.wtle,ver/N.a, 6.raIH,t.�atllaA b..•4.beta r.t,wp.,b.a4 . • � /lur,4cra�.l.,f.o lawlu .3tlrQ. s.•,r•...,s.a.cur.,s..0 1urnln.a. , Co...sm...,[....r•,fN..r, rlw1.«.[...•n T.f.a+.t-$-..V.I..N Cwa Ua fil,Ch.....GIN T.L.C.•utl•..Ullt...l. tY.1..Vr al..a.lb-ba r119• I.aw7tar„1lrlta 1.p.n.•r,r ae/1.•.,t..aM.N.frpr. 4.p•.I.r. i Il.ff 1.11 1.71 AS .N tW►/a11•M tM•t.r.aa 311411.311 l.i/ 11..M �..I...N Ilwr lapa..1►a..• , f.v Opat•r.l al S•.Il ta... M r.r.r Cr op. 41.11•..1 5...1 S..11ala ba+1.,ftd".ch. ttac rota.a0/.r[.••t 51 Soon,:O.1ltr.a,aMtta.r. 1.1 tr.c..ta 11.10 1.23 1. I 71 S' .K r•rlaa.,rK r� rlll...1a4•• 12.1s 417 1.71 .ns .K R KaNa. a_raver, tlac[rlcl.a. rKWK1,Ot.r1r,Sr..\ Mt,,l.e.1 S-fsraalN - arlwla-a U.IIL%I-j Ir.31 I.: 120.40 [Lrlrlcla.• 13.1s 9.11 n..30 A7 C.N.Spllc•ta 1 ISM 1.11 n..30 .43 ver lr./lr Crrrlr. C.-tp 1 r1/lrrr r./IYTKts" MII t. IL.44 al-O.l...({at.rin).• • 0 tb<trlcl.. 13.74 •. 611.split}r• 13.4 t.0 n..7O A4 _ n Sr..r•olw r.d fula CINa: CaKllu. !. 12.N .N 1.75 tlK4tai/.••.IItNr.t /K6.,Iw.SAW.Mi{.l , 4mq),fac.ar.u,bb. � • . tld.nla,a..."-4 n....cor91.9(."[./lots IAa Lba ave) lt.1S .l.n 1.11 ai fba.Maul".=... {r.L.,LI OKa4.a.raM, - • Ilacar,fae..nte,'fatt4r Tabu,W:W Tat. Co.atln 11.11 ,71 IAs .II - ' to 1 • pecim atsut.VOL tl,MO.N3--/tlOaT.ART 12. 1177 tmulunms• It Y vol •3.NO I a1DAT.ART 32. Iptt • ___ P/plPet HDlttit• - r•. rP�erlrr�Yl.l tMIf ICAtl+at3 1,t Im1;ItAlllt6 P.-B /t mcssom W.O Ml- - n IGrt•al , le+fP)Invl Apr/l 11. 1411) Ala.eaa.AlPt..,Ae.�r.sates. Ha. l•+•.•a+.«,.l•e.rN• ha. 0�...r...aw lq..e+. . [.I,rern,Ge l.u,Geulr• N..er [Awe[.. r� t .+4. ' C-.,0c!Mosta,11 tw.". tar. ra■ lrr4rr T•aa4. ..I.b, ra.. rt• P-1- T...11..' «&af� tteuw,Girv,N,.4wiet.Ktet., are.,i.. P..w iw ` 41.,L.ar.,r.Mrr,Mar ln, n.ripte,/t.M.t/.e,ibttN. UIM•se , reMt,Ne.trrey,Map.,sw..a.. 11-Mlle sea tae..Cler. + ll.r.r,Ilv.•.,[earee.i/.. C-N• ;!l.i1 ;.M 2 1.13 Tea 4.l t.,Sex ir..tl.u.#•"+ Ptrier.i[re.Mltitr» ' 3e•..a,!•n t+.a.,L..N arse.I..rtM.e i.lt.t Gler•,tent•Grxe,tlw.la, t..,ql.h.rrr.n.Tel.. Ft.t.t. taw.•,FanUL..,3.laq eM#+err.C-t/..S..- Trb•e., rrl.11y,T.I.r•, .t.ettt LA.Va-Anel i3.M 1.32 i.at .It T.ailr.r TO1•eM W.A. Ant Kul I4A+r.1 C..ntl•.,GllSerel. ♦ J.rirr 0.tu.bl.w. , ' t4 itMe,Clra,La.e., 4.Mrt t4e.ae,/laser.ru-.. • G+P-1.... [-.assts.-1. int[!. Cerprntr.s ;I/.63 ;1.32 3 F.3i .25 .K hetes.hirer Tete-4 " Wr WON fiver Sy fa+..r TeN C-U.0 U." .13 1." I.11. S..Op........ w tl ler•1 shl.tltrs3 Steet [r•etor...e/ ;+u{ti•.• Wt Co"tM1,la.t Int[rertpIs 11.00 1.12 1.11 .25 .W take.#td%uniftc/rr art ri Uxr k6+1 l3.iS id3 1.21 .03 .06 ltrmmoi C.rt1•a ctrc trlcbnt Cti�trr 111.1141 3.11 A+is Gats,parin,Ne.A•sim ma ter trl+tplaF tlrTauea 11.11 1.21 A+.M 3N,r.C•rll•• less L2.331.11 A+.M '1 in [Irc trltla.a 12.35 1.13 sl. .3. .42 61i1.salts-. L1.49 1.33 A+.t0 42 t I{ 4ba spitarta 13.61 1.11 ri+ .30 .D3 - t.la.Clea.,l+..sr poet[. ' R.s..spatter it e6ly.O, _ s k T.h-.M ttt.ity Cq-ta. 1 11-C'W... 11.34 l.lt ria,/0 016 C-ble SpIkols 33.41 LIS 31+.1D As T.relt [+.atrld...I Casts#?host .e III 11.a5 Is 31. to .06 i VMA.Spl/un 14.16 1.12 3s+.10 .w ' 1 . It010A1 0161ST[!.VOL 42,NO. 1+11..-IUDAT.JUL1 27,telt - • �,' 'r^ 1101FICAT1811T P.11 011FIp1TIMS F.It y� a 0-4 f fw r0.rJ1i-s! ra•. � f 1 /•Nr 7d•f.9wrp•7.i.wr MW /N•f•9...9rrr.••r. bfl rlmr V}•r•r re[a....�-pY���ny�j�7 11w•T. }Ipl r,...mr,41•vr••, '1-L'�=A='7-/'! IYr IJ,-- ]Ilf) ' Mrrt•d 14•t of lM f•n 9t.wa/•W.1-rr•r.t••w•4 Jopuln■Ir•rl.f•n]OyIw, fIW{9,-mo -W f•cr•rn<o,toi s•r,T•b•w•. rOt[M 91r rbaa l=-Ir .wd fblwn•, 9010.W Tub• I..I.LI..1r1.6•r/Wr - O-tl••I•.wl U.-p.r- 25.r1Y. lloel Of/1 Oor•JJ.WY W/I•eu Dunt lr•/•a- clualnp Ww T•I.w L••1 7 a.,7) ./1 /I.J. 1 a.M .1/ aJ. S b Jw.7,1/71 r•Yt. T.rruro b.r bru ►yrKN pAl/Yat4 a.Ibd.1 Jl•r Jr.G,nt[•Co•t•. YI tLtta,Yu.l,oldt.M•r N. YM.Mn M1•wel•a.}•w b h �9•pt•Y•.7T. M•t•n,bl•wo W fo.•.w• 1YtrlY.CY(/l. C tl.• 11.t1 1.M l.0 !.N Ti .• /brad mrtl.f 19.7! 4N ,N 9931.MONy VM t.nW, IJ.•l•r.r,•W S.."4.f 1 C 'Ioo ,. 17.tl 1.N 'l,lF no--a ti•.Sirti..(d.w trt ' I.ler.r.r 1r1W wlt7.rt s•as7.•.d Z soup I ..T1 l.ri 1.7. l.l. .a/ a.1-9 g tw.Uwt O Gay ll•1 f.N 1.71 A.7/ 1.M .N ill...rai.l t..}.1.:a.t _ y pay llb) /.lid 1.7! l.7/ 1.18 .11 W.\J-1."b"Ub9.taw- R pay llcl 8.81 I.7s 1.78 1.18 .19 a.tri JsllJssrl ryrtlfrll•y fn pay lldl /.77 1.25 1.78 1.18 .99 Ni pnyt 60f.f1.IW.l la, N Gay lld /.12 {,25 1.78 l.L ,t/ laiul.t....en.ettal. poop 1191 /.f7 1.71 1.78 1.18 .N i pay! 9.12 l.tf 1.79 1.18 .{9 Gwp 1 - 9.121 425 lJe LL .p a.e.r.r.IOOnOI t.lr lSLltlal ILLII-79c1. 40wp 1 I f.331 1.71 1.78 40.9 7 /.LI 1.71]! 1.79 t.f/ .1/ �U A rifll-for 11. Nail pay] 1.1 1. I.78 ..N .19 Wa..tM ld•9. t}a}tl.f.N fb.. 1 9Y9.. Ol1.r,wfuytr C-ald j - l.aa"""%.1 w r.tw 0ub-911.La- $W" •9{ 1477 At, f , C FMIM Krl%T99.VOL.].NO.171 M•V.MY S.1877 IUY111LAll-,F. MDIFlrAltl.lt P.9 - I�ORtf111/ti1 T.IO / rate n-18 l IW.11-b".n a- VA_waw P__ . ' Mur � Is len IA.wl.sera-I..e.t1 N=, [Arw... 1.7 ft 2101[�AIM 17.lull Iw.. "or fwM.• fw.M• ..A/w . . ■11 f...Y•n M..Y. .w Alre..AIIIm,A.•ep. s_11.. CAI•v C.ntr•Ca.t., ' pl wrt.,tl mr•e.,rrr•n.. [Sts-.4cl /t a[p teal. /W..plel,..rlw.I4•Ipnu. 1 16sr.6/..A 11[.18 .91 .N m<Ne,eWnt•r.Y,MP•, 4lr4'. 1. i .s 18so,"%.11 .1f n•,lfs I .N x.•.e..Il.Ca..F,-I-.0, DI.•wY W f•n 1r.pM f•n holm,fen frwml..., aa..er.el.n. 12.11 .91 So.1.31 '.a i.n legato,i•n 1YIw, 46;llpo IMP .91 53.1.1% .11 s•nt•Cl.n,sant.G.t. art..C-l .r 1 a.1Am,S-I..tiro as-..Ir 11.31 .1I n.1." a y.bw,raoluw..,role•d 41r fft Mar• 19.18 .N N•I.N lube Ceun[I•.,GIIIwAI. 1 us Yet.W arr.lh b.- a.c1[/rt.0 11.71 .N Itr1.11 .N ' @ay1- 46 Sri 1J.11 .N 31 1.01 118 hl c.bf.ut rtanr...aul owl.-4 Y••i ee_tW pl Mutat.au.Aolet.1YtM. 53•aw/.1.� Is Mal .11 "..so .a M.P..453 fr.ncbty,[in Crl.rlllwn 1/.R .1x »..» .a 1 N•tr..sol.no s.W r.M.• t.....r.r orq covntl•. t li-u 1 2.18 r tela r l.M .N tt..tr/e U_ :1.04; t.1436.2.34 hewn,IMrlp..•Ane• 46 f►Ib[. 12.11 1.11 31.7.31 .N - Mrc•e fa,ncir• Il.ts ,fs 1.18 .ala.na felaa.Pfaitt6. - ' rr lc.r.npr.• 53.ci.lal.w 12.53 .N 31..a .N . Is .N 1.w 41.ff16.r. 12." .N n•.%$ .N . flet[[lcllnr. 1 1w Iwlt..srt.[tete W Al.r.e•County 1aM.ha cftYt6. 91..../cl.m 17.11 I.N 1181.17 .18 a.ta"I. 13.18 .A 31.2.71 .jt ,.• 7 able cpllmu Us1 1.53 314.1! .1/ 46 yllat. 17.71 .TI 1[.1.31 .a Areor,f.cr...la,fee e.r, W 9tatel-Arty - Y.W•.e tn...p.rtl f7aetr6/wY mm 1.18 53..71 •.N .t Alpinr,f/I-." YraO • 44*31.•2. 53.18 1.18 31..18 .N end llacrt C•untl..Mat at yaw.. ' Me tiin flr.tA't-W. C.I a W 4.i.•"1. I twtw W1 - oret.a x1.11 .N .os .0 sl.adtl... 11.» .95 MAI .NS 53.n.tAa1. bbl.ipu.... 17.17 d1 31..1 .187 Y1 saaaa.1.111.raa6. - 61.[Abp An• aaa-•Haar laa.os.W et.etticl..t 11.91 .O 31..y1 N saa-11.71- Was .N .11 1.A .a Cast.srllmra 13.20 .53 53..)1 .N ).6••_; s it Mr/./au trrllr - r..ler.pa,11.1/N t. _ I at-As.) 1.17 1-t7 17..9) .N 1 , I1Df1A1 MWWM VOL IT.NO.171-d1i1T.MY 1,H7r . r H rr • • -100/71G114S!.7 , • OWiltl7laa!.! f.3 f art•o ' af- L.N. INu1.srLb IM+b VI lar/.Lwsw M.w L.i.. •L t trrr.• t•.•f•. �.Y�• M M L Y 11 M.N.. /.• IVIa t• 0.n rlov 4rIr.1 11/ 111 10rtt.lt ►Ipbq W/1rr wl[I, 4y 0 ! 0. t l.n C+bau••.Grlua•,sl 4 0] M4 i.n 41.1/ s. l.n 1.» 7.I6 .►/ • 1.•cla11n/Ywr 4a• t-t 11f Mtt.wtLa I.A 1.76 11..1,wr4.e a.n or r, Ma Jo•pu 11 0bu1.111u•, Ory a 1IL 1.n » 1. t, 4a lw.n•,te.•a•, S Ln 1,10 L .10 01-9 a ' i•er r.nan,fu11•I.u1, «^l . 1.A 1.141 LIS ,ls waW,fw1•,rtlaq. $M{q[rfa' rualuYrl,talo 1a4 mw kw t ILVTI 1.3% 1.79 1.14 .10 Orra[4.1a4 aLo•.la1[Ion1 ` V 3 0. 1.A 1.M ar st mum,r..a.. ' /1.c.t 1a4 Il.rr.Cawr1111 p.cnx4 44 7•I.w La111 s 10.71 '.sf (l.» 11.80 .0 • wrr.tao wr411r ru14,01r,o1a1,w1, ' • 44rJn,Yenmcl4v,4p. ' /11 rr.r,cl•v,/.n 1440. Z •s4tllw,su/1a1.fano.. O art/Tt 11117 Cw1t111 71.47 LN 1.10 1.M y tl l•4t4t11 rr[ r4[1p111.Y,ru1.d N 1.c-,111 1/.15 l.N .» . ' a4r•r 11f Lnt.un . Cara/1. . 11.1t 1.N 1.10 sa4.r1 Gaup 1(11 0.N 1.]f 1.70 l.t .0 G1up Ilel f.n 1.n 1.a/ to .» j Gaup 1141 /•11 1.7f 7.70 l.0 .0 Z-011411.71 1.71 1.10 All Gay 1111 0.17 1.71 l.» 1.10 .0 , C. IIt7 0.f7 1.71 1.70 l.ls .ls - fNay 7 s.[] t.n 1.Is 1.10 .ls Garp 1 0_17 1.75 1.72 1.10 .1/ i . itOtOLa 0[6117!1,VOL/7,00.uf-fOgLr.JMV S.Nn a r 11Dt.At liGt11F., vLi +).tw I11-..�^�•+�` + Ir+t SpDiFlUIIODS t_S 'now IC471045 f,L ..-_ti1.AA to 0177_!11 LOr•t•Q - • 1 .fCi6 fal b0.a7T-5.} Con'. ^•�^ MJt 4•••)•fr.•e..rryw•tr y TAWa...r..r+t..... t , MW arm.. rar r...r.. r...... _4A.� t maw P� It-81.0..il.ln.aN t.lw.C_". 6w.wir.. [17.2 .75 761.61 lN..w.ln.wnaoc lwn.M tYrt•rt a4r ar..t�.• a..,....•Countir• ,+.rr. ia,N .)t 72.11 .aa [ir.b lcl•r [11.65 At )rr.I$ •41 ewe.44 1". . 14.34 .f! ".,fa .N Gnl•arl Icor 11.01 .[I fl.." .47 wttpou,wteed,ft.nlalau} iN.tKry 0.l.t7 .nd Troln.n+[.onl Ira Lj�, •N [iactt lcl•n• [.[) .frik T it it Ll..rw1 terA.lr14N U.76 cwt.zpiic•ts ;•.ai .41 )t is C b AW tr aer.ttr. t).N 2.l! 21 2- Ibnlr..>Cwnt7 1,Irr. 11.87 .N 1111.2 .N [/•ttt iclar 11•" ;.t! )12.1[ .N l ariitrts Ma .N 3t.l:U .44 Get.zP"::,. t).il t.0 34st." •N A•+.M C..•lt` r.p..M Sol•ro 4.N 1.N ri•I.l) .03 , [trcttl<t... 12.87 .N 34.65 .H tl•tt t•N ri*t,if .0 t( C.nl+fplk... tl.5i •6i 341.4s .46 LL_y"4I ar...-o 11.42 1." 21.1.15 •' -U1 1 An 0.n Ito•[.ntr Cl--4 (t tante Out Csnntlaa M�k7 !.N .N ri.t.ai .84 LI•ctt lc l•n. C•t t.bpl le•tr 7 ..a..Ar .N).aa 77 N351 .7 .j tan ttaairc.t'o+ntl [u`N =rpp Nw47 88.x5 1.N ri..to •N +,�� [l.ctt lcl w. I5."S 1.N ri•.N .N hblr Ll9lc.t• I7.3f 1.N •)t+.N .N . ff t•n wt•a Count .•S t IS." 7 C.M.•!i7ir1•-.ki.r. 17,51 L.04M ..11._ N N [l.ctt lelan• 8).71 .42 11..38 t •03 4wt 9-lt4 S+ 4 CA-*. t.tMtf. wi L. C•v t)••.A"t ' Cala.rt•••M S...7o.qu4 4r...a.!. 3I.63 .47 M.1.38 Count l.. 11.14 .54 .5S .41 LA--i Lt..Lp4p •• Llnr C-.L,cti... cv"a . 11.78 .81 ".1.34 .4# C-ra C to 0-t7 Calle 4rU-. 13.0 .aa 71.I.S[ .tN 4ewd.tn 11.40 .70 )1+1.N p1.44q•t.t Ll ne Cq.ipa•.t 0prt.tr. 11.64 .74 34+1.N 0nt 1lwt..ltart.4lt.Ww Gar. )5,a! .74 ri2.N pr•y ftft"%ft.1Or1Ar Call.Spit— 16.10 .74 34+1.00 II.a.C.Mor.SNOW - !t.►17... ?.4ra�[Ta1.IlT Ct.wtl.a Ia.JS rM :1! k 1.73 :ZL IODFRAt 4tG15Tli,VOL 42.NO, 131-4=AT.JYIT 0.3•f7 � ,rvwllo.3 r,• � i 1pptftCATIOd P.I . r5i.'3L?.:Lfn t2at^�s rd...s.�4r•M..r.. trrLla+b.C.77 011.,Mr. Il pWJ.9w.r..i•M �••" tri«... 112 n]ogtt-"it 73,Itift/ KMr tR...+r M... a.. ►..r... r r..r. fl.ret,AtvtM.4rb.,roto Jl.r.. itf M i�w.. r•Rw ....T. rt e..ua,ci..w.M«.6r3Rt,.fa.. Swtw.Vol--tJu..r 9.rt4itr.ui Mp-. WrlJ:uu,N,..W:tro.Wec.4. 9t-.1 . ...MC,lW.t.t.y,WJa,Mwsd.. ..1 SMa..t' N..Y.t • ►I.c.r.rlwW.,l.c-.roto. ..!ter SM.+w.rtat. 1 Y.Wartw.t•n R.nabua,... 2 alw4.w1... It ]► .K Tr.f1, .N! cbu,f..n.crw..lout.. G►4.wiawe If..) .K t.•Js Ms l/.[t.,sl ulruu,mt.,r, tYa..tRa ' ro.w...,.ual.i.w.,m1Wr, s3.4Tt kIJW 10.1,4 .K ]a,.K .Nf � C 4.fp4.c.a. 11.17 71alw.n.,tela.n4 tow 3M.t.►w Aro c.au..,C.ttrarai. weta.w I7.» .sT n.,n Man., � iKa..Co-3+.n... S'&C*i.y.r.1 stca.Wartr 'itr...r 4Mw...te.air. 1,.t .rinlet,la.., ft'-v t'.aweus Wrt+.Mrne.x'iro.M.P.,1,.a ca-s' k/r U.99 .03 0..307 ,N G h.rol Kw,i.n Wtw, ro.1plts.ta 11.10 .03 .N 11Y1yw,ml.ao,l+.T.a.. llwsa ..A Tti.ity f-tt.. 1 11.43 0 3.W f 3.10 0 3.91 .97 f1....kt.r3 LYi. Q P-'t1".,W.tet.. Sp3fpt.•.Ylp.ta 43.'N .41 33..»1 .44 „y XipoW ted A(c.A C- W 11.1s .05 1.04 coou 9pttt'.t. &1:44 .i1 J-ms .W ft too T.rdttar CAL- rr s3.f.w7.3. 3Vit M...1..V 1 Mt.e..tct.W{Ts..t:tas MIS ,93 7..3.17 .i4 M f Sw1H.cab's.. t.tr • Cri3.3}tfMua ]I.tl .a I.A.13 at moa ' l.iu.r W.ttf aU ALT uw.Carty ., 93.tarklrr 43.71 ,» htt.M E a)..trSol- AML 3.97 M.I.is .K GN.41"o" tt.» .» Zt_Y , C bu spil-o . ICU t:" 0.1.11, .N 9.t n -.r4 yL t So- ' tMet.kt3a. 11,713 .N 00.91, ,N • 4LJ141p1i4M. MIS ./9 h•►.K .N • , h.+., S.dr. N..arklM It.ft .ri 1►..ss .9s • 41w 0pl4tvo. N.7N .ri ».." ,K cz- TIOtiAt 9tG{sltt.vot.43.No.131-491441,SAY t•3Tr3 r • OWFIUl11O6,:,. - _ Imincl71at,.4 ' - N o=Stor po.077-»]f m•l'• E.- tl...t[.►y•a/..J..[ +. Yl• AOPI TL w-•rtr.Tru ct...u•a--C—tont-.» 1l.» n.af •.t•Wr` u.N .n u.1.» .ta 6rw"trot. lS.fl .1T Ua.» .N t..h..rl.r pr..rY t7...rt.t.rr I.M 1\..N .N sanu�ro.mt-fo.o-ti\s.rl Cbl.Cbl."Ue.r. MIS la.S1 l,N U..N .N - a w tiny-"tit n,vttt tr rw Orq . llr4,Slpl..,Wbr.- O.•rrtrtrr 13.77 419 71.1.001 .N pi.nru,Haze.m.u,rl IMrY.w[f..r•tlu•n. I 1W...at mr.m,r..—, el rrr•W rra•t tit, l6N .ri 3.17 .N ly[w,r.[I{o.., ".Wwt rla N—IAt. rro.i, 1r.1•1•t cammau.W. lf.•7 ,if .tf .N I L.—ta, f it t.ol to,tr ps..cl.m, 1 Iw•r•r•r• � r it iuWin.dr rtro, tr I..alp r•0 M IY»s Tru Cl.r.,froze trr,r1 �� 9.418 N Lp n par,Wtu[.T.L.r. Trlra...Tole rA T.W p�i.cvin - A sl r..=t7 t^ twrtrlu.,. 1u.11 tt.pt ..Lu wa '^ dl.ipllrn 1r.1] 1.01 \.1.1f . .YI laSrerrr.u,t.tur, Volo,T�.ri tlr.. ' pet tl.nr of flpl... a.a ►Irar mrU.r W.t o!ttr r.l.tl.[[r roruw p.0 Mr. tl.ry lclr. 1..71 .Ni C01."Ilan ls.0 ss a.p7 .Nf p..tr.gar.C—ty tl.ctrlelr IS 30 .» \.I.N • , 1.splirn 16.70 YoounT mrrp I' . at. 1.9— 7a.N 4r1.artlrn 17.111 1.10 \.7.30 .0[ KDESAI tdGstit,VOL 47,NO. 112—RMAT,AYR 1a N77 y �t ��"'W "��rtir+i"t■t� IOfIfIGl101i f,1 IO1t1iGTlOR►•! t6clzlol Io17-se if-wYA, ft - ' 1\7 r1 131]11-q[II Il, 117 11 , .Ira.,elPlnr,Y.Oar.lulu felrfr tlww•heu••M 3130 T/-M 1,.•1-7w41'•r�r• C.1•w r.e,fnlu••,ConUf Ce.l ttl•Jr tOw•M.. ~� . lal Mora..tl tMr.Ae.en•w, fw Mf 1 a', Ae.e.t.. ■/0 ►..d+. 1.•.•V• wYM clow..ei.r..10t,t/ut••LYu. 031.31.31.. 4rr.n,M••Le•.Nrin. w•lJ.ur..n.n.wclwo.w.ve, 6t•leeg ,See.C . ••1 .Jec•r,r.l u.n,i.0 erwn W. A-.tint OwUe• i•o 0•317ln,IM I••ncl..r, floccr/deew PILM .7T I.I.N .N cn lu.'�It.1r rl.l.0.{.nt• C-1. *I-- M1111 .71 9.9.111k .11 Ur•, Our,{li.eU, W I.-.e tte/ty f1eCr•,fl.tl You,fo1•r. 7{K{f/clr/ 131.1-7 LM N..N .N 1 fuwo...cl•nlel•ue,futur. Gib So Ar 31.317 LN 1f..1M .1t Tnn....SAnlly.4 A"' . tr trt.a a tr T 1 TCnlun.,Tule.310 rW ■teca•leinr 1L 17 7.731 71.1.00 .03 Co•ntl••.C.11[uma• Yr tLrreyct{r. - o_..,y_ - Ilrs.oa.Grty - fl•nrld.n.. ��� il.w .41 1NLw ,•3 • i at•N e•reunty Llr 4YI�t gMrtt•rM lL .41 11-L10 • [!•ctrl clepe 17.11 311.031 neLts ' .07 GCAU31777. m41 31 131.70 . 1111.00 1-cal •'• CWU S .n 731.37 61-calIN1.13 .07 WebuM[q _ •y •..e,r,role•,s•a.eYm. / crMrrn 1.31 LN nN.30 .N i•tUL rola,rm..ne L••etee T•ttrltlr• 17.310 LU 11-7.30 .01 You.portlre or•IVIN, M1r•t uIr.netWrend•,It•ws Ynrl.0 112.0 L.NN 3111•1L.1N1 ..41111.41111d j=. r•Jr trtn/ si:rctimeet 12.010 •-- ZO l•.un/•in G►L quern 1LS/ .N 71-430 .N.' ••t ne'.11ti on 1/.71 .13 it:.M ./a flwie G ty OMI•Spllon 131.03 ,131 31•.6 .1-f Gi 1.1- L6 /NLl1 • .61 r • N fwull YM�r 17.11 LO l"Ltl .01 [IeKrIU•n/ - 1/.fl .ri t\.,1s .1-f u..Helsel-op.r•ttrt 31-c! Lw lNLn .N Ce11•iPllun 131.11 .K 11..6 ,1-31 1.31 rrrciw C b p+ntr•fern minty ire 7LIS 1.1- 11..16 .N ' 11•et11clen• 131,70 .41 INI.N 94-,T•fAeI.S_ JLS" LN W.1- - .N CWIe Sol re 131.70 .41 1\•1.1- ,b 1.f.M`.b`CLee. 31-� 1.1- IN.N • .N bury Canty "fl.eule/r. 17.1- 7.10 1\•1.10 .N n1-sr[•t71Me o•.et•t C•bl• elle- ll,1l LI1 11-7.30 .N away I 11." .w 1NI.f6' •.0S fl.we flr gY/r.t - ty.r•f/rt M41 .1/ &"[.S* .K - - G1gs311. q ll N 41 .p -INLNP. Illeme .031 ►1..1.31.ff.�attr.• edwee"Ut 6L 11.113• .71 L31! .631�•� - Pre11NM1 Otr111•0 131.63 .16 .316• • .A Tt'„1 FIDUA/17W7TG1,vol-317•NO.317-fWA7.J11/11 to It" f M • t a1CT p)7-30/t a.l.79 . ■p4ltaRA!atCTSSM. N �� •... aTAttt al.a...t. C91Mn1 e-Mly P4 cwtama welsice*.wham Stan-InAa MATt.Stec..1 w12. t.. 44 OL7LMITIOIS FO fq....a.9.a1.1..■..11177-70,.•tod N-1,Ia.I977 1.Ca tt Ims ! /WLA LQMIT7TAIT OTLMATI4f ICwt•AI atsaut M/N IL1Mt. a...,i Mltar.a Or.lerraloo • ••'.An.L'Itset'p � • TS•.co a.lt.rl7 at"&W a.rtlwrl7 IIM a t.a..Mlt 101.laa•tb ••' T..I I I l OI.•.. • air 46-ale t-.•..w • At..W.1 I.1.t•.foad.•Oat►.r11w ro.I M.raf• CAIILMt.1_1b.A.AO1- M • b Aa l.rlafleItu1 11•.1. ta.wW. - CAr.c l.f•a tM Ma t..•117 b.-",r or W.a.. O1lla.ata - ai.q Ma• t�.i.� Cooled- ...w Iw •• •a af.a.Y,c of-.►tt 40...ft. TI.Ma.a..I.M.a.- • II-..A-,.Age.. T►.+c.f..ltyrlT IA.S.M.u .t a.r•►It W,ice.711. sonomm •1L...r.4.1.r17 4 W.f.t...•..I AI l..a.ltlt aaa. 7M. TI.-N.tA.117 It l..f.M.NItMI.1 rtrNla a2M.I.►p M. Thos+t..b117 It W.S.C.a.nr..1/....11t 4".aoya 0. 7als■t■g7.awr MtaMTMt TW.0 0.11f.1 IV 4 Wa M.L.dolt....!&-.bit"He tools,311. .. w"wholly 1,..Aar7 t!the 2941..9 CAllr..ola. AyM.la MKr/1o.w-7ta..Mf 7.b ori .IS T""O Wanly aloof W WLaac.l77►.•.AAry.r la.sat.of aa.6.la tl..f 7.ti .fi .IS vll[.nla a w pal at belittles". M.ItA...a 7.414 ,Si .l3 1 • e o.a.r a tat...1.t nobt a." • Prot-OI-I..A.r Io" t. M..a 433 .b .If 1 nor a.Mt .Is .I7 • _ '' Trn«.-Meet■•t T■•s ■.3s .x .I7 4�1 t . 5.4-TettaaIr TtgIK • 7.b .K .l3 • • a.::A' •, 3•A.ta a.]t .M .C7 ,A I 4: -'• 'ti/ ! FIDlaA1 11Gi1TIA.VOt.947.NO.7i-7stDAY.APIA 943. 1177 V Ir alfculor to. nn•T.(. • pYlu1• u1)-sora _ 1�.:1 . MP» r...taINI4 , • AIV fK/IFI tlUlrt(rr �•� - '. .. "wt IWIIn71r Un.-ws(,--A) ion Iwt71NN7 0"10LT (rK•t) •' •F..+/(Get•il. .S.Y I (.•K•i) SM xr•Y,Il rt if a•1W M.Y.Grrf.(-41,W,..rye Ill. IS—Y.rl.rlr n tb.L.L.ntrr•t I. Llp 14,cup lar, i W.t.tau\.rll as eb.M.C,u •(a.e.sLrl t•.t•p.am. iMK.Yre Wrll Y.S.K;r r••r.f t.ra\I.140..rp lal. ' TWnr.V.ra•r l7 a.LL,M.v,......r.l.•r•\Ip 50..x.1.IX. t6.K•M..rrl>t•[M N.Y.r r•f.w.\Ip IIT...p•IW. {4•ce WM1MrIy t.[M N.C.u a[t.rMlp ION•r.p.17; i►..e•MttWrlp t..6.10.2.Y .,r/1. ?,sP 14,..p•17Y. TM.tc Laa[arlf to[4.S.C.G rI(aera\r!/IN,.ap.7K• T1..e•Ylaa.•ir a•n•I.V.r •t ter,btp 14t..r.t.IW. il.•cr MrraMrll r .M S.C.G •f.. &ir its •rte 14L• Tbar•f•.e4erlr t•.W 7.V,t •[t.•..YIp 14,u•t.{W, SM.0 Yaat.lil..lF.M.[.• r./a+ra41►{IN,.•p.[/[. Tl.r•4arrel,le tb.a.L i4, IWrr NeraL..lr t eLr M.L. u •f a wA/p 150.a••L•In. T\rra S.raMril C.t4.S.M. .1 Grr t w•bt!Ir,.ut.111, Tlv.r.Lrt.rly t.aW f.L.t raf[...a61p IW,tap.air. Tbr.a•V.u.r1l t.e4a M...G..r%,..r.\t!IL,trp asks, 16.11-Ir..[\r N.L. TlbWrr.c•.f4o.ulW.rlrrlT wc.alt.b•a S•,.t.V.G.r. a.l 1 S.V. .( r ..Yt.IW 4 rb/14,t•N.NLLL• Lt L.L. 1( U,Ia1.rap.I9-410,14.-1.I ,•• Tbw. S..a Wr11 b eW S.Y.e r • •(Irr.blp I]M.eYt.IA• - l 7Wnc.WM 11 t.tln S.L.•a M.it.[&I-61p 1W.tYPa 171. TM.at 4N..Ir t t\• IW..Sr14.rIT..tF.s.V, Tb~*[t••L.eLlp Ip,r.p SK. iM •S•.tb.rl,a.eV S.v.G. r [wr•blp IW,ft.lY.• TWxtr Grlrrll le th+L.[.Grrr.([w+.41p ISM. -ft.IM TV-- 4 wrl,t.t4 S.C.c•r.�r.[t. w,ILI..rp IJY, 71.Ga+Seut W.1)r.ar.a.Y,[.rr.rf -w[11 IlN,r.ry.IK. _ - Tle.t.S..ab.r IT alrt.W r.•t..•Il•..f-41 IM a 16r,•a.I'.eurrl>•Iena ahr I-AI.Il.a.1 -0110 1»Y iF• Plel/lt O •ul.[In ao-P.I.Ir.f Mrr.Wr•GI{I•tK• tarter.MwJar1^(IW•[r•.f Gllf.ul•. asks.S-LI•••circ,Irl.""Va.\I.tb.blirlp Ilri ' 7Mrxcr NeuL•ru.r lr,aW.r•W.rW.ip•IYt ch.Vu...b.r4./ C-1.1•.tb.N.V.Yrr.•f Ur U,45..•0.7[.p.- .1 s(114.as •a(Gtrlu.fa w aW M.L.u a.•t Yr.Mp SM. • Ybl fa .\.r•llr-4 MIItIrr •• ,rJ rp•las. a. T6rc•1.•2.Mb•rl.,plru[I.•a tb.S.Y.urrr.(t•Ya•►Ip [ 71r.c.V.ra rt lr t.t4•p u,a •I t•rAlp 170.uy IIL. Tbr.ar Neu 4•11Il a.IFe N.[.c •f t•r.Np MS.-g.4111• 74..ta n a[...t.17 0-1..It Is.3.2.Yn.i•}t.r.up 7S. .. Pry Y.at•r11 la.4,r.... r.!I.r.blr NIS.r.p•104 r•ya K. T4..t•1al.hrl,a ab.N.L.a •f a.-.hip JIM...N•ML. lbrt•1.•Y.ealr.l,ttrrel.•Y aW N.L.o-sr.•t.w Up IS. as,.r......1(1.I4.M.Y,- r.(.r Wr JIM..rp S4. fa.t.LL, 1W.^.Nrra4.rlr 1..F• A.r.rer,It t.r,Ip JIM,.r.p". Z.1.•Vut.rl,rirrtlr..[V Y,V.d.r.•Ft r.up K� 0 tMxae v.uuf/r..b.M.u,e r.[a-Arp 7T1.rw•K. rrp I;nab.IrIK•(\eLtrlp Yl.h r.ttt••1.•pR•( 7M^a•wra W.ir r.t4•f.V,a Ytr•f nr•41p 7H.t •a N. S..•}, , Tb...♦A•.Gr1r a+aF.t.i.t.rr•[t.r.Np ...a.NL. ln•1•Ir IKIHrt fl.t p•.t(r•(M.[►...c.ltA.K[HLLi' w iWer•u.rr Lrril r^.W F.[.t.rrr.f f•rAl1 74.t..A•02. • t4 4 /.11,1.1 Ilr.r r 7W..c•Y.rl•r l)1.1F•r,Y..Nrr.(1•r.4IF J ,.•Y•/L. T+.r.cl•/1•[b.T.altll 0...•.r.earl.[.[tLN LYab•tt} M 7Wr.r•N..t Lrrl,1.ab Y.t,c rrr IT a.•.•bl,yI.npa Ke IIr•[..r•\Ip S.I+Lf ltt WUIIY W rrl Alrl r TW r.Y.u.rl,a rL. /-Alp 106.rrp 14 T61•L•M..rr 11.irt n.S..aMrl1 lfr IS-.U,»n T\a - TW.a.Mubrl)•1•.s fb•11t.0/A7•-,ads-t•lM M.L. 2.V.,err•f.w.u,al. r..fa IY, '1 L•• !; ^I brA/p Jr., V"-*S.KWr IT S.Y WMI ..t\•S. c.or If u..Aq V.t•y.0 W 7kKarYrtrrlf 1..F•I.V.urrr.f a-Up I .r.p.MY. Is-.I..[•rl,•lut.W r..e.liar\.r.11r t.th.S.Y.t•i.at • 1 1WK•'...•a4r1)t.tW M.;c.rr.K awA/p 11r..rp 4, •(t.r•Np 1M, tut•I[, TWer.YY[e.11 c.tM M.Y.G.rr•f..,Alp 176.rrp frab.r(l t•tW c !75.cu 21.• 1 l T .ce Se..r brl>r.e W L.Y.Gre,l.[-"Ip MI...pa IY, 7M.[a L.ua.l1 a.tW S.[r• G•tf tU,1 1•^•.Ip 700.e..t.IS, Tb-.7-1-1, a.V. }3..-0 IL• •l .., I� fW.ce r.u.r11 t.aLr S.L......f t.t\• o .I( raFl np lS..aya 1S, TA-..S.0 16 11 t..1.S...urrr.f.•u.U,III,r~YTb--.• Ta Gaa.r 1,..e4 S.L.c •e'.f u.r•.u!tS..ay h. YMKa 1a....1,t.IN.S.L.r r•[&-skip 160.t w Yr. 1Ms.M.t4.11 t.LM■,[.a it H tw.t\It»,t•.t.»• , ! Tlu.ce f-b•rll t.lb.5.14.orrr.(taY1Np I40.taw y, tbe.c.Mrr.l,a tW N.Y,n<Yt•[a.w►tt JS,r[y.7111 7 }WKI Yef.rtl y t.4►•S.L."Toot.(t..NAlp IW,rrp 7Y. T7wer M•rtba.l,.......a IW L•Mb.14t"..11r t.a!•L.Y. TW.c•Mttb..Iy n tN N.C.nn...(t.^N.blp'fl/l.I-%-M. ptyt•f t.r•\y W.rrp x, ` -• 1 71..p VeKtrl)j a[boo M.M...rN.r•t L.rwrb/►140,r-"Ill. - TL.•a.GK.r1,•Ir1 aM 0,6.14 MNllr a aL.S.C.pe.te 21. M.L►.rl,a tW M.L.L.r..r.1 I.-our ISN.•W ON, aK L.M.i/r IN.trp k, ' 1 • Tlrr.r�M.b.rlp N tM IL2.an.r•(f.w•up y,nq.nL•'a Ti.Maa N.KrS,n tb.Y.Y.pert N t-.bap+1.ra•+L.1N• - • - T6re.M..b-loo a a►.N.L seM..M Lw ur to.14 . Pmlana NtfJMIX vq.42,NO. AM 3%tm ._'� ,•'r t � �. � _ 1'.11,• ,too' a4 E it td/M1•CA12-fate / , r.so as •ow"POa.o. C.13-iota • nn t1 At •atllattrA ._ •. fd.o.3..w t'•r•.rt• AM wtmiTno Co. ' !alts fV.t!lluf Ormto" . tau OsO alar T.rrM •.aN• • •.A.1A 2.iii aroma•.t/-lot"o4au,.mtat tis ,-y wtatfa! CMl•dl a•�''T'• M!t•.d Nlto. L tau CWa,t t>mraoal•j.., .am 1.its w•o iaat.i.d to tbd••.t4ra fa• � • I.o.ot as ld.,W N A."_4 NIw W<h N ora or•.Nam.ut 4.1.4,4 rd rd•.r. tat ray.hart of arN•1 aN 1. I...Is,oo I-to too. .M 4-1W1.0 N FA-..0.1 gM...too 1.aN f•af[t.quo w ab•aalgw of tb.}.attars} Irr.11 a I.�r.:..to 1-.•t. it-of Y+..Wr NL yaa.•ad I«c{.aIM i1 rat. Tb .4aa aril Las alb so-.b.la Is or T•aa.ur 112. w/y a.l.t 1x..11,uap••.l lo.•. W R.wool.-.144r a..b S.M.::.-c of t.r.bt Ib. *t Mat_t•d 1o.lat/M 1!ld.. , etas.tt•!..Nisi•Nae Itr W.1.141... ' r Lwti,tt10.{dolt. Ti•r•SMNrt1 N.N Moro w.wr•1 lrw.hlr m..-Soa7. Z., o.•t Io ,d•.a.d 1rlWty that.dt.arl>{o ab S.V,sralr of t Ilr Amir t•as•1]t. s!,a.,rout I...11,T.." pout•b.tbrit t•aN S.W.nmr of 4 Aof US..rs.tlt. idea p.o-b.th-to ats, *..alta.....rlr a•tN S.T.proal•f lw.u►115.alta-.'It. - 1 r[on Td.,rd fmlalt f Tbat.s.oaNtll t•aha S.T.co-•1-..Maur 121..•at.M. t sl td.,...4 1•voll 11.71 !1./IS .h 71.M liataa UK•.1a.•ab 3.G e..o..at t•-aur 211,r~174. Thome.S.-U.1,to LM S.V..•.•o.of s•raur Its.Sala.11[. Tb_L.t•r11.•sb s.[.-1.f*•oath/r IA.roya Ist. lb.-S-b..11[..N S.O.a.w..t a. Ssr Jts..M*o 1744, t•sfly al ab srbrtr it-of Uy.C.•.{a.tbs.t.wlla ' otos tN S.r.brta o••oa••Y of sly. Ertl•..o tM s•atbsla t•oo4.I.t T.I.r.cootta.N No S.T. v}.• stale•!{•rtur los...y m. •:. 1 I.-r..brta.•.N..t.weal.of-AIF 214.ray.Mt• 11M...W.•tarll a ah.T.V.utrr.!K-.Atr its.rt-so Pt. d - Tt..aa lk m.1a to ab..[ waalr o1 4-Alp su.".a.M. n r t lit...Wo Cott,4.lb tt.V.wrf•r of t-mv IIS..+ad•Mt., N to tbe•i.�•:. .,a,. v- ! Stool.Nu 111.too T.vwr ofr•M.1,40 1is.U. .-go tIt. •�.-. Im vb.-rrtJa N 4"51 w .fup les..allp 2St. •••'`1t•: tsooco hat.rlr.a tb V.T.twaa,of 4o...►Ir 161,ray.M. -•tl !••'' µt Tisc•moot W IF u the..G a.t•o[a[c•..•Nt aS.foot.M. •••P•,'.:' , isa.c•V•u•rla a•tb•.T.r.foot.1 t-AlF is.t•.ao 711. • t••• !Malo O.0=1•o ts...G w.Mt of-.Hour 1S,I....Nt• • • Isoaa ." IT a'to. T.V.-.rale*.[.•+our is.say 2y. . ttwt•T.rab.al..ab T.1.--1.1 t».us ay.ra21[. t►alto V•uaul N tN s.1.s...r•f_.Nr SS.ray.IR. •• Tha.sa Yt41rHl a tN a.t.wort at t•M.hft 7s.-8.two Shwa.T•u•rsl a.6.a.W.u..al1 of Ia.a.ur 33.ray*IK. rl. .r lbratbril a•lb T.G s•.sr.1.-Alp 1S,alas•tat. •t. ! 2br4oa:Rl t.-bo, U.".wr•te•! out 116.aya Iit. . . _ Tba.•.rctbrll to.s.rot.carr at r..atlut 2S.ray IJt. • - !halt.tt.u•.Il ..tb S.W..•roto.!..Hour 23.ray 1214 ,Tura ie.b.it-.4.4 tb=.N•hL N_!L..to car RL y. .a-.*to 7t.Co16C. � . Thoma.1owo.ta.•".Vett.waao.of*-Maus�a.."".144 Toa..•s.ts..11 war Ott.M....at s...Wt 711,stmt.176. Thr.*O•*toslt s[b Il tl,*..at at s.M{Mt Ir.11y.111. lfa.ca sm otlatta u a-N.C.aTa or.s*anti•*QW.Y+•i•two a,.w a ^�i MKIA/*[GOSH*,VOt.47,040.74-1104Y•APSM,77. JOY? Ot'tf l0.1.O.UTT-50.1 r.s. fl - 1aW1Y.tta. 4T7-fW r•T. )1 • a..1. Iw...a...s1.rwr..•• [•+. ra•s•a�dw r•r.••+ ' . ll+ N a• r.t.{..• T.-I" .Apw a.�tt» •a■ r...l... .«.r.. -a- so. - ' r.eo t+,.r1+s. ac.n.'el sss•-7.. sones Itat•b M••i•• �• :1 s allu annlr sr.fwa 1••/.a u.• .. I.Mr`w 1.- eras OsoT slsraso.N. . •.«•,w M tr.W.a.• c1..111.IJ te.• • l•rr111 - O r.., t«Irnlll s11� •4�.1, • 1 0-1 lard 71 rel.•M In- 1'' ' l':r..+• clu J.nT 33 tet.•It..l.r•111 fi..1-91.sr.a. n. t puy..r•t• ne.r 11 N..-4 of so r4.ane-&Ia7 1aa. i t:• Incl•dlny If re...•t.r ltrrllt .•tw/rn11r a«r.t.. 1«..So - DrPtl•[ lent Il re••W • s4.W.•e•t as Va. •,•l« •7 /ucl reler)s re...a.r 1...11. Irn111 a.11c1t«rl1•t 1•M. - w le'/, ID•.,li•.'W oU•r teN.r•talY w«x1.11.1.11 .1.11.1 c•t trp,Lrr•Ga,[•. S."a 14«1.Y..rnr L T4. u n.rl n.•n+u.,T•Wn•.ecl•r, s.i•v..a1 T4.x1« 1-118 a,lclle•,d.Inl1•r ttN•q•J►' - 7T.t.• 14T qr•-xlA ta.el.t. • rnl rMn rullloq 11yu•h•t et N...••.Sol r4_W-ft,as ' ••l.[ l•M tl•11•f.•[d fxl T4,rl•t 1-11 Ia.aa i Life •� /I.N ' IMeln.r.IK.[x•11.[.1 Elle. Cyotr S,,IsIdN I.,-- , nr l•t.•..a•1 A r4.xs s•wr.rnr a7 r4.W Inct•e1.,T as T4.wt IS re•.r•t.1 Ir.•l11 Isel W{• -t., ' Trust Ie,r p.•-btco c.•1cr•t. Iw•Ilt n«r 191 ra..W Ir...r T.re...,d 1[,clyd/M 1.e1 W1Y N rat. t.t 1...111 1 1 • �• Z »vs.. at.,1...11 /141.94 f Llfs .79 ILM • sr•pct.e.lon•si da.-WA . arae C-T µ sr•rwna 1•/n I.el•a1Y N T4. A g e•Tt•• 1 Ta..W ascs.tl.T _ .u.•r,w.r 1!YO..•M N 14.Yqt 1-11,6114 .• •J• � .• A , IncIW IM!s r ...t•x 1.x•111 •1. N {eM.ls 1t.,[s Ida..aa P••p lox.[ »Va...sa IMlWlaq IseJ•a/sj N res•w 3.•.1/t u x4...1.1 L..u1 Du•1•e..1. Tr.sas a4T P••s•.d w.vrRs '-.- •: i IP•.r 31 rb..ne IsclWl")s Ns.a1 Tr.1r WltralY - •,>r•. i 1 re•..•l.. 1..•111 Wgv1r1 lo.e N ra..wist lwwq II.N 1.116 1 .7a . f P • I!Ie•••rd IMIWIM!D Ta.. LN .•ar LreUr sUas le.erl•tm, - - t • Tr 1!Ta..•na Isc1W1M fa - - e....t.r l...u1 Tr•cl. len .1 1. p.-btcb conct.l.ol•,x•r Is Ta..•W IntIWMq S• �' Ta•,x1•r I.nll L.79 Lits .78 a.N ISDIAM 916111M VOL 41,NO.71-IMAT.AFM 11,1117 l . • u k 0=5100 tO. u»-sur ..rya li - 110Cu1r■ttn. c+n-sN! hy.]2 � . • u 0../a fly.'-'- rM.�a1 • �� r+XT■.rr1.t9ta.Nk • 3.w i s r«.w. 001.0.. T■tt(i rrlwr3 tm01`M ■a r ra.waa r.a«r. cava it Saud twlM 4Can"1 rmaA COOK 0 t11 3■ta W- fAat■IT■it a l tTA10a(o i.0aa.-11 y _&u113 a■. a iaelaWaO Nk« if yds1 tt+oup4 t1 y4..i l . 1 JAWSS!T«_ .10 it.N 1-11.0.0 ir.va 11 V". • IaIIA CwtYT ata m W- W i«4.41M 1.rta.Na« ary.t,•Td..and{ncl.du.4 Vda.- 4-lark.ta.ak li 11 y4a.v a I.vall l -+f !i-•1 /a0ldka.0 I{yia, 14 ya..a"Iulre/M 13 isa«la-4 t 0..1laa« taa" yft.wtt[ttr+tll ts.yc+.ta 11 rot. 1.ft=".Wks.Taa. ...aaa 20.alia YW ta+«ta t ysa...a/11C1rd(.0 11 tr.0iac a yw..aa 4.tW" rtop"14ute- tisa ata..c .r[a 10 Ira...aa.a laN4t a.«a i rlal«It-wrt•Iw4 a.taaa taxi pm-""baNekata Ny ria,e11d.1d[bCia ffia,0 a.at 11 TL.MA ta03.itM yda. M4 A-I dins 11 yaa.wear U aaeac lanl} ;U u ;3.105 M 11.M lav[ll l Sa.+1.10.W.0 agar P.M.4■il■t4■SM y1w1,h`X i4.y I..-tart! M-UY61i Sf/q[ U.ii 1.335 10 1.M L.4 ydt.ab t /aclual.p 11 yda.rat•+ TOM AOAt1MaM 30.513 1.1ri ..0 1.M I.v.It,alafcut a ysa. atd/adl uJ111q/1 yda.wtaC 0SA CJ■Oty 3ia14ou 1./110. /a..It 10.44 1.133 .10 1.411 , LdtatlaT 7i y.Y.wau O 0uw tCIfY 710e■110ry 1-11 t C0+W11a0•at i!•"•+uwu ta.•t.q 10.43 1.333 .10 i.M _ ark U.43m.t r.1r Sa c U 1t+Y0tT■11 4GIT0StM 7aa.r4 f■elaAlaO is N". to wt0a 1-33 t 01.Fc.a.la+0r 1—11 ydt. T00.saa tAtaarl0 / U ac1.N0y Ti y0a. at ya.) 14.455 1.us .70 1.00 caput 1aNA raaratac trVIM - .. W I . WA 1■c1dlM!`Tac. •. eat 1-111 1114 ob."0 r0a. 14A aa+r U Fla.I.1wid1M ' ... 54 TOa.Nt«la..!)t re.aait • "a ■I.Mt"w I+•«"r4. . ._ tic•.l116 y0a.1t tellyAa I!T .._., •.I rra•.«s oass0a■a11a.av« t 37 Ti.0M I001dt"24 VIM. 9-11■000a 1aw11 Tr.30S 1.333 .ir 1.00 cz Y, • - V. l3DUAI MISttt.VOL 45.NO.78-"IDAy"AMC'.It.Tr17 X W 1 i � OtCl.lewi4))-!.[0 r.y�13 0¢Itlt>•r. 011-L{. Irw N [ . 1 AJt I+M 9-4.ft�_ Tt10 4olvofl IUnt'A1 �+ Wa/ I� Iww... u.Yw Ww. aa• h.J.r ar.a T. awn T. Wwa[11CR LIbOe tho LIR 11T[Tt,re.{Lllt 3 30.633 3 1.1 .T 7..NitT NIt,Ari T.T !�•rtw I.w111 A�1{ I..dar{td..l I..o! 1.l .11 I.tl 91••-4 rw.•yi._- I l.wlt.9w7c..N If 31.. TI.IIf ItT.IF UELO 111.11 1.19 .TI I.M .IN 1 311•we.1.T1). + + ' I..W.t-t.r It 31...0..u.dfa/ ..Mn Too rn.ar 0.So. 91.•..t..l.wN.A14 Id...l 1-1 , 9.Ilau1 19.19 l.lf .T. I.M Ni I l.7...a.143 9..- . /CIffO.TUaI tlNl.unla ..t�..t I ta..wawe 1-11 1 MIS 11 1.111 .M $1." t l.t I • 11..1..nitll ' Iwe.+[rl.l L/1[Tuc. Iw.+n.wic.l a.uya.11 IfWs 1aie., a t..il.m+.."'.4 t[.ctos Iv..n ua.d ulq/w uun.a.• Iw1111 fl"'•133.ll.atW11 t lurlwlce!owl 31.13 l.lri At Lr J.419"w..t._4 I N.Ir 3.1..W..Ya dm Tr:tesla a..Ta tTla SAM W..0.r.•.a4M L. 1. 11.500 y,1..ands{rtw yl..) 19.11 1.19! .N 1.M bR am Tt.rlt>•3 041.IM74--1-Y1...T.a p11119.4 11.33 1.113 .T 1.0 MITI Oli:Tl 2[.n.l[, 1 WI. ttr119sTv w snal.t 2 ..0.a•Td..l IGASS 1.193 .H 1.110 WDWN OWWIa Wm I.Nf .T 1.19• 0 /1L1..I TV-11.30 y.1.. 3rrii=IiRaTO _ A .b.M..3,348 3.1..1 18.I41 1.193 .H 1.48 a li.tares I3 30.1 NMI 1.133 .M I.M I+•l' M //IW1I.11.rD bb Cm Iwet pcm tt•Q".319 9{l.. I . ul/-Io.My 19.113 1.131 J7 I.M t.11..it T.fM 3.11.1 1W. LI9s To 3.19 - jumm W=9 ORN 7f•Q CLOW 9.1..rW..Io. 11,10 1W..1 k I.Nf .TW 1.19 •. _ 1 I Lr f "Dual nomm 1101.R.190.T3-ft"T,"m 1T.If" S 1 r mail=W. Ull-solo r P.I.u • a nsm YD• a»-!fa vita is • 1�, 1 vola ssowi ryt oroutaa4 (Cn[Ia•p - b /4Ar43 t ad 221 _ • a[••tP II-L, N 1a. Uy4u.11cl Iw to w lacldlN t d.ti.aw[.a./[ f.••a•f•••ia va...w Ycal,u IULI.1 I.P w.[W I-_I"1-"...-A c-"•.a N•YO- pu•aa Lo..J•r w a 1/] r,.a.c.lr Csaln..•.a„9414 ria back �Y'•yl ■af ►•..a.•. l.•.aa.. A.a•[ I.V w.m lnctuJl nt 1 c•.Ye..l Ic.Nt.ea.ebol.4eN4/a.a aear rer.w IS Lav"""a ami,Y•�•[NW•m Wna[yl.W•L-•ala/w w 4m I.gMi.y L w 40.11 W..[L.»•1•,Clu.l..11.,w•tl1N•, Iw a•.Y INld/M l aa.ta4. c.l[.w•[al.]• 1.1„91••r.q an.l.Fll-Rq•.IFI a....-.rp.Ytt1.9 ra Comm rsa. 1••f'a Nrlc• Ic.na•[ nal I-.[ I4 a.•n•11 NIf-R.V•11.4 a...-arp N[tlaa •.laa•il...te[. w 1 farlu Ic.na.[►.•.rill 1•+.[ if a.n•1 Lw111 M N aaW..1`M IeN1 rNNa R•t aNa•N. C(an.p li. ..l[aualc r,......aa ally rx•a4r.r1 Ntu•alc Nll.ed CN ft-I1. v1. aas•1.1 1•ap[1 Can•1 rang•.Dr.ln Mc.flll.tl GNl Tlla+rt G.ul filaaat Ilea r.e tract•.rN •/011.1I,hI•t a ..nt•t C[•,v Iw.[ 75 a•na••P Iv•m Iee1.11y 131 yff.f.194 ILt 1p raaa aa.al.Gn.lnuu.••clIl lona ll...ct..e.r w. 1 cr.Te. II•c1.4/M d...11 aYl!.194 1,t..4r fetMu a Yult TI•+.i lfa llY=.-I Lt at•11•t la3 awa•.w.[1.YIIAIIN 1-.r S lun•11 lu•J•[ 1-.[ .rJ. w w W IncleJl.H 17-.C.Nl.aw{ '1-I(a.�NblI.4 aNpp Na rM..., 11•e.1••Itl-.ntl•.11b- =-:1 Ma•e[tlw•1•,Cl•a.A•Il•.O[•411..a,Ynct•1.0 --I1 I.it.a.a 1•a•.r a{N. (i.d•vlla (m.c 1 -•nJ.v a.uW Iwcldanq 1 e•.r0•.•...ql fWr- wN l.wlL"..rt r tC LItaJ..[tL v mq Ycnlaa 1•u1U41.R•p•L lu p-.a[nit•aY tw cu 1.0 4 Yt1 A.a[.ca 1•Ar •ac auq•opal lav as•m IncluJarq 13 w.y4a. •.N ac4•a.[.a.i[sill- LLL rW t.ata A.NN . t•oy.i 1•dtL>•v11*1 1.111-14141.pcpl.lw te.•..ul[.11 alatL aatlN Ifvreft Lee lIK tW t4Y LaLMc-tic•0 u[uao•In9.I.c11F• I.ItA t4m.a•ca•p.all illi Im. iiia\at►lYla vttaal.l Alaa Nrer Icnnca ate o -pn.lall T.mw Gtal I-,C,.N."it.,fi.aW. IwrLa Me,aaaet 4 rM..0w 1Wlllnr.......dr anl.Wj.and.....I LI.L..c•m 1-1 G-./w aWIN lewlll T.r 4/ental Tiacaa gpal[.M•1 Yu.•tu I.P w W lacldltp]St a.ya-Rc 1.w/.IIa1.Set lat7 1.a-Y..aa avNNa A.. C[••.Itw.c]J ton•1 ` .aMt 1}�..[ra..Sawlll ' .I.IfNN Yat••c.w.a Is 9.10s {1.117 .M i1.N = !94.[14 11-a[ a.m wtN4 ala-I-,-.It►a -I e'-'NaN11 o14w 1-113 t-01 LV.dcr I-ac 17 w.rN.l p w•ad tocuAlat L M.{aa.lt L.Yi COMMIT.6 AY-A L..4 Q oars 91-414•N welts".lover 1 M.14a. Y...C.11 bdbb.ittaa Mdal- I&. 4 lea•w ails t 11 id•."A a lewd.oaf It t.rpo.4 ter lA Iaar/[p a4cA1N.it•alta awt if a.Y4.•als.a><•-..e-11 N 4.[4.1;X..- Iwar 110 d.Ida.p.PINI - lea.•te a..Mt I yra.levels, . ►• lla tl•a{at4t•91!ea•w Ga.p tl-9[ .n.a.r leve 10 a.Yea•1 1 aaaMr a li.a.ut lawil. .� D-vas 44 tai.aid arir a fit.af llt. ops4sar d Ml/aapaa.4tY11 a. d I.-.a"-a-i3l rata 1- rtN lawlla salrta ILY[t. a74• Ilia aarta at 9galpa aw t 1b.1, Iiaa- ...N 1•w71 91.[iL r1L f1.1 • . 4...kP .Yale.aMt[Ni , U.. Il *.a ab MYtaiui utiva. 7aael.lit{ .cRa-aaaca aaaas • a1..4{aa.aaa+afaa 4 lea• ' . aaaN 1aw11 Mass 1.11 .711 1.N Jett="=w umm slam Feat 7.9{9 Wlwl LRi19 I.In .M L.N • HDI9A1 91611111,VOI.41,NO.T"SIDAY.AFM If.It" pJ<I._w c,17-3010Fare IS iiia-, qll-Sa4t Fera i/ y_la Iwrcrr OfMA7m 304 MUIMOR OrDAIOtM I'mml,y AREAS 1•nd 11) la0[)ti I.N in Grn«p Ir a•elatent•to tngln•er•IN 4.ra1 Pl,rrt M...r Owl w•pwlrt- Ck oo.r, [1•a.at•t3e.•r[.r w llw•n.ta pair TT.rI-srlpa.at-.4 • - w•Ipe,1 OI I.,J tYCYWMJ 119n.I.un,ia.l1•1,.01 far M rl.• 1,/.t•W lbr 1ew.ea t..ql)3.C..w:[eae Caa•.r.,.aw,Il11M.Itm.IA.eA tl..l...ra. IWa.Y war HP•Ir M•ay P•r a.r.e.l Ort Mr ale..,aloe,sewrma Ha.}ad.1011,trp..a O..t tr tor[ 1•r r1.l Le1G wrap 1.1 al•t IS r wet•tOr11 GG p 11 C-p.r.1a[Op.l.-I Cucl.aa Mlrt dw tow ISMd,a./r.dla [,,hale•[rlalwsm r Spt•ad., 1- t,ktrr•Gea-aM cao."_Solt...... (t..w11r r,lram.a Mot Flow[,my& ale,seetse-, aWl ll.Mae r Shot,-1.11 telrrt.All.,P.-.,ateaa...itb w, M.O.Mi'll C-a.Ynt @•1411.0 6.1 Mile.atatlal.),Maw,Mot 1}.,010. .Ieaw,t t3[aprr•aea e+tllwee lc+,►•ranee.,......ns._tN t ` (eor[etn pl..11,►1 p Ow.twl St...".bwwr Irl"[er.•Ylr 1R �I t►Oar.[snt fa.•luala[Fore.t.,.11M w.enla. IplRllr[,loll A/ri r,aan Ipawr yluatal Mr[O[aata,1Yelr It,eetr P,q I,".w,.+ITurtall►Ipa wappla0 ' P.err I4rtM p[ga11N W a+l.{ell.dl,Hfr 1.•.•11-►1•wtl 0.110E G,nap 11 a«t gwr.IR Ibww oil,Sol/[q4.1 leall-I.I.amlwrl.,aw- - tp...er Ir I.IJ ay.A.ItI,Hlr-p..pa 11•a Iv.a tyre.M.,"earl_t[ ow C11=1 1=1 1011:Ol 1.1r.Cwr1.I ic-.arae-Sr.1.11 a•t.NM wm 1 Its I-- Ie.a w.a.C.11 Hlf-Rop11N[,.real.Ct•d.►1.n.1 eryrra[nr1 s .r•Wu Ir,r.y)a•la..la/e Farr.[[ .•nItr P-uer nt•taanl dlea u.PnP•Hl rNlr cTur ere,r,eA[.r•p awl"real, X-11 •11.01 Sol(-p�prara11..d. . $lraarWall - typ . . clr Ik.l-dlstl" ster ?I 11. ,sear[ , l Orap 0, 4 Naar tar .Iwllarl,!•lean rlr,a oM l..a,.C.•l-1.•Pl.e , (t.4p1A11 TP.-..1101•,.e1.0.41-1 Tanto Cl-*it., pop.I+rIN M.bi"I Ca..Alw.t low flrear W war Oper.a.1 Car,.t• tNe►Irl la,ltlpl..wl[.1,Ou.en So:d, 101011 Op.r•as.M.•ry a, Group 1, salla•,J:11 T.al.erl Soil.al Per.4tan Solo,,ro,pf mam- r3al rw-"-wlde,.Ha H.1"I- Ir•1.11•,11 bora Is•dar, priwan k•rn 1..1'•.1[01..011[l eratar Oprt•tar IM•141,fsa 1•IK tart,. tap 1.1 raei,1YeA.w1<1 h halal 001-1.tYWlas-4 L..Y,.. 3t.r•er Ic«nat[ucttm lan 014),Lir rat.,,4eele.[lsa..J sear..Pl..e•,ha•Un e..t'4r TI1N Sort.-.,.lM ryr,lpwat hV k,•I,•,'n.1ne.. 10.+11!.M......1-1,-t.rl.l a.,at It IMewl, r w Islaflwt t3 n.TS•. ••a[rl w.r.a.l Luelld•.T-M131..MHO.]s, LeaGtlec.,,Tlr:P.c.n Tu•e,.rJ011r , 71.w,1011•.Ia.peaI Tl,e.0o..r1•kil-r.pa ,Ceapaeer Flt.wa•al, M.-Waotl 11-1 Hldoer I[.nrr tl,N w•l eller.9.1(.eatll TT•Gtr Gap S, r 01rr.[«r Il a.>I1 Caa-1 wl.era lever 1 rrsl, 4•r Jeep.,ttMM h.rAlM It4eblrl ITl•t,otc.Parr,T,-1-I. C-c.rt•.rip.o wy,:nae Wn•,Gu[.er• Itaa.or ar•,1/ rrlwp Itecbl r,a.lde,[Awa-al•.r I-rear aCell.c Mgalll o"Ipeoou ' cl nuunl I'M—r1.o Id Ltr-oplrualr►ry.O to 71,w•ut.p ,1 ' w•eLluo IY^r•,N miter t3,..01 almtr lcltrl (1,.11 , Go-*h C-•1 I=N.la 01.,,11 C%1-9.ter,Cs01 r[1-Mlrt•ud Cb-M-m. Err 11.11 Cana Wel-loam al-,o di..M. '[1.!1100.. VV wrp 1. .1.1.1-anal 1•c1«,91 rlwllen le-ft.et w e.l Frpr C Ll ar IS tar• 1 rare),L+II■I.LIR w.tall.,110 lt.r ratll a 1 r A•/raw•T.«cit Can-..auw m....1•.t«rrlI[-[•.aA 3,.•Italy- 0pMr.,yT..w 1d1•.J/1«1n1 onlo.rI.cI L.w+•n•l, r M•.•t nr.G.e. .[ .21 •lallerl or tm rp",r",_ (et.0-s•`.l nMl•..a stills" wIS.r 'Inwawy.,11,.1.Nr1-Mo•, Ir..apply to a•ta.11aeca. rl;•• ' 1t q.re•ar IreA-Ie•1 ar f.Ywp is, tr.-lrpe 4ettllllM wacmae,t,l/y.LY•w,Carr-lltt lar t t'G 1. I=, Mr••I••11 M11As lit.faUl•-•Y flpn•irn,lam•Iraa 4t1r K arf M •!.11.11,choa1C.1 C.-ti _hlrl G.bl...Ir 4:tlwa-4 Wmrt ', paw .a..ro.wIm tap t.mad Islet l"1/1 h,rd.• t-alb n,ylnnl•t......l 1«11 floe vl0r.tw 1-•Ir ta,►1 .r.e.11 swill 33•p[.now.rvial"A' am..nn.w•<.11 w•cn•nlea Flit iaJ.,u 1e 1.l ICl.rrr daa.ar,t14all .bel[FW a"I.r--to fre blre4 Oa"ka tarp• I m.R-..if- 1. ' 1dq.14n e,•Sal lar IYf"•ll MecA.nlul mx.Celt and/w Gwt W. =%Is>d•aao,•'-•-n Ad-a it_Men 11•.011"QMrr1 le. q w•r • .� Gal tef M.chlne,Cpnrfele o •are.11, lroft-M C1rAr1,Goat 0,IM Or ear will a.,Ifo Iiwl.GI,-Pa.d.t3r.ata nn0 b.b! !Frew '' ••S" IM-1300 and•/al l.rl, 11 1.,« Op.[a- WIt/M.11P l.rr.ote• drll4l,rr11"fa9op.t Is.101i•.1.Litt St.mocblr, M tb0 l-4 fa/wnul•11 k11ar,fcre.dun 14rrt-0,ro.w-0.1.11.) (.aphitid aialla[[ypa011 Is.d,l Il baa. p I.w 171`1 rd..l1(sGvatl.a encs-to P..,nrlI k/t-prgrlled Cnryretat 401"10 MIrSt Sole-sr- la•.r 1M t 1 Ittaele w-Wpla-Ita3J 1a,111►1•oylne p,llrDalp a pll.d P1pelW Waiving Macatr,r.t.ala,CMC,-.Idler[}pejo nN waflr I[.c114,C..e .•teal Ir tamer- .1.Pt_tl are Mlr0 f'. Pool.fl/fl."4ter ew¢aN 1-111 Mrll smlerer 1414 - w+Fp/"Il•[Ltr1 Pa"r U-0.0,19 Tal (rlfyrge 11"tleattMlt I0.6bos- TI.ct011 r(_,Ater tuod serer.rlt-I..al., Ipmdala.0.010,•te.1,rhattl0 Car I,aculm ' sM"I.sll N"4 Oglme secare,re..43 pla.I$011 Stablllrt D t■w "all).$r•pmr. lCoo.1.•_'eta.,l.tatetta-Tres.w-.Ga- ' pest.rill cao"eatlsa,Tame hylas tap ate-►1w1"eadusa(al"Se -iI,-wltM t1.dve w[aP...il Wal.I-a"ata-l-1 Stomata teeth!Masse p Milliliter Cellar for tow uni dt.p 13 t-al - coz �'a� •mom RWf111,VOL$7,N0.n-/1104.Ann 77.1V/7 • •• 1 r ...t r�m Y J DWISIfM AD. W7-1040 ha•27 - 41G314111 10. Ca72-N4 • Rf•21 � • talowf Ic iIt•q • O . Wwp 1(d), MY•lt h•cW+•m td•a Ab Itvl W eorrr rot► ' at•ulr•y•tur W aupa•ry a«•t W 1•at pu-j Nil"4...Map•r- stmP Iltlr utau•m 4•naul tm4arrRlm aara m K u � r"'M a•••11 [a,a•1•• , r•Il ml•tmalrp•W•Mlt 4a,aa 4•,•• ata !••a1••• �• A•I. 1'06 44,Otltaf ' 4«p Ilfl, G,nart G+u(aunty aly, Ilpl•NI4,[:wU•ra. Yta] aNa 7 •""._r•.ftp«a•yl�r a,fndula I.y[•W 4a•l le 41N1•«r41 Ir•••ur•IIIA T• • ro 1•+r•t Y,N W•aslR•«N••r � 4C1ag a 1 1.N tU.l1 1 1.72• t 7,N .N .11 Iwcludl n9 r•N I,•et rrv,d•, r.cut.ural•Yta•r•,G•a 1. trN 2• 1.12 la.tf t-lf• i.N .N .14 4uu,1M+,aw1•Iu.r••at•r• Oa,g 4r 1.]a U,N 1.12• a.N .11 .14 4«p 1, tapn•Ia f,r,w u[t,c.«nt art.<•W Mnal lay Xy awt - a,rraag+p t• 1.11 ll,]I 1.12• 2.N .N .14 Cm••-••[a•r ud 11 y rmtll fane[•a• 14h L.17 11.47 1.12• .1.N .f1 fyp+l 9Y• Ictur/ .2t O-A 7-1-, i 4uca[IN•pt tr,0 CAu[a«n[Cu.c[•t•CAlppu4 W Caudlrlr 0-01 16.0 It.11 LIP 2.N .N Z4 .^Cmcat•{alar.t•Mt or a[YI I W 11lt['t a.lp.a, 6y as N.71 I7.1a 4.11• I.N .N .7l1 ' tnaru•.n,•m..cane•,gdr•.l le IUnitot /1r•t IN IC•p•4Nagl f4ra1/ft 71.11 .17.N 1.71• t.N .N .7 IwdIW•m m�u•d ley`ur[y u9•�ga•mll�.t•l1 rm•W 41-0 1" U.14 27.24 I.lf• 1.N .N .71 trutlal•tot In •Info[c[nq t•• trrcalm,VU.-J& la-1. 11.2] 17.12 471• 2.N .N .14 talpir[,•nd.ull•r lT{+tt u•A u.l edi[tt 110p„[,2/M uroK. tyty Ilr 11.4 1].17 1.15• • 2.M .N .71 MM Mid•pn•.�•alc,�dtr 17 4 p•r,tll In•r•a le••It.4u.W•1-9. v..p T.. 12.4 U." 1,12• I.N .N .24 tmltr 1•ct lrq of pl,l Inch• • Cay U•ar l].77 14.A 1.11• 2.N .N .Il @m Ia 41l clu« lot dear l•, sun4t ad Wllal try IlQ l].a7 U.f3 l.]5• 7.00 .N .14 P Y w,r 4r +4t Ct mt t• lef 4M...1.4rW-1 _ Cm•uucl ton 1•lur•[aIm lyd lrp Lr Ido•ua M«tat 1•tua•[•l , Ira..n,ma•wtur,uy r.m..[,nr«t[aww,G,Yrta,• 1>rIr•141 7.A J. N b[tleultur•i•M L.d•c•p•1•tcr•r•,l.",.I,t•tr,•tt1 NM - - t fta1/4wi i11Y w IaliKa I/w. , t9•d•r41 II l•a•,wlnt•runw udac•pa laoa•t•a Yr Omtt[r141t•1 O Yl+an.nu.Nplr Sr•tarn•nd toed ad•l llrs•W[w YU4W mtlm Te•ct utnt•ra[ttrlo[•tV Wand war llt•a.tlataltla ~ �4ulurl Twl t t•nd•ntl t•au at•clN1l r►•[4aU traaatll T atrrwnt lurl•t•Iwttm t•tat•1 N Y1o1Of . rsarp]I Inaal•a•n{IaclrllM srtllt,tet1t11f 114be4 t-1at4,r1 •. •- , ctdup.], 4•la,ab•1 t stag 21 6414ral talNars W/• ' W - FINIAL 41GIMS,VOR.42,NO,7t-7tmtt•AM 27•1277 1 t- r at-Isle` ))-S.0 -_ ►,aa!t R'ISI4r W. C.7)•S44t 1qa 11, ,•' , .� ar."1. *""It 1t .,.a.aawta!Lrtte.aattu W it.ilu - • -a bMr }ai.p as«Mat rr•.. aryr t.af..•1 s.arya.alG1 C#alwa,w• Ghat. IMlsa«r W ` 11••41 tll.wr... .wr4.ta tsrwttata K all t7v i1 C..et•ta W kw"wtta.stat ■W. war P__ ar.W Wow to pt4,44 4.«.1 ca .t.pr awty c_.t•awa mar ab 4144 la -A...Ca1a.a.a"/-aa-1 M.b.ar_"...a►,wtt•tl mta •1,�i ..1-41 Wip I--,Gnaw tarot.,1•J•th.r4•rw.6•-tt•ta.` - tJ`a41tQf &1:~*.itctsa.wt aa...aw.r hitt_.1 a/p.r.+rr it 4w .$ ' 4,1-44 W 4141 Gl <7a.c�r..ct.x.1 ret tl•r4.bar.W t• , fk.yr t f NT t 1,N &I"-I.,f.aia.UT-wld.t watr. ii•w,cawtit W.tattst } • ' Gr.wP iGi f,Si !.N t.)/ .N ,#/ &I"-I.W. 1••p{N. .w••a1N•w.,IIN.ar atalM• araatf- }, Cf.rp 111+1 !.» #a..ba•aW-}wl«4 I.7tINwa..•f.Iapww,lt.,•r.aTr••ta, Garp Ifc1 a.1a} l.N 1.7f ,N .1/ - [tt.talau.atr4..uu vxa.,{.+t a 4t71r la•swt.t44R4 l` •, G.t1p 1141 f,).S 1,N 1.74 .fa .1/ W.p•Mt,, t.c1.4Ir tWi•t.lws.er a1VtITt1,e..w1.,..,er.4ata, c'~1111 f.atS 1.N 1.)4 .N .111 plp•w.t/r.r..er.iwle I.fre•.4144.le rIP•1.}•.•y t...tale t G.r{•IM' f.p5 I.N I.Ta .N •{/ i{pato-ais,a,a.1.4 wt•ca.icy lww[aa.e.•.r•pw[.t/a4..t �1 ctepa I /.141 1.N I.» ,N .}/ ta.fwt•K•11 Is". I.-r. .,•w.ww 1.G•wp ll. Saw..t.aa '. • - GeZp l /,NS !.N 1.7f .N ,I/ W u«t lwwt.ta.sa-•t.w+a.»..w.l•ac.-.It,atr./.t Iw11M piatia/ K.,eW tawta.t.•wr�w .a.1 1,••t ar«711 V-.':tea.Ill-.. 1` �altlpl•VM m.crtrt.¢.I/gttw.l•kt "..)a u atdtat try.tW•1/a.•i1 et•wc Miwlt sato W.ttA.I tray bt- f• asks..r cwwuw,butat..y slawallt.f W ' IG 9"I Tart CIa.M[.1 h••stl-b ala.-.ct..,l-a.il float ' M w...tt t..rtu l.ta.e[a•.4x44 Ytel4eat•y.ri-swt-#t.atlt.a,'' •.f'. t; �• Cta.p to a,TS1 1.N •I/ t/4a Ra•awrn azar,plp• 1tt'a aN[, 1N 10.,RpFu•M e+atll Gaq II /.1fS I.N l.ta .N ,{/ /foto fw•4r ad•IatG. 4)1.14 taw[trr li carr(C!w witf •')"1 },' .` ot.wp Ia, /.aal 1.N t.}4 ,N .1/ taaat4t••iwxt }t . tlr4n►lt.it 1.f f.Itl n l hat-Itl tu4wt-eaawt wo4at fs1f3• ?a1".a• } 't`••••'• . W 4tatGt try.4111.1"-1 4111rra1 1.tt IM ' N•a..4«II1Mq rafw 4.111.1.1 r. .4" a+ca..l t,l 417Gfa-alt ,y: f Q tfpr.4•rtdt* .4tfpw oe..toes K tar.rt M•1tiiU adt •' •y��. ,e;y •. «111.4//utas W ae••lorrwr ail was4 K 1•a41a4, K ti, f ptg N :-.�': l}•' W awel./ at1.«r W K*kat c aw•t 114w4o er •�.a"'��#�,.�,. •j. q./Ipa K aata•4 NN W aatt baso/Ilt//loll",loss, i•r� • t a w.•a. N.INa IIM3.41.//11111"K salt ItN a•Wara alt telrrr tT� -��(!,�._•-,w• ' • titw►1114 /a.ar ti•a.ar. •ig� 1f•.�'`:'�.� a • Gram)t14. ftr"M W tMlaiw/ - .111} t2S„'!t• 1 f � ' 13flcut ata/st/r,VM 41,110.7/"--Irwr,uat tf.ttrs - •: F_ )�,'.:. :ti f.`, ~• ,.s V 1.C41Ar•71-38611 ' a.f. f fflastm.0. Ca77-9444 r.r.14 a N� o 46,1• FA-a...4•r►••w..w ,ver.h INISTAKLIN I'MOSS. = maw r.•Ir. Y.•.,•.. .00rla.sr Irs.[r•I/ Al-o". cam... r., ".0[.at. .t..Iw , br. Wee•,Nc[r•nl.•n0 Sole W f[•.al•ee.w 1mt.r• I4.Il 41.M t l.1/ i l.M .tl Ara.CI•t..btrs W a...... a.,r•I.r..r Il tc. ILII 1..1 Ll. l.N ..7 �a1.. 111.63 .66 .N .94 a.0 M.Iw•r a.•t.CI•t.Cb•. .nrtUM Llfatl•. U.47 .64 4.�I.r•,/•[t1e...Il l.aa 1.1 1..14 .1S l.lt atvrrrrtr,, Y,R wR.t anreau, U•.•4 W tb.a,.Oat.0.. 11.74 1.11 7.H111 .lu U•..e.,cw,u•�.a•,.•p, MI tut[•.r-M.a Oa. 11.64 .tl 1. -.H •r ael.m[ 11•..r 11.15 .N 1.91 l7 .94 Ut•au.am verb' pin..C•1•...., ... •1•r...C-1a.Ga1.,4.1 i •Iw G,e.t l., 1t.n .N ►.N 4f .W t•.a.nmlJl.wl....r., wf /..rt•.el•te./..wt w. wbr,a1 lPr.en,a.r•6., 1.Inn W La. G.r[lu 11.43 1.46 ./7 1.94 .{l 1.94 .94 Its.. l s.".-. .rl•at. sn...,Tei..r leb N•. 11.94 L.r.•..b,/waa.r.T..r.. Wrlpo,•,w[<r•.6 T.cl,r,• Tet...4 T•t.c U.. 11.94 .94 .94 .4 Cnrtl.. 11.4 .{1 1.11 .N T4i LLTrmx, aa•a•r.r.w wlta,awb - . C1.[•.ref a•.[i[a•a Cc[. ll.lf, H.,ta 1.f4 7.14 U�'•6•,tau•osa.,er1 ; W M•t•o Caw,tr 13.61 .66 ' 1.41 .17 4.[l.. otr. al. ,..a4 14t. 1 O.1 bru,a,a[clae,M•r l•, MUM.lup.,YN6..rl•a- f•,.h•..cl•c..nt s-C.•. 13.94 .N 1.14 All au/•.Ito.w Ir.-c ,r 9.72 .66 1.13 .y R•.rl•t.,a..pt-.a•.0 . Por7 IIOO./ATG,7, Clu..1Ur..1.r,..•,awtt.t. 2..t.•.-3.W T.ar C- l.o Y llplw.Ivu4+r.Wr•u,. a1plw,iuc.Ca,nru,W 4.A .H 4.14 .947 Mrrne lo•a of la su aetf+l. TM.- lug•a.trlra..Oral.. 4.77 .H .14 1.94 tayuln al rill.tan aa•gn l., 1p...•V Mror A I t.cct.•nwp Wtat.7•L.•, lsraln f.94 1.94 dt [^ tuolrr+,colo,wt TWr N Canal•al.ne am..portly Mt.t.a.y W 8r4 Q.a Oowll.a al Px 1..r•e••.,0 rl•u1 9414 aait..tf1 e.rtl.•p.cl•elnr Mb Lto• 1-00..r..,'. 1 �"4.y,a- 1: 1r••I 4.77 .7f 1.15 1.94 .94 4.TJ 11.[Pi...t 4q1 W T•Iw 4.• 16.63 .7. .H '11.1.{.•tl FO•l.s••• y. 1J.rt.. t.Over•Ca.u,IYrl., [ lurrr.Mow rq. • [.•wl,lbt..Il at ava a Incl ftat-�7•na cl.t.,WM Mae, ..4 n K Mak. .r I17.... 6 Yam 3 r.t.a!v, l„r eveN c. aol••o..6 a-Corel.. 11.74 .N I.M 4 .H *.all. 4l.MN Wall . Jany, � 4.4l.ra,er,l4wa..11.94 1•9 Mar he tlt.e live T.., .r .1 . ftfl [tive 7..r.!LAS lve e• /a..4 1"1. It.. t © .i . • FtMIAL HOifl4,VOL 41,NO.70-0241Y,APRIL 77,IT" " Will r _ _ 1 Wt-'IerlN�17-S/t. f•S. 7 owlso1 O. Call-1rN ' Nit i MJr rJy.1».G.f..rr. r... Has r»..... f»..» .&- y...r.. - tl.a7 t. Mw ■c• I...l... f...tl.. STT. f1A5Ttf Ua TOOLtf. ICa.t•dl .IPV M,IWdar.Ll DDr.do. 1• . Il t.fratrenco NOfr -4 t. 10 1 -4 1. IF"Is .15S t 1.46 .8t alatolt t.4 Ooeta.A.[.O.. • � "I.-..Id a-J.nlnin co.. LO .N l.N .N 1..l.r. am", IL"I t I.le :N tlonlu.r Ca.ntr f.lS l.N 1.77 .N ttatY[n.a.r.1 fretl.r.n a.n arnle.,s.a.M.r..m t.Na1...ro 8+.a!•1 11.39 1.11 1.11 .w .N f.nl.Gut fn.ntl.. 11.N .71 1.41 •/[r•t 41 v...l.t rt tts - It1.m4Tls. ...N.r.t C-1 to-it.y 11.114 1.11 1.100 .1-C....V 11.39 .tl 1.3s .11 a111•a.C+1•w..•.fa Ii-. . I' 1I Cant..-1.C-Ir 11.77 .N 1.71 .78 --S.w 3..7.1...4 �. 00e1.xrt..ne nava[u.+u.. ll.N .0 l.n .N t>.Ir-e d.+.1.. r:•: ; t7..el.iSr aN..litt.r., ber.ra M.�Wt INor tnetn wl!e! C..1.a1t1a.H/.7It We U-]11 C til.EI D-4..1--to. nit a."-op-t- 11.44 Volo.w..a.fl-leaeldly O 7`t.&.fl-..SOMI.W i.a.T-u..l 11.71 1.14 /.N .04 Tr.b,w'". 4ae 0-1- 11.N .n •.N . f Wrin.6.n fr.nC/.w...d rw,w 4n- If 11.71 1.1ilS 1.10 1.17 .12 7tol.n 31.1E .M .00 6.n W.nito.N a-t.CLt.!m. 14.28 .48 1.45 .14 4t•r Y,f•M,lal..d.ai s- wn wleo co..ty 11.74 1.001 1.111 1.30 .711 1>,..t 1.. alrf n.,/+.d.r I5w460t.portio. r• 11.17 .113 _1.N 1.39 tN of C-1r),C.1.......r,.-. tt.atte taKa.rq i ttl-13 wrlpa..Nese.Mo+t•l.V. 11.atL.ro r�ptl 1LN .N 1.M 1.11 .N •Z AM.-911n.3.n4.cr...a.Nb. _ Nta.•e let 7Yrltta Hp.- c•000 bh....7.elu..a.0 real nr"! .4 coal t..plata[ 12.13 .N 1.30 .3.03 .N 17.112.18 Ctil fo.t.."1t.ao1R Card.[ f4�4rt wnlle. !.]/ 7.N .0. poyirraCard.[-q-.r!L'.lam CorrlN 1 l. 1.12.2s .0 It-t... W S K Cm a-ii t 1 fr rr.trlata..d 1..ratr C.. 11.77 .N • f.o!• 76.n 102] 7Wele 11...a"4tit- ' 11 t.ttl..4p pmol 11.14 .N 1.12i1.11 IN mi-II-9-1 pipe. .• 1lf-L'k1 �tlaral w4NNt.t C"I tat 11.01 .N 1.13 • l 0FDt3.Y 71frMM YOl 47.Iq."-ifO31.AM 271 0777 • t. ;_ 7 .. , t7 311 _'• , ••. •, . i et/slow ID. can 1118 V.N f 44C2f1er OL C►77-7414 f.f. f N . rVJs rrl•.•t...Sw p•r•a•r 1 4.I.ar M a 4 r«d..• W."- -M M� F4a'Lrir`7'N""u 1 nlrrr{If[ a.r l.. Upl..,a..mr,bLyr..../ 4.... ■lr w.l... l.t.rr :. it.]..gulp Ct[uetl.. 11.a•ir. /.11 .N 8 7.14 8 1.11 rat41O14. Ibet•41 ip.ayl D».t[aa t.par.l WI Su.{psw.M.-A W ft,- • L4NI fc.ltol/I 4pYlrt.[ OtitN. /ar uctur.l i[Ial _ 5.77 .lt 2.74 1.11 4.w4 {f.N .M .47 .71 .N ' r.-Cuen17 8.5"/t.". /[e.al T•/+[. Illi .11 .It Wr Q.t..fa.r Cl.rly 1p1.Y1 it[uct ul.l/t..l 11.11 .II .N W Wt.t 4t.y t.5 8.41 .M .4f .7f s2 B".7. 41u.a l.Sf .N .7t .N pyRO4rf1 tpl.rl s...uluta r.l fueet..t uar.44 W Drat.pH.Cw. N.le .lsf l.p .47 /tarn t.ly 11.1.1 tpat.1 4rt.a W tr.bra N. f.7f .N GM f•p[a.eyrr. 7.N .7/ .N .N ft. bwt71.71 I.M runt.[.r.Lu Me/to,/••otw rYa.eq Ot+af 14.N .7t .h .41 hn4 Cl.r.•.d 1•nt.Gua _ alMe•,/rY..Olw..w. p..t/aa Iwclusls/pw tlrp»a tiYeaO.MW.fl tet. Y.4a•t.tura aryl r.at.r.raar J..Pale. . 4ruY 11.17 .1f 1.74 .N .N 3-2-.VrL W l.v tpr.Y 11.87 .ff l.N .N .N prat.. 11.N .71 1.74 .e1 Tapal. 1677 .ff 1.78 .N .N 4Y►arrt-D.rt7 ll.A .N I.N sl eutt.r,Tenw.M Tut,Cee.tle W r.ta.C.-W 7.78 .48 .98 I.N .qf • /[u"1 ba Taee..l IMLs. 8.71 .N .fs _ Nl Mte..rartf4.rtttr. /P•4Y1 Lna4lrt.i.1 Sa..etrt. frp.. 4.1•u/./.ear.W T. /ta•11 svle5/ty.l t.p.re 9.25 .N .N Ta- prtN. f.N .N .N l.N .81 Q ' l.t.T•tu»art• NWIP-,t .e4.ei 71r1r•. 4rw. lest .7t .ri 4ral.e f.N .N 1.57 1.10 m fP••yl nruate..l full T".1 31.28 .7t .7f PLAST00S Tvl R. h rano,f•a r,-i-..a Salm.. 41aN.r1 brt/amu 4.. 8.97 .N 3.14 fa,lptl.• 6t. Lou" 18.77 Jf 1.to .N .N ] alrlr 4f5rly 4.77 .M l.0 .N ipnr 11.42 .ff l.0 .M N Lp•ra 11.71 .N 1.18 .N al.ea4•,Cwtr.Cmt1,Ll mra4o,Wp•,r...4.,r1.c•., f.cr.wnt.,6el.ne.M T.L. C utW joul"ly Pont-a 0-ti e la".take Tran. _ frul ore.. 71.11 .N LM .N .41 • , /p'.7 .' 11.77 .N 1.78 .N .48 , E T.p•.. a 11.17 .M 7.01 .N At yep , W FEDEU/LIGISTIR.VOL 42,NO.79-441DA7.AMR 77,19 77 r r �1�Irrrrr�� PCCI+'r:ul/-solo roof. I Y NOILIG.I tat. p)7-SNL _ !N\ t I 41..r fa...41�.aa.r•ra�+ w. ra•...... a.rr r.•...i...b..r.t....r fbr. 41►► M•1..• T...M+ JP�7+' t two.. 04. F_M . T.•w -at- -.& LIJ .t fJ7YT11c l.Ier (cont•411 LtPr-7.. fir./\,tlu,.Ce.e41.II.t N. wetc\t4T,f.p•,fr 41toolw. h lrm C I7 ioo+h.Kloow.it+Pyr. - • Llec[rlCl«.(Stili t••/a.ne., wt.Co....i..too or. Yet t.,.eed 7•tr lyl ))./f .N 11..43 .K s•Lr I"I.r L K Ueelt lrNr(/-I ootr l..)r MtIMW.fo+Oar.t1« Ll,e[rIc{.n. 11.14 .7S 1\r,ss .N fCalr.rMw.41awr«. C.bl.4Pllc.r• t7.7f .)f 1\•A! .N U itroo/..tYrlfo...rrt'ooi, rug/a.,r!wu tlYrtl.t Yttrt.K CiU.t.yprl. Ll.ctr lc Nn, U./f .0 11•.H .0 r.•a.•Nat.f.Cltr,L41. C.bl.spi{dr. 17.rY .L7 IN.H .N fr J,.p1+.i+ltr.Trl..q. IUrll•.foo.rre.d ooM T,alrr rY W TW Cast N• 14.4144 .41 1.341 Cw.�l ie. h.r..V wr..1+W/ Ilto ." ( U.ctr lc/«t 4.31 .N 11 H r.t.ea ort! 9.29 .$1 1.94 .fN .M CNN spit ', 14.\l .31 i\ 14 Ii0rO1a0/t r•v ,ca...a) Ia.t bwr. 141.41 N.: .lf 1.N 1.741 .N Ll.ct rlcl.n. 11.34 .N W.7r .N rt•/re1.1 U.)41 1.31 Co :41Split..• 31.41 .4/ 11 r.)f .N Or+tr.\.lr Ltta .l 11.141 2.31 I.N I.H .N Y•fa.nd Lel.m fount le. tJ.lfPir ' [Neal/elan• - )41.411 .N ]\•.413 .Nool C.O. 11Si ClL(leer, . .N 1\•.415 .N Ur+L•W Cltt.Orroo[1.. ll.]f 7.N l.M :.417' - f.n 4.nito,Nntoo ooroosofr^!/t�4.W.pa-, i..r brei« 31.N .N .N .0 rnl.Gu.&-,I.. lrb.p Ot W.S•er.r+b• - LI•ctrlcNy I).N .)1 1t11.H .tl • T. I W T•N C.e.tl« 1.46 C.blt/1•I ic,t• 31.411 .Tl 1\•I.H .N Pt mloonroo4 /TM Je,p141 .•� i•+rr•ncNro C-11 LLrU., 741.34 .N .If •• 't fl ' rl•nrlrNy • 1I.31! 1.N ]I•.fr .Nt 41, ooni 41eat+•CYrtb\ r.N .41) .33 UMI 1/N 1'', •A C.M.Frio.- II.H 41wtr•f,.a ll-"Cry OtrtW 111.1mil .N .SS 1++Y•I.e Cawt) fr 7.rrtNw ooM a3 k fr N.nrld•y tl.i7 .N uaH JI me-a.41q U." .N 1.N [uT.n•.concrwclwf 17.H .lis .Il )4•. .Q sr 4w.tw•.1 f..a.dr41 -: ' l.l_UP C&STWX70d• • C41+r1.+ 141.14 oofC f Hda .H! .lr Hw .0 ft-171st 11.42 .73 as' t+ a "c"llooR70114• *.IV-.waa pd S1re1- acvan C..Ml-• lf.7S f ooa-Wl d 86 IUtw 11.41+)7 741.61 .1l 1.46 ' 1 CAD t: "`� M MALL UUMM VM 47,NO.76--MMY.AM R,1147 ',;k{t�•'•�,> a��3•o�)• , -d 00117,11 D=Sm lrrCUtaa a Ca77-1044, pi. 7 N O aTlttr Ullt.rdf - CD.Arl 1, ►I-",upw.Wbr. /J CF.t.t C+w.Yl rru. n 0..•b,h.er,arela. Y.a. 6.I.f.B-W r •ra.•w wrlf.I4elw.•.O.tr.,.>sa...r, . ww.r..e.,n•en, .r..t., a..�.. rat r...l... v.a.f.. :� f•.Y•Ib.W hrel-...Wlm a...f. S-.Jof.tL.1..Mao.ire.Gr.. f�ii. DWI WN IUIIYOr U77-NIB iru Gr. IMta.t. @C-fWra 3B.N 1I.0 7 1.11 1.N a1 2II Trlr.Mb eref pr+ wr Kt rrer.fUu►il MTi, Yat le a I Cme-i 6 t w.v mn 1.11 1..l 1.N As fep.[r.Mf t4clflr r.G)t-SI07 4W retf.tae U,U)f.ttilII 4 A!1271 w-.ty ter wlty B11RIat d rot[. Yfla.nel•1 C•ataa.Rlr rat•1•aiM r 1 -6-4t"r r9-1 Dorf.M 1"t0te tU..p•rtrfaf y b ttl tKitll../taKMf. naL.r.su[t /0. En 11 l.11 I.N •""•" s 11.17 1.17 1.)t .)i .0.N7 ' rA.f.a.t.Mefy.rw IClaq. , tl.wlr tL.r.. u.•a•1.:t.r 11./l .N It.." ,47 . 9- r L t r....... w.r.. h/w7F CrI.vra.I-a I2.44 .N W.•t.feta r.ta...ra t K. rV.Tr W arae WtM. littslol ICAnf11t {17.41 .H {1.17 1 1.M C MW rI WaNOI U,US .»! 1.N W fl*1-.b,rtW.rr of ala MIp laYtail ftaKa.tanf, - rlf iptb Mural.ttaKgtl ntearl.Irf U .N! YI rr b,Yuatalda,w[le, .N A! ta.-N r.w.N•r[rt/.co,f.n wa.t. Crl.Sp"-. 1\.N .K ►a,N .N! f.luu ftl lana•Ctunalu It 1.N .fl 1.r .N Wa Ttar IW- at etl[Doth Cott.Ca. is as 1.01 l.as .71 nattldfr • 13.11 .67 11-.77 .N Ir..ro.wr lwu.ea wrc.a Ca, Was .91 1.M Cerp W.- l..N .67 11,77 .f. tl ro[•m,urea.•rl•eer. T..raf C-P Mcrer•l.,Buat.r,Taa•u, nKu�elt..prey trlete.f Bolo•tl Y,a..Caunal•t Il.f0 .10 I.N .ri 1p1aN u 1.tr Irl 7.07 .ri 1N.0 .N ltnaaq t,d S.nu Cr ut!bath Il.f1 1.17 1.70 Ltatlel.r N SWI.q. Z , Nn Nn 11..M 1.-Cl-Ca. Il.1s l.aS 1.1! .30 CL-I./tN 11.24 .17 11..7N .al Q tSr1. flet. a".I Waw."I r•-1.n 11.16 .17 U,1Bt .N lepule•tl T,•aan.Cant l•• 18.21 Lr Lr l.Y W-&.$taw ffa 3agt1.�. u.ri .f7 1t-1.7s .N m . r[CY TpOpS, CYLBN ier. N Gn h•ncl.ra'eM Nn wa.o Co. Ia.N .il .N tl:f7 .11 l\rl.ri .01 11p1K,Wdo[,LlOo[.Jo, 73.aatlelrf�T It..l .7a U.I.M YrWt,pl.c.[,Gct•reb ftl - Tola C .tlt. 1.r 1.N 1.71 �p t611oa0 MIS .7a LNI.M r[etw blunt) 1.66 .N 1.40 "1 rep.flt alrasl4 Orrtlr tMerplr 10..71 tf►revtrss. 4►It a6llcwi tl.q .3! tl.l.ri N WKnaaaf It-2s 1.33 l.)l .111 .N . u[d.�.od plop[UWrfl pow- '- s.•ap.uwu[1..r/lfo[ Nlerl.rq Stul iutbb ' Natto[f.tl/x steel irf[W uttto[f - I1.N 1.71 l.Tl .li •.N Mll3ar ytN it-it 1.17 1.71 fllydl Irate,N111.,W.,f ' .m tacl wllOfu 11.11 .a{ 1.75 .75 .N 1/G51►L 11611R1,VOI.17.NO.70JS10►T,Mall 77. 1117 !Ki'tFty tO.Ail-}.)! p.re LL rAi[iChil[4 ` "FA ftfloi TlrMT p/U TMn•e .rrcrlr a ntmf tb.Mnrd."r It.M Agp ICM,twt.the I tai ittt fc.en. , \ t,• all-lwslwds.thnt par li.n of N.rtMr.GttGr.t.inet.r.r.111r- ' la ILe fell G.recinf a1 the Mer14.r IT Wnndlry.t tM fuu rC t►ttlydMir - t e ` at A.N,V."rut of t—ubip&EM,r..t.IV.Nt..blbM h..e- i-rd.erlrinnr " ThrncFe.cherlr to tow S.V,arrwrr rf SO."Ip LY,T.np W. `• i TMx.G.i.tir M M.f,[.t.rnrr wf/.rrllp 40...ft.Itf, . t•1,�. 1••s Tkwcw SenaMtiT..tit 1..<ar Mi.t ta,+Nlp 430.r..r..M '• r .. �" �• TMMe I..t I.t IT 1.lu S,[.......r i sblp 430."6 ttl.` Th.- N.nMt it 1.U.M,L,auwr.t t.-Wr awl.Trp W. -'t - ..the Nsr/trrtr iwt.tary n(W Slr tw.t 41/f�.r1.. T _ ` th.wt.v..ur/r.1.w2 t>a M.tth.tir MWFrp rt do St.0 of - 41[frr.l.to CY.pla rt 4prlM[. Vt`i pEOrltat tf6fSTEf,VOL 42,NO.7E-..p{IOAY,Apl4 M 11t7 raaar o.nnaL» Y.L.» tlCnia la tan-f9» f."u 13 0 CAU rooxL% CALUGBM ' o mu M=Ktlom to. iw09 wLYs let Iwo O"Inar artut9K (coat.-Ill' .. Iwn fQ1Iincm1fIfY7 OK1.7➢t/IPw•q •....I tPat•al. aura.1 t..r•n - I tbe[e ' 1WW YN.r[tW ra le■. rNSOL a[ wWP IfM. r171 !.u w , . 1, b .I[we4/1•,uy.lY, Tbrca Or.cWr1I t•tr RL P "I-",Ir.t.aae 111. Tb.t.YP[•t if[e a►•M.Y,u ret awNl/IN.rr(.1)[. Tbrt.Ne.•r aP e•tr Y.Y.r .1 a---r I.Y.r.y 171. I TWr•Wrt bt[Ir t lW M.L.a of twN1T 101,t.y IY. Th•a[•::1=11117 eebt.if a ar LI, P •[a ,/Ir.r.ya IRA. TWr.Waa.rlr t cab 3.L.u ret aw•►[P IY.c.y.14L. i►rt.Nunlf t.eW RY." ra[awJa/IN.r.ye 141. twat• et awJIP lY,..y 149. Tose•--brlP la tW S.Y.saMrr•I WJIP 1�.tri.IW. 1 TW1Yt Yt.t ae�/t•t►•■.t.c• rte!.wJ1P Ill,try{K, Tban bat•rIP to IW S.[.P •1 twJIP IM,r.y.IW, TW.c•N[tb.[II t•ab•M.[. a of lw.hl/IL,a�a•lK, That.S..abe1P r ab.S.Y.rmr.1. bip 941.r.ap 111, I TW.c•[.rate 11 to aW L.c. to t•1.wtb1/IY,r•N•IIL - T►rc•NYn1T r ab RY.carte a1 I h.,IIM,rey ItY. tW.c.W[lhr.17 a alt Y.L.c el=..,IY,Py.11[. Tb.r.L.tb.lf r tb S.W.trrf./.wJ./IV,trio ltY. T►..cr L.u.r11 la th.S.L. u nfr.1 awtbl/1>•,Py.ItL. lb.r.4.P.IP t.Ib S.C.Ptr..f t.r.br/141,rsaia 141. TW.ct S..t4•rll to[Lr S.Y,u r.f.g,IY,Py ITL. Tb-S.rbrlr u .S.Y.P.w..1 t-W/111..cap 111. too It.[..Ipi.[. ......•[tw.WP IY,[..p 17[, T\"ce t.aalf r.b S. a •1kip 1111.rr(.111• TWnc.bw Wrlt c tW S.Y,c .f t "1,lY....p IK. Tb.a[.S..aWrIP a ab S.Y.r rr.al.ar•.4/its ay.1711. TW.c.l..a.c l/t..be f.t.a t•f aw.4/IIa,.try M. tb.at.L....IF r ab.S.L.Pert.f rr.4P 11Y,rr(a 111. S TWa.Sew barlt a[►t S.V,ce[.r of awr4P 1>•.Py 17[9 Tb.ra i..abrlf.1•y ab Ga•P 11-./r.y 171 r Ib Tbtacr[.rl.rll cloy t4 sow Wrwtllr el u....4/I7Y P/b [Wilt a.-e.tlaa/y IS.L/•aab r. le.al 0 seat. •n bP 4lllatYW 4.tetn bra ,•1 the.t.•.!Cr11/eP1., o4m.fclue Cert?Irl.Yal olt4. 1.11.YIy li [Waco Wrabru.r l7.the.c.tY.raherl/el•y[W 4.arP LYri.q corrcly o[aW RY."rr.a["+.blP IS.-as]t.a. KJ"brllr W Ntl4r[ a[t\rl[L,..of C.III.PI.[.tW M.L.Petr el t•w4/170. Tb.ra M.S•r[►.rlf.ilea/ea u W S.Y."Ir.or twW9 r ..(. 7f,..y.U. Tb.ct Yr,[tr It[ ah.M.W.c of terJl/17r,t.y{lL. - Tb-t..[.axial,&I-$-IN b.RL".rr of--hip 72. It-ft r hu17 a 16e 0.9.P •1[on 6IP 701.Pye lot r.ap At lbtx.N.[criT t[a`. t.1[-JIP 70r.Py.lOt. IN- Tb 0enbe.lf a..a<Ma r lb.0.L to-.t[aoYJ[ ff. TW.c.M.r[b.nT L.M.L. . .1.w.4/m, ri.99. ► Z TWct Yt,t.rlf a atr Y.u. c . tai r.a•blp 7tM, .•ir t[ .aye K• O [Wac•N1t4ri/t•aW M.[. r.. .1[.w•LI/li,r,.yt K. Sbrs.N.Yea.rlP 4trisw r tL RY.carry Y['trrYJ[1 tl. ' Tht.c•M.•[tr It t.I t.+•4/Ib,r.yt K. - t-P f[.sa,t►e Petr a!bilrly W"@..I-I•P.a d A • TW.0 Wr[he,if t.r4,S.Y• r ,.. sl u.wJlp I/Y,try ft. art= N TWnce lr.t rr if t.tL,T.[. c t.l atw.blP 771,[rp K. aru 1 air{aI I.[..ahY P..t-.t YaabP nllbrala Wlbta Tbnc.W[.WrIP[e[1.t r.[. c •i t•.n.hl/7L,r.a(r K. - tbIlr.. co-1.61.6 TMKt Y.aWelt 1.L4.Y.Y,c taI[..JIP 7r,e.y.1[. fily A.1a IW T.cltic Otar .r aR 4 Nog at , Srabrll 7W.te Mert Wella th.M.[, c . • to..•4/701.Pai•71. t[r at iwWP 11.MooIho S-otdc Wa.11r W-. p TW r•Y•r[•r 1f,e ch.M.Y, w. t.t[t.u.eb1►10a,rr(r 1[, � 76.r•teet.rll.IPL IW f..abal►IIr.1 iwWP»r 1b TWnc•Mu,t Wr11•lent[4t Mr.rbt.Lle Nrl Ll.n a[b Y.L. r S.Y,Prrr.1 aw.L/11.r.aie A. •!a ru•Lip ICM. [r.N iu, ib•at.3erbcif a ab.S.Y.Prr .[[...aW1 to.I.y.K. llueutYtttr[lt to[b.M.Y. [ .f[e.Jt/]Y,r.yt W. Tb..[.tea-IT.7•►!tb 0..b.I.t rb.Nllr r L.S.Y.cost N I.+r4/I0..ry A. TWa•S•.[W elf ae[Lr M.L. [ •t[wN1P 711.r.y.7Y. Tbr.e f.wb•c f.Y.P.N.of twA1P If. TWnc Y to 17 a•ch.M.V.Pen ta!u.e.►IP]7Y,..a( 11. Tb me fo=iI . L.S.t[arty.[I-.Up IS.Come.It. 1WeN Saw Wllf t.lh...Y,urr...tw.hl/IfM,reye 71. I*-.Sarbrl7 r tW S.Y."Mr at[-JIP Y.1.4.k. 1Mnu G,a.r1T t•the S.L.P •!uoa.4/1011,.oy.7Y. iWc•f..ocWt11 a•a►.S.Y. to •!=1p IY.r.y W. .Tbooc.W.l.tif to the S.C.SAu.rr e[[wWP Lf.s..p 7L TWw!..Wilco t.too S.L.co[..rr•!twJ1/IY,r.y IN. Tber.MrabrlP r Lb 0.L Ptrr.[LarJIP 11.e.ya X. 26r.tNYa1P a.ab.RY."rrr at-Alp f[.I.ye K. Tbt.c.f..t►.,I f t.tb S.V,"-g at cwWP 1a0,...ye 717. Tb.ate farllr.1/IP..I.i lb Yrh•IL[b..eLlr a tb.S.Y. TSI.t[Yat•II►r ah•S.[."rrr al iwWP IV,s.w TY. "Ir.of I..a.hl is, I Y. 'r-mc.Wr[4[IP u Lb.Y.t.uwt•[.wWP 440. .ft.39. corms. 4Y.t11.Loy Ib bYbaLl b.rllr.r■b S.C.rtrr TW.c.YaW.1T P Ib M.Y.a rr of L.aaAIP IY.r."a». .a!aat�•a1P 10..-&.M. TW-.1..air r Lb.0.9.co-a1 L.aa.Jlp 110.Moya w. Tb.at.LYttM..11 to ch.R!.poor at arW11 94 Lay[34 1 _ Ib....NJ.rIP to W am.tYIY..Y!U..Mr 911.t.ap No [boat.rab..)7 r w RL PI..r Y/t--MP IfD.It. • . "bigAl»WITt1,VOL 47,NO.70-fMAY.APRIL Tf.1977 t K 1 M2't.r+••rtl�f-p)f IN• 7] �itw b.4»-NY1 ' "• + t • aulaMn aAlx trrtlrsTiMlu t«r tw•n�vcrs K..nt'ei 1aMi Sw.r.tr...d••Rr+...r• 16011 Ig0I7Kv10#OR10K dv4 cervYrr AYPrwnrw rfar era."eir Ilty ir+Nr. Y«ex.. Wits 11 All m•c J.l t-t d".icr.A-i •uV•r,arel 59 ya..•n0...•f.r aJlr.Ra htIPN Mtw. 4}tax,.6x166 1[60111 fYry. ' {ores 56 yAt.W YPdet ii MHP it Pit•Fear 3.ataMA(a 4r6•• ary/iw' yd•.wt..1...111 drRrrrt. a.#.-MM.•W.h/4 No loser 5p y4n.Jm wwt iA ya5, rN rrgr IIMt of arN�1..tl 7. ' wtsx )•••71Y praat•r loser ap ytla.W anhF 61 yAs,rsN[ Crwtry/. Msltl.4•t•w tM•.tu•1•P.1 tM t•NM•10 t '/6.611.M•1lexyt•r 911.1 tw614 It-rr isw"INlr Ih. 3[aPr#w Y1M Pen oY rero+ltUil TO-4N4rit.1."aM fwr M.t)itw,t TewrMr fit,erste/.% 1 A410s Iwror l•Uo6,.•.r 5p yda, tM M.Y.lr.......rr IM 0.v.JP r sf YewNc#1". ' en"f ural«AS ye6,rsc r lue111 I•ry,K.M.pill.Arre IIP,eN Mtltlr.. t Marl•44t)Trr'.+at Ce<v.r.-r•r. rb-:M.19«I)Fe tr t.Y.< .(-.1,1R.ruts K. r.• {•' rl., r S.yJ..•rW u.Wr t1 TA.nJC•.[«Iy to ar A,Y.r FrC tew Nrr M.r•w{•11Rr •• yds,v.IJ• IJ•.11 1 16,94 0 1.101 .70 it.tr tMsr Mstrrly I.IM l.M,x •4 t w.\f1 III,.......411• '..i`: . 7N-:Riit4./7 u tM A.M.x raf stw•N.Iti,[sap A 6UIxt[tYllhy fJPTAMLP la/.n rrwt6 1r•tMtl)[•tr i.v.t •t l.wAip Its..Nt.1116 wV.r,ar.•r 4S y0r,uW TMwt•peter ly!•RM i.[.[ r•r tew W#Ib..try•1]1. �:i. Inciadiny i4 yA•.vas tMw%-• 'tT t.tr t t•w•Att Its.Jute Lli. ira•1�f lacy.141 Ye•.r.nA I\ C..-I'to tr 1.t.< [•f lew•\Ir I)Ip- .sets 10R Iwrl Inl Aa y.)..aJ rer Iw6i1. T\sra•t•.trrly i.tM 4.Y,tsarw6r 6f tsartN#IK.rup IIT. , f X.tr..cc4Cw r<4S Ya•. N i !till./•.c4 Lw Mrly tturry•tewry. t..-Ir alwcr y l+.c l.AII-ul 4 y.1.,a«••1••+111 tlu4 RM feaaMEl)••w4..)• iMry• • t N..T•1+t 145 yP•,tna In?IudIM /taut)•.4 tM 3ewrrly MN«)st T.J.-C-7.tr tM N ye.,ratrt tsnt)]918• n u../tewNlr lai,rP.p IR. . ibl.r l•1.,..N rdy,aM Tr.s.wnrfl7 w tM M.A. .6666 ar aawr\t!113.t+y 391. Irrlf tlet t.m. Jeer lo•t11 1\+w[e Yqutlf[•tr t.v,r ei c.wN/r 7V tsye I3[ 6 Tr•r J Cert#ts•bgrr travt[gA tMKs wttrtll to tle M.4.to r•t aw•;11 15i.rup Ili. 616.I7 atl•.4rM IlatluelM tlwr•vr[•e it a•14•M.M,t •t t•wrMr)lf fawp 711. �) 94 7tlJ.•.t+[ 1•.•l] 11.6# 1.1T! .}! 3.N tMeas wrYMrly[•tw i.t.<F6.r.t tewNt#113, ut.1]i. tri tA•ar•vnterlT CJ tM N.V.r6 rat to+•1c0 IIt.r..p ITir MMA cou.,9r0fMfr•/w • - - - SMrar weaMri)to.M v,l.< •]r•wNl►166.rut•ilt, rMer,Jrex 10 tde.•M Tlu.e Wset1T to tM M.v.< rel taw.ki,14%.Janp lit InelNM3 9i yds.r}t•r _ Tiwt.wrir•]7 t.aM#.t. r Yt atwN17 K.ray,}7A.e -Y L••111(4e7 J-1 40 yeJ. Tl-6••bflT b 4M M.v,t.rw r 6f i-bap 01.Owt•759. ' eN 3•.r4a61w0 f}Tds...tt Th-Ms•tMt47 to tr M.t:'atle•r.f aewNtr!3,rnp 3K. ••i/t da6yr<re,(e•et ldt Tw.rJ w6e.Y IT to tM M.4.r •i ix+FACT llr 66.10 7K y4t..M I-W 1.0 es yd.. I intact wreM•ly[•Rr M.C.r •C t w•1a!4T.tint 311. arir.{4.6111 1.dtt.r foga[ [ tMrute Y+ester))t.CM f.[.c r•t ce.nN it It.rut,tit. N yes• ,ed tn1"..l 9s y.r. IA.6ca wetMtly!•tr KA.•w •[taw Nap U.nry•Ill., , r4tetol*s.il1 tkla. f-I . 71aac•v,.tady t.tM..v,....u..c w•41,u,.-R.tit. ea.. t8 Yat.ePd Irtl"In fA4Prx.wr[Mrly Rr tM..I.arr...s(a«.wNt#1A,.eats ttR. 4` I 95 rd..rat.,I...Il l T-k. tMra•vattrrl)t.tM 6,Y,[.. •t t6Wr\Ir)fr a•y4 I6. " _ t 7AMt•wKM.IT a•ant M.t.pn•r 4t uwW#li..t•4ta U1,._ S wey td Td..MI.4r0tWtrt [ ,76[.ee vu6cIT A.Mw P.O..•.6•.:ft 1•w,Ht lf,Ma.t4 In. _ 3 F ii y..a•t•r 1••,11 14.34 1.1N .70 1.00 TiJ.r•1=1117 t.9 alri IM M.01.41.64.3!.6 t•ant Ref. x.i a.rr of t-.Ul#39.-A.Itt• td+.t.w•iwT7 u tw 6.6.cera•..(td *At 34-.0 IW 16..6•MAeA6Jr47.0 tr 1.G con .f r• $Up 3M•Tr•tM ITR. •!+_ ^i T9.r.ftlowlt U 91.S.W.or•.r.T$.-up 3%,erp 134 . . Slat.wn1.H1 to 46-Kt.e.r.tt.f tr•►,t•i/t'R Jt.11.1412 . ( y; t1pF111t REGfI/IR vol_<7.A1n.74t-MM"t Ann . ,, neem _ _ �- r r�op. 0177-f9U 9.9t ; a■C7S7N■.. Call-Sm It N 1 • a.r1 fr...lt..iw I1r.•w Ve fry.i1.laaa/e...•w I keek {Y1•rr rnc'1..1 wi"1t.•.t•.1 M.. r i r fr.Jr. 9..+. y 1Q WR7.t11• tdt•d1 w» r a r tiJwt rttMY• a- 1. MU Cll1GR SPAMCa I.ho Nla CDM!!■[100 1.✓e. t..91..w 1 11 Yd..•..0' _ - •M•t.•ver 1.,1..rt /ecl 1:7413 y It W rd..wu, I-I.M.,b r...wt.t Itnt111 Mu 111 C. 10 11 Va.. _ 0.■�4-,It r.U.w wc eM IIW/w a tee.chic Is1WleT 1f rd1.ww I.-U. 1•r•11.u�<r •lerlr 11 ycr•u 1w 7t r.Ik.w ....•... ..Italy U yd.. •LelW,y 11 ydt.wbt ItwU1 l]`;. 1•r..11.1k.yl.. Iver ...elt.•. Iw•, it T.•.W dt. •x.1 Lc1Wly,■,... , - 1•taW ly 1]I..,wb•1.w11, wlu hr.111 skid. Iv611t r 19 Y.M•., 11•.w.1au bu.a r lI yd•.../ft'='VM t1.11u dt l,tr.T•ru efaa... It rdl.ty •a 11w 111 h.c. Yw.lrnel..11..TwfY,.rttt. Idry pr.-Late ra.cus.1■, Smalls..d.kilts I".tqelp . t 17 1d1,rd Iecl.dly .rk. "III-sgw/TN w it r•a.r 1•x•11 1 fa./9 /1.195 .T 01.00 tart to 11•r.W frl "Wor of.."t.w tt.l Ut/ I.■.a S.11W Me .1-.4•ia r'b•..a I M14aa1-1a.amr-.Ss Ct ft 7..195 .79 5.N /YOs la t • 9-twiy IS Ta.'Mu[Itwl11 TORY/I7AIRI.ka111.571. 1.199 .79 1.44 hetk (Yt 11.-.1tta.rtt.et � V..twr 7t yd•..W leeiW l.i 9Ota a CIVUW SPRSAOp/w is Sam.wut Weell i 14.64 1 1.111 .T U.00 -I.wa 11 yd.. l.c lualy 7I y...wut rami c"m Intll/C.r41M I1_dump W /.W.■w,1S rlt.MA -� Yli aullal n�Iw.t It .c 11.Iiy y".ad y .vets 913 bw1 A 7d1..nd I 1c 14.g 7t r4. Deer itwr 11 7".1.6 t,sJr/ •^ wur 1...117 a..rowu lover Sa rd■.we' lawll r■puat■ IS ra..W Ixludly 71 yd.. lever 1S Tat.W Itrl.d.4 N . r Iwdl.t1�.ur Iw rd..veil•.w lte1.w1U...pets I- 1■tydt. .rd letlww llg 11 ydt. )S Sit. i"s•r".wa•r 1•r•111 Skid Id1Lr1.trot, wt..1-13,a16.Ideon.bee.. r 1/yd1. 1 S_"9.9 wet Be Tat.W I.cuditf 7.a 71�rat.ra.r 1•..711 lm.uSlt Ti•-Nur IML31 Tcwka I tl i dt.Tli.Wl lover 11 74.. 9rt-b.9ea Soon.".I1...tr *""as Yd•.1,Work.larr b like.W-3"9.y M u pr•-bd caltm/at a11,wet 5a■.NtN Luau ar.T LUS .T 1.0 17 rife.w i-l.lila{St rile.wt.r i.wU Sa.Nf 1-1f5 .79 S.N - • WM LL NWaTUL VOL 47,NO.79-WMAT.APIR 72. 7Tn pti.it..' TJ-fOlf ►rqa ]A p(1CIa(a l0. d7T-Sigf •r.f.'„ '�' ^ 0..1, 11x1...i•..Lra►.r.wt. Mk N•n Tl•ri.•Nr,.•rw Mi`.Mar Mar r«.+... .«.r., a..,t« w. r t■ r...w. s«�r,K tniws. (G.nJ•a M+-u. To=arams fc--Ain hP T. . ow.cJJ m 0►Atat1O1 f.M ' .oyer.t ya..and—1 11 T . yd.. .... i.ra!)t 4«.p to - �.•I/tt am CTTafO iw«t . ya..•n4 u,arr•SOs.«•t•r 0 1Y.tk-0 AS r11..) Ri.700 0 1.157 .71 it.N 1 + tn••tir a+.►cr.te Ic yaa, M.tr coamor.111EYYC1 t-^- - ••a um•r i ya...•t.r L••Ilr - twT•t�r la ya...•a u.arr f ..11r.a a yN.ara ir•t•ii.0 - _ ya..«to lrnllJ AIa,heart. 12 rM..N•r Mwtt.frr► . b•,a y0•..M uM.r 1 y11•. ti TN.•.i IstMlry to ` I ••lrr b••111 it«Ue Idtr pra- y11•.«•t•t t.witl P,.►...t. a•1ch•arr•t.•la,a yd•. to Ta••rM.W 1..4.111.11 to t, •nd«na.r i y0..«•t•r 1-11 s ma0 {SAM .T0 01.00 r 13.s..r ir•.U.11.1Y•rb A-nu¢,uixcN 7MtIC[Sf rl(srulw na..a MW awJTyra«II•�Mtypo it(,• at U•NM.t.itl..i�. 1••` 1 a.raJsn n typo{Sattirgit A 1•.ia— r7 T1a, t.. t`• i .tett 4q•ne oil..u•n (.•.U.>r•qr. o-b w ..r• tf.tltltl pair.•M wN•t rla«r 11+11 titT 11••'M•••M S.Stltl q•I..!•k bb.r tir•a �-"-i ra•-a..t . luYo 111.215 1.05 .h 1.441 t.c1MW is rr....at 1• 33 11..a.t.r q 711•• YfAVT perry TRaMfi'ORT '1 ..{lsI-13 pia..Mta .« tMTn na.ti 10.37 1.05 .711 t.N fawlt Will 1. ,.N LM rQF+ 00:7 WWII C Ism M a1NIUu so=am TAMOWOM "oo"onat 1""" 07AAA111U 111.345 3.1R .Ti Loo T►.MSIT MA AOITl?M 2N011rT ati■•Cromm - 1 (a 111.1 u,t.•fn 10 ra•.1 O.r55 LifA .h l.N root 13 00-twftlM , rt 711..1 ISAM 3.191 LN (. VACOM TWJCX t5,5N q•ta. • .. rna«nd,7.5110 q.t..) Wass 1.155 .70 1.N Ac"IMG T11UCa a UAW 20= f5.000 pitl.aa11 w.c 7,1100 5.1..) 141.110 L1f0 .70 1.04 t ` N. F M4 NOMM VM 12,SOM Ill—_4MAT.AMR!f.MY • - ••'t �j 1 TaciA� u»-Saaf � t.1r as � ncurtlr aa. n»-ins Pa{a al� .t+i.. Rota r+•..w.t..ry...w MW tFti+f+•.th M...+. sh..ir Gr•aw a0000 fal+- at- I.w�. Y«.w wd/� Y.C.atlt011, ra.ivt ills TF , Vwx--ural Itaa irt.oirr 5.•.tanp`.y ' ,.•t.,,tw[i talo . aur?tT.am rasa uta t aa.171 {1.its .» I1.010 C-,:.:puap a ia.I Tf.taaY OX.dCl7ad f . ou.crst•p•y tract f1b.0 Isom..s raa.f MIMS 1.1" .71 1.40 it.,t,c\tluc• 1....a ,Ppe l't...it.t..c.s lomm smr&sb.M Msrn u.1s 1.111 .71 1.N .-It,Will,t...p I.wa.r+. 'V tau[ 1.+sl}r t\uteetu Yaoo1 To.=wort. 11.1.. tt+ct itadtt t rda. ..t {.itulal men a.iN .M 2.04 11..11,q,.t.c•[ I...a+r c ra. r r.t.. lewi}I ts,srt«pilot rrelataa T'1.:.a etas"-1. ,tlr hart.ir'P+•urea («Asa ri•.$-ii-3.-10r flit r•a t[tco 1,rr•d Ua.Ms Yt Litt It." rtP,w,ilu tisa tact tsu I.wl.akal u111.t.1. , .Atli aWlrl:rlc\up.,5.1 >taatl r.Y.i itch a. ' IMA,I,m.,ands,i rat.rwr 1 I.^-wa utula"-iaa• aan1i17s•a attire,Ttuctr 1 1stMtctinal N.0 1.111 .7a 1.N id'; P..'t la-.1..1.. I .nae,1 ld..will l.wll, r YIlwt.t Wr.Acw..rn t f. I-I'll 0.00 irmtNtt Y 3a.1 Ll1 .71 3.N/a µls .+�i.0wpai auto CORM 5tat.IIt9 irl,w ,oath T WOR Q ,W.r. a yd..Rad w,dt[d agit l ww#L,-I.. ru tau, 1•+•111 wap It mu Allut«la Ttla.-A A Tda,a.A .a..i rd..taut -Ail.7M.1 N.1f1 1.111 .74 1.00 I...11,a ofc..l. II yd..aM .wool c'a....t a.w11 t vacm TOM I1.1iN{ala. ' p.w.1 s. /[yd•..nd rN•,d rt diet 1.7N iot.-1 u.la 1L.1" rd•„ , Is+.tli sr/d. Idsart w erre.•and.wf.t d yd,. ammCMftm alta Ota I..t r•u[I...11r{i.9i•wit tLt 'u-S..4.0III.M Loi .7a LN [pct Ix M.wltU ItWuuNa1 Lift T,rca ircis.1-1.aiir•u Yerrt,lay ri•-botch-I.. _ .I.,Ira.W,nods'/Figs. tato!iswii u.N 7.11 .71 LN lent";Tf4C1..q form=m \ iwdor a.sof{alt..- 1141 lou .la LN L Mafia NGK71{.YGt 47.MO.ti--fMAY.APM ri.IIYT too. ]4 r Kana•G))-)0)f /`". » 1\Ic1t10.O, dR-wH ' t.w)/ ••1 •- J9r!1{yUIINTrf wuAteNiS Itbrt•.) tnita`"flraQr OItL7!•i Ioa.e'A 1 • IA+Lti I.na u' pfaB t ata!n - . Goap), Concrete GMcyor w f r.lr n1.Trc.c .i/r.l arrta.• ' ID>,a fe.qu to•{Vara I concrrte Carry«.YlIa/Y a1ul and.`"Irw.f tr-V lt-./ S•[.te•Ifr.rMlltl /•f w W 1.[1.011`"1 tt lar. Owl wr n,nrl TO ler 4nyw••a'/aM•1.1 t•r In.,rr r ol..r Lair&.61.1M v W t"Irll`"1 a to..I,m.tl"tor becit- 1«•la/l.rl,Fydr.-w�, for tiwt l.[1,wur1.1 LI•t It M.erA�rM./p r..,r.N..ar a..r 1/1 b.„. t.r.1!6.r l.aa.It116t IT.Let N.eF•nlc•1 Ilw lTlxtf«i%rstrr r1+cblM I.a/Mlt,fNMr-Crp."..l Oq.t 1V u r I".r.r.l Jerre•et•ebNil 4aai.frI w.. .p •Ifllarl l NIM w SF•11 INI.0 Nl..rwr.l lt,I•r.rwl fnMar a..r".Atli.. »err.lW..eltN W Grtrrl,Gelevll.IM r W i-swi`"l A .l lrrwt Caynfror(q«,1 n•tlml Iarawrw[►rna•r,erar.anwtM ).-11 Iarwa rw..eN.etary1{+.4r{IM..M N awl IY3+.1`"t H.B". rl to Grprta•«fa.ln•tiw�r I/p B.•wd1Y F•dim IPI«Iim•r/rlf �r .1a Mt.tar Ia1M1•rY IMI,LI[-«ry.11N W.-iTP•M1lfll`" /lpr C/ranlY n.eAlm It r.clnr Wwpr ll.a W.ultvlr.l,.Ip 7-00-0 two.1"rm ew.tl 1+•r+t t!IMaI,MIP•«a►r11N b,�-lrPr Liftl•t N.tL1M Itr•Ctor Prq+llyd.M.r(ralr bell Lfrlrrral law prrt "Ilw 1.a{w IeWn.rwwtl Is.r \1 ta..f tyer`I or (1/slab••VMitl r Fr)I-Plnryllrf Yrr[rP•11[ttM V+Iw i..Fwt �[.,�tl• ry+sr+lc Prcrr[+tarp r«a I•.+1,vtama[te MIlt.J 4r � awn 1 Ild U.la er l.a.N.•.C.li NIf-rr N+11.1 llara[IM GW Ilw1 ilurMr Q.eralorl Sall t.aclur Ivllli Mival bit Taal a,l Tr,uN tyle tMYI ►af.•I Wal llY+[Mal...etr111•,[Wl tll�+,CrM{ttl�t , a[/.ltot`"rtr.r.1..r....1 Iwrr n er.�v W Ir:Nlnj in Gaup rr Arrr-fi�l.r for rlr11rr11 A+Pr•alt para D.�Imarl Gt1-1.-ftY1 tr.lr G+tlwr+nlMt Ila fart a,.[+r w+r I d.yi. (I.eld1.►Rr..1[ Ilio(•y{wl n•cblml GwLln.t Jun ilu•Mr •y rlulw Oparrt«I Gn�.4 tf"t ha..Iltl fat-A-1 r al.11.r 11!ta.«enol\It.I IF.t1►IIYp - Bltcb Pl.nt Iwll rpl.unlr.lr D.r.rl wse1M fala 1.[yrr.teil i.rl Oar► II+•t f t...11 "r (ea+e I p•.,,�es W i.clNly IT [v.yi..l!Ir.r Mp.lrlan.nd/or w/earl aan fa.l IYclrlm 1«•Iwl1•,Ir b).M 1d.Iaf ' YaM Nal[/-ay1m11 rc••+r aa++l+.'C 1•,Aatl/r.,Latrr. inaiar IW to 2 y0s11 dcl.anlc•t Trend fA/alir for Gbla GWla0"1 trMr-s1).lorrc 1 rd.W rp to W I-1W lwi IM 1 .enenlY Ir V... Vua.Gel?w4r Tlrre 4ru-viY rq.lpawl ly [ITN carp•Or Ir.P.ac>Iw+ 1e 1p1+ praN1•ia pmar rat.rd ew L.ub lnc lu0.n.IS il.•M♦lall•ri w,d,r[Tlrae Du,ar 1411-prep , Bra ot- llN 1Y stIrtl .FI- , al. t71 h " .. MrpwlW1. rttBlip r«t .[aun Lc..p+:r Tr+trot T ncntm 11.,.+..m,trl-b.td.•n[1 ill rM I•nr IrAct.n«.apw.,Pl,r.++Yr Gtr,1F..[Gama rt[tlbf-4.1.. - LrIY NacFlmr W70rlr Woo•+I nr IaM olbtr•I.1lIf/rN111 ata/pwt7 LIP--. IILacM1 Ila l.I.I\Ir.rral L1rW[W 16wr.m. (W.I.lW _ .N+l M+..tx (q tow lecl+t)q lu d.]l/.wt brt)farirlq 1 Y(Oup Ir Gml flY•r 0raln GlIl i O.Ic.r..ar.N ..M.a1M[ Cl-Ora"lent H tial .M...pfra.o/ Itunite)r C Imt/m flurry Flmr.nd/ar O.wrr B)�IIW 1 G01rra! I)tr•b.une.,l,loll FI-Lilt«.1.1 Lr 170/a.K.a.r11 aItIbeFB iTnp l/N1 SW.YOFI I1.Dt.ltwett".1[i taa.1 6er•tQll trw.! "' 1 tlt�• IMMIM 01,alta,[alt«Bran typrl r rt.et«I.ItA tce.l /.'S" Iwar IH tPrl,IorMr(ora[17 e.1i.1 av a Nat �at•li V'!t jjt Ililrr. Lr10 rM.LIIu1 ie+e OwaL aY 4.tllr.le+.r 7 p.Pa. "..ji,64".IS."IWtt- r' 1 �'• . • vor►A•t Lrt►IMI`"IIMI"f 17 mi".tsar is N.SL.herfa•LB.t:/P ` Craup lOr typa B.ntl111Y IrMlml Orth•Gator Grr-lllt Ir' larl 6--wr I.•.r n._Si.Nr t fri t .lall•rl,mn M11 Grout lnq w[F lora fo.blrtl"NdF«IM I"iIr - :�i�n- I�� u-i. I..sw Iw.t Is tap to.nd Ing ludlY 1/7 ee.yd,a or.71 Prrrla P Opts Prapld. tk.a� 1aa.f- then Irinp•nq/ne[mL[.r nelatl r bnlca L[MI 1Mctpl r I • r' wrtll M-Itx ta.earl ae•r elrgr Wr,[lenitY GWrI 4• -r rr a+H-b QI..N.'f K LIIMpta.MM twi i fr..tl.t ntrtll[`M. Wary Drlll fip IlMluilY GI••m POWaalr Ira W ld41M pp. � t111erO1MA OftlOII.YVV 11pIB•ra Ir 113•),t«nr3Y stnoprr lo,•Wt.,II LI[a Slab tl+dlml 0.10 9 W ; t .� .Iwl l.r t[pn.l,fair[ 17 yd•.Il'to W lnC lwil.p t yi•.II lncartl" . , . /«er loD ton•I 1•Inple w wltlpl•rima/r]llple Pplr am.to /`" !- w t Lcblm(iucild..Natr..arc.) 1"1•iM•a.cr.pr71►r.-atf.M r1l. - f- W.(Slnq_diMxrrale-trbr 1.ry to llyrapel4i/l.all`"II tlr.d Scr.Kt,..lf-1e0/YIpdd11.Aellf,.1..11&.Ill.CM I-us. .. •t - .- 1,.,1-1,SIM1.cy1M scraper raf rl ri..I LII)tabl at fraw- Sb, t a ar .• - pwllf subyIW' 'Gala!or oWst_~l.tn.).hrctwr dr• . + Foil 11 Cnrbirll"r Trrt 4yl`"trPl.rw-L" rap"t.Mw - .Yam.11.LIMN Kf•p+er1,u.i.IANl.1.tats-0/•fftr Cw14q nowii ' tbl,t.y G.r Wp m r0 lrltll`"71 Ler) - C: trona acs m trot.Al.No. yin M.19" - ' L i ra.IO•�nrl-NIf ". ;�` � af.77 _ x'rst �faclflew ln, al7-Nlf lx t�. • • fm 1QYf1P0t!arla.iae � ' •- tray It Wetate to Ogiaaata(trNmMt rie.i.t baary arar 1p4lcPr YW !•W ►d...0�aa 1'.era blp•ta«l•rt-C"-Kt Safa.l•aa•i x•I1r0 1 TY M f1ea+Ni htlaat% t0.•T btp P.p•tt•a4fr puu rm•i F • tl•olt 11••al1 . ia.u.•4• {F pO1tOt rpalAmef/lrmif0. 0•taa 0a"a •0 a r r�.We T«.0w It tray 3i Oatat.sa«Of..1K4 Closet•Illpt NP m W 1«twllp%S4td31 1 • 1 NS4 7 C.-.I ft$%e•rott!.+•ala ttaal t.-i pta•tr 0ah-I-,IOtil«4 ; 62 taf K 441.11 Part 0a.Or..~ fRPsr4u pls.al t pu•p q+.a t«1 17r•dn bnw.t.lu tta•N.i l Tar • M str4at•tpw.•4 of tt•t..a 1 0.111 114.!2 ) ).av )7.N ..w .L ` Gay!t p.af la..f 3.73• l.w .w .)4 trW 74 0K Opwat«latd•rli 41tG.pl.r arllatr lalgtalt•t1t bIK+ I Laoaattwi Oi44at tvsa Grri4f tas.••u•4t tan lac.ts.i3 1bt•Nit Gwp 11 f.7{ la.K 1,75• 7.w .N .7t 4.4faaYa 1.F•NY•I.w:•ra 44-111 aYlPtee r.•1ag11 x:elt-pty..1)MN• Wap 4a f.l1 11.71 1.lS• 7.N .ad .7t Warp). 11.47 t4.a1 ).W 1.w .w .7i a•a.•.ataallr a/p4tN..u•:reN:+.aIM t.ctaa..IK 4"1.9 Vl It,I Gap to 10.13 ll.ft I.1S• 7.N .N .7t •t.411pt4.aY t.Yisls a..0tp M,R►IY tan C 011.1 sar+.ttr 3 Gap 7i 10.37 11.77 4013• ].w .w .7f [t.d•N41 J4fya ml.s. It7IR Mri hKY Cr.Y 011.t Goup i. - )a,J3 11.77 1.is- i.w .w .aa Gay fl N." 13.74 1.75• 7.w .M .H GM a' 0.11•ae 7.•Ja nsy.ra bliKR Pet14a•al W4+t Tatp4R bttN I Gay to, 1).la 17.7{ 3.]S• 7.w 7trrp.wl 0t•ar 1-4-tt pt-0I a3=of-W IS_W.I I MR utt K t••a.t S-4-- te.a•trKtta.lm a1e14 UK IY41•rI lY0ttC4Rlw•tib ' Gay lMb 1!073 37.N 3,73• 7.w .w .71 0.t.td t62ts..t tamt4 aN 0r.•..44011 aot4r tai blit 11 danali Gaup 113 ' _ 11 J3 13.0 1.33• 7.M .w .N Garp ilia 77.40 13.55 7.w .w .N 7►•aal.Rar1 TIt SP-ll Sawata014 Gap ilia 11.71 14.ri 1•If• 7,w aN .N Canty Sa G1pr44.«op•t•t« 42 m 111 tlatp.tt IPa:ta.laws l T�N)t Wap)i•+C: i].q 34.35 1.77• 7.w .H .71 G•cr.ta tVap.«p.afca eco Cosi Ca«ut«t Ilas a.M.«-ft •ta.l.ba 1.73 p.F 4aat w -k-s"Pa04Ya p:•aL-u4la tai<-ap.tatMtt h+p4 i7 as 77o Yo1d4y ft-k-4 battA'aa.Wit".ett. ft.I.IK.Jr"cwt t.v tt.l4cta lcllrt 12 a 11 Q Qa•p as ria 4104 tN pact««lull•.,loot hs4«0i•1 7Vrp0.0 ••t a-ra.r haul cw iet•utan rt•.t.4-t s dril l C.-wo SP INTI- A • - paar.UN a.atl a .aL:ts.►/y.+.•rs.aitp«u a.d ca+41s!O.ill)t{W on 6" m . ' IYCL1«r1.wra wlt•al t.ar!rano!lot a•ppy to wurl/Ku.rOpaP � 'kill.«1a.+a►a+urali Wa•1•Yeute Craft Grates It•Cs.al.11 K wsse- 1 rt-ii itat)ta.Caner y 1104at.w.t taatmeiws iat.aa«cwt 10 told ' Pylrla 9.r4rtal/•Il xl.t r/Y•t«IaP atep4eu,bit".',-1.cad _ ) • .t4NKa•$10 b 1� 1 n.ta4ts hast*"! MtUr,4etwos4 010wU •Y+ xaldpt bca«'41KLt trprLll M"S"l%ca.Mi"#,Am aVR►rl r ...7• • blur b1wbi -hiw.aPse14 K arp.•)tl Mtaals C1 Mt xa144t -• ,)•. �:.I t Wl;f a0d atNt"1I ft-Ar OpratK I24Rti62 s)M farm*err. t .. as'• ,''•ra Ir at 1-3$bli«I IM4adta4 19«b -Ota W swMeb INplwhk NsrKt pwtylt xt)!-ptapllal CSyacW 1.1624 apWll Sal[-prapllW •Vast"Itaro f ataOW.Malt.C7[.K a"Im t7po434 Skit farm t .. rlP�a 1Utt162 da.I/w ales mrpnw 0.m11 S-U raaa4T H a♦tataKU •' !star carat . • Yip , 'FEMALM R M VOL 47.NO.76•-FMAT.AM 23.1977 .0000 \4 t DECISION p. 077-5113E f.T. IS ==no 50. 071-1419 7.T• 7,00 IODIIIOT f7NfYT00 '`t• pll.rl.tN1 - M.1• p40+•Ir•p.•.•+.. . M..A7 E{,�•• t.Yti 7r Wf.lte As,iSlr.t IHr.N..OLIN•DtrAle.i1 - 4F Tw 01 li. tS.pN•r 4•r•tR • . f010 mus"ml d071W • Gtr♦li. Ttst Grr..l•r pIN41+lN1 Otrp 7. 1.{pr dla Ibt.ttw0 rtAAW dT1 ,• - G.•.p I' 1 4.17 f I.N f 7.N .N Jr dtrw 1N• oyr••...OF—.- 11-11.Lrr.-gin S.W.Y wr11 We..►tIN ..Il `]f l.N .M .It wry 17-71t-I..N-IAA I1-111r...r"Nb.....61.INtr MIt71 Gay I f.N I.]S a.N .M .7t 1i bN b.tlN•r.Port alftl l-R.N.bIf-pr.p•1144\.v Gay]t.1 10.10 I.1S 7.N .M .Tt AT"illtl.t 6..lu ' Gay 7 1..d7 1.1f 7.N ' Gay 1lN 1..77 l.lf 7.N tM .7{ G-sf I_..•.+r o.tT Mp•Irw..1/.t r1.•. Gay{ ll.11 1.11 7.N .N .7{ Gaup S ll.d{ l.lf 7.N .N .1t pl�.p/. grr.alN o.fis.r 1s ll•.Of Y.1•ert m T►flwt •Srl.d..f.7I pr 1o.r b M. M.I W.• u.ftY Tb/l.t..Il•t a c,.pr..•w •tt•c b taw!LINA 1••t.Dp77{.r K f11•dr I.IN 711••mad w 71-t1.{most O.rtet 0.11.8 Op.r.tr f.Iwl r[•..Ilr •w porN N / c•r f11.drIr t..brl 10ll. I.,W I-l"Log I CA.Td.1 T.-ft 17.1.-P d l b AAM 77 rr.b1.t/.p rarl•1 u.lT ' ♦. O..♦1. Op•r•t.r.r cowl k r.rlW ptan/a-Fla.drlNr r I.h bll.rl am 1 C..p..Q.t.tor r trW h 1. bt.•1= , - bll..,p•AIP r u..pr...r.et.t..dll Opr74r.I a.r p...E.i i•. • rtf•.Sr AS N MI .MI dr Mr(/CAVA•"AS.I.IIr tMI@ r"Ala 0.......r 77 t7N b17a1N rt.rtal We prter.1"ptl.dtlTl.p •- '•• - o - • to .4•�♦� r., •1 l n ff00Al 2161fT911.VOL 47.NO.79-04MAr.AMR tt.1!77 tit .. • �' a �,. aarit.� a»ar» • tra ii � iisv{as r7. all)-sr» ri11+2a � tN,,, o ' t3 9.krr...11...4.t•.....•. f.r. rr...6w4.r rr.r. rte•Ia _" 11A.r.... lr..I7 /a.a...• iel 64.7. If-w4•M• i.w r a r r«rl.., r....h. .wa/r rCrin loul"Wer Ormla i Ir-C.It a- Oar t«tt... rw..•. .+ft treat a wU-11calrtW waaia i.amG1- at...i•. 11.c.µmeet. M 1.waM a.t- rroaAYtiC 111tRto.O.W:{rr at6 •.i NiQt..K.+•r•a.watt. YO'IM�CIMf.et1 url OI71'q a.6r 4N..�a«{!.a a.1 tM • r.a...rl.as«Nit..grtrw.t ��'•'t• aaJ.rNl1p r•tP.t+t OIL, ►tt•.+.t 011at •"Otaal9'' t 4.a 4••t : ..3! 3..t• 1.» .N .1! M«7 u.611 .q �.1/ a.4a Yu 7 6.a Lal• 1.)r .N da N«. x6M .IS 11.111 a.q ,. 4ta a 0.41 1.67• l.la .q .lr Ya 1 1/.1111 .N l.Il 1.14 ' arm a-7. q.rata tealla.l./WaA rt•t4.•.t•..<.rt.d a 0.44•.c 4.14.1 t O.d.+41 6.Fa =t u.n -q t.Y 1.111 tt•r/a«t r.a t tl.ri .ss 1.]a 1.111 4a•1 1 11.36 a.r)• 1.» .94 .la YN 2 11.11/ .N l.ir 1.x11 W.7 • - 16rp L6)• L» .M .11 Y«i ti-ri .is 1.34 I.ri 4w 1 1..44 i.h• 11.» .M .ia 6.4141y W liw11 m..arstla. , trn.o a-)e t4.1t-ptONi1M .� _t.••rt Y.3Mtr 0414rr awa Co16-ri .26 l." 1.13 relat.•atc .Co.- 4•a i 11.6s t.r7 'x.71 .ir .la in n 4w t 16.711 t.N 1.» N 'ltw iw] 18.N 1.41) 1.78 .16 .11 ir.a c..aara fatlt.at•f! City Y 1.W 06 t.".S. rta.cl 4a•a 1 r 11.21 1.67I.ri .q .li iaeta.at.arm 11lWta.4tltw la •t Y«1-4 d 34 at.6 YY.eta.ala 01. .. Lr.l.+at C1raMti fr.[ato; ara 2-ten t4a.M""'.1 Is. -4 Wit" t."OIL a Yw 1 Y.r11 SAW /.» .N .14 Bra-44 at.trt.. 4w 2 It." 1.117 /.711 .p .it Yue-rarau..t 16 Yaa 3 111.62 x.11) t.» .q .la Y«•-Y Y«a.aa.fta ISt .it"r 11111. .t A'..a 12.x11 �•I. .. •tatl.i..0.36 I.t iqa m a... 6&i.a1 aM O.I n 7.16. W + /EgAt/161ttt1.VOL 42.100.71-MAT.AMIt 22. it" t _ 11 66[41[41 R 077-MIf ap.]] wCi/I!! �17-5017 Y•ar>1 ' • IaiGi4lf -• - Il.nn•1.M 1e.le cacti G-W 1"01.-5 Millar,Ge-d-G..It.4 shoot-7agi1.- N.1. ai.p 6••rA I•grw . 91 M.ft call.M r•1•. Ierl-.ctrl r.--td d 1OIO 1 4.017 OIYpGp. e••11 t...rr ro..M 1...11 sllocl•G a•Y• ■a• R.-a- r..+ r-7. 6t11Yw1 1 Gwv h at GIM•[,■lutes,Mlil•n,r...•er.-e••41M1 pi18a//1+.YP wrl4 8.mct11G rlcl•1rn-w.[•c•. 1•i1ltN1 ranc.•a.I/rt.►.r/.7r...1 .C. �- 48w iYrisiweW Grout r-q-.N►neral Grlr.-4 frirr.b G1nr..nd I.tarn,me'd•[rnl tlge h•ewr.Ib..l....r Act- 11-1, 1•cln.l"1W•M Oona.rn r•Nlt-A-I-.r.l a."-*sr«•..(n.•..., of,-Mou l•.•n M•11.1 IIr1 4n.e1•.Mt-1e1W 1-1-1w •llr - rnl Int.lcn•nq.•e 1.1 /1.•1 ro!r r•l.•,..N"t-81 il.r•r.r, r«1 t6.N a 1.87•a 1.78 .N .14 Nalr.•!rn-•ou.or ..••1 r•.••,Iwa•car l.l.lM1.Ir.1 • r«a 6.L! 1.87• 1.78 7b7q.! L 67• 1 .7a r«4 t a.o 1.a7• 1.» .p .0 awv 11 4el.a••..rl O�nc•[•n.•rl►w.d•[rw-srlrr Irr•1 rllf.t.r- - rn,r....nt it.•1.[. gM 7. 1 e.ee Nsiw..l NA II.N a1w1p 41 roll 4n1-N.c1.18.*t•a1r.l rr.r.0 M"-1rlrlr - r«1 Mast Ls" 1.7a. .p .14 e...Il•q.M...•N11141 w•r+..Irr ra1w41I art Q-1 11- r«7 46.74 L87• 1.78 .N 14 eo.,ndrn[w.l••! rr s 1.3.41 Lt7• 1.78 Z« LAI Le" 1.78 PAGtOi or-31 1 1 pe•ea l«W-%) r.11•,a ta.dirl.Y.11•ie Y.ta1 61gi.rr MrI 11 to 111N rr.et.r Ieealwq W rl.ryly ra..y,r181re. r«1 11.11 Lal• 1.78 .N .I4 8....,11e.ellN..8.deule[litre« r••7 N.Is Lal• I. ••N .14 S , Me•y 11 N.1-.411Ls Ywebr U.l• r.a 7 11.0 1.87• 1.76 .N .0 MI.1 of•dila bolut q•elwsow r«t i _ )1.71 1.47• 1.11 .M alt i 1/1 M.•1)1r.-..l Lb.., 11«IrM.•11 et...a•1.1.36"&q. CG..a 41 I.M.C.IiNlls l.1 a.u.04 6/1.111el cla ll o"tlbi fro t• • - _ W I.e7.1Ir8 7 w.rN. u.e.l P«s b«4.71 •• a. l L.N I.N. 1.16 .N• .14 r«1 II.N L67• 1.76 p .14 r«) 17.14 I.N. 1.18 .N .14 Ac-4 I].0 I.a7• 1.16 p .14 C/lcu sm'l1 .lMi1 ariflaw Iww 7 • Or.lar.t4t.6.11r�6 . 7ar1r 1r17 0 r«1 ILN LN• 1.76 to .1/ Mill] ILSS La- 1.78 N 11 t atri 1 tLn LN• 1.74 .M .I4 . LL" L87• LVI .N .14 V l • t 7 •.71 ffDVW R UTM 1/4L In,N4.78-4111CIa1.Attt IM .1+ r act*. C.7T-SI)t a.a.la ' frcula lo, can-son ft'» w o ta.a.ra1 taaemt taa.t'a/ •clap!) asyry tt =.:- ryra swMcr.. ser w•lo •lls C v!lass ..pair Ttaea.p.nd tr.d b."jowl w`a kc Kt► it"ta•ty[i)a+9nwd•t l+r O.•In•aw. [•111,. l.0laad.t.ad .�Kwraq a[,.<W ts.(trt.tp wtea a•r rp p1xM 0—..r)Grpa,L.ra.f.11 aYW+. ,.la w.prall.i{p, 112 2a14 aw order!c..nc r:r.t..n r.s.!C_sr.Baur<<eu ts•rp 3H3. Lr,ep a Ver<at_4-k2..•ala s K L .Nd.tl c,,—, •w/p. •Iwirnal G.t J.tpo.pcla•lyeaerl.0an)w:ap..•1.1t1.LtI.r-k^'la,cr.u•eta., •eIt, co ...... . • Wit ritr•.r w..tt ./Ip l.a1 .Wutin. ...,.)aliprrsr J . ryJ." "LpyZ.It121a• a,ap&/f). Ga.ta Mr.Cba tT Choly. atpttapN..Ga.tip.• . bat.w t.7t.w►iwlt plp.LTa .I1YP. r ,«.1 Grplp.w utlpN.0 ofx/.t.alw i.it•. hwt. IM T.•.. r}lar ty"rr•ILT.in aat.IriM tett'/t of—laws MK...r,sar.la NtN(••C.•t I. J•t.I M.aw 9ulJaJ 1•pi l••Har�ar r..t•r+l a.,ep•ra.•1a. ptar..r...1t l«w wat.aa tt,rtf laa..w u+a)�as+ s i.yt u dr Tti r•r+...t N.M.[• W.ptd.r a. incl WinT r.vlegrind.•1 r)pai•y.r a..a.tiar.....-r.. G<.,p 23 s.p..tt Y.r+{.r•t f a dlwp.:a w awl! plp•rr•pyer a.ay.fufa I.ra..,yi+a)le plp.la2•t•r lo+t M1. K 7flr..I Clear_agar aw.■tpY, 1¢1•NI C ea.e.t M molal•Map,. aipt•r•- is'is.aw wises:ic)lnwr War sw.y)tal hw< ..Kat la.ptl..d Qyeewr t2rt<.a.alppiwf•wf GciMl.0t t••p).u{a.11 tryra Ir.e.el a• •rww t.G..p 211 0—w1 - h.tpk.L *.-4"t.x Still aril L<•s..lf.tt CbWA T•.d•t1 .M•aW Is..l.Ip1aV-lt.Tayt..f aw r.r1-•Il..p.r. Ity1W I.f psptrp Wal..yt...iasa«.l rTdr Wlla=I-- 4,11, I-< la..t IN W ptrY•Wtl al•acird..ncr.t••-tut •aw iwa rrt N 1)worst Katitlite 1-11.0¢+¢rlwitK.¢atf / y! 7 T T M qd aaaMit�.it tai•w to 11141.T.1 au.cr.t.1Ti{T+�r) moll.tr.Ol -2.a r•i.lWt • lila ill.tae r. aw rs lwtea.iM p .I Kt It"► . r_ tip.law al1l writ tc4 u..CTir•11 raw a.a OI rllc4r..aa- OtfT••,w aLalar alp.NW t.t.aa.pt Slq.rr alM It l•rt tt)S.nSRI....is,Potain,L_,II»al..aa,Slpaaitl.p lad far MM,pN.t.t 1C a..p..)alt fM..aalC.ail.V....4 st.tt,% .IpglMt T.nt CisaM TI..,ltry,.r trot•-•ct.M-rtl el". tO.ls1 Jset1.0.[pfp waw, 12 1•CT¢• {¢O¢.p<tlgrl rlto lawr•ra'writ r3Wat.<a)all-pp-lt.w.frt slr Vs.awt¢s Cs.r Pitt ft1'or wet. Ila I".p,•srr.a wait 4aap b All-1...w.act at %bit..prr.p aA rildiala 1KiMiq " tlsh¢Lsdar•w•4.11•r trP•l La.t rr t¢—it-With , � rt ra ll.ltod w atta•t Cl.aprai Cls•.l.0 isd"Shap wt.d.atl liltartrs'.«, C--.I—1—.laclWlM Ntsq.ori 1• 1 laws.... amp—. t.ad.Wtt.t: tit.YJtcartl Stptt C10apr61 CtS*~R. Crap 11.11 J.Y-ilk aas+l Sial-2a)ryaass-o•w.t w I Duds , .Kklwlt.cal w la.a•Cya Lr,arN J..tl.n L&skeg,l Nr.. ..d.1.11.,Illy sr111<r Tr•a I.......JKt lap artfaa.t W."..x Ms.—_4_latase.pa Wrc•p w..i asuM<.C.I¢.l Z Ot.a...S arlll.r•I Yym ar ll4r.)kot kltsl KIILt.-.11 - tYfllt..aae•. -pax,T.•c%—w!W pdr)feertear•td sallt.ad O lfprs t.T.rdlar.a[,yp.r sraaaa.t}wars twu.pl.wit as.r+.c 3—ft—L sx I T..pas<f.l.w rpt►Ir..'.teprlt. � lint.)alaat.r•w P.+ir,Ka)us•rah al[J.Mi.rr olatiM.: - K.9"1-1To.i ra.w.aau.srac+..¢.e[.ee.e.,tar<dcatl trrta.at rt ../tl•tl l.J¢[all Ptad.)w..pl.•Ipa c K.t~tm r.- • pss .let art.!.IPattr ptt.c.1 �•, p[.di.aa ar rtTri'.a.S[«..ta l.ed{p tl.d p2K/g1/rlpR —1..$ 11-1.41.1 4,11149.(aar1/TTw apprif sit gram" + l - IiMOititp r •aewp Y{a}l jerf cl<art. ts..p 1{C1l Mt.lp tad 11r111p Q�1< fYaW..r if.¢t+lf.p•.Ir.is.fMalwl f.altlis ttewwir . 1• alp a. f..a..rr . . arw►1. tsl..tti lAraat. - • - + 71sEsli s16{ST1R VOL 41,140.711--411IIsaT.aMt 22.IM At I VISIP -11-5011 f.f.li I#nfn#oil. cal-fin ."20 � I•f.rt..'.0.1t f-Nt-W art f-I.Otpr.i..t.I.r. �••1► r0..M.. - D- rrt c•3b.k•9l.ial artttq. UIi0iW irw. iii hoot... 7«w. .w..t. . I..Tablrt. •."I...../ww•t el b..l¢#oa•ar ut.t.t...f f..•.• t at.+2 i sans p 1.80 t 1.10 t...N t •.Ii '.�'r 11 of 4..I¢Meat if....for I-,"1.f f..¢0 Ort 11y #-fi 1.w 1.14 •.p.¢.[!an r.t C 41t. It.sats biti.far ■tu.%%►. 01-0 AIM I.tlf *n.p too L1n Y.Ryiott.ao.t.lwt..1.31 pot a-t t..1•IIYf rats plot t•114-0 too Amon 1.N P.,war ca v¢.cian rant t.,tM•11w r...K..tML.•.t - ,0.W 1Wfaits A. 1.7# 1 r.•.w.b.•tw f t....5.tf p..rw-.weir tlr4 • Oaf std sans 1.N 1.16 .N if Ili 1 1..t.wl 1...U..30 1....0.01 0.1 bot M p.Nt1..frill a..•a t 11.141 e.at 10 1..t■8.51 p.t#r,to fcotl-po.I. an.t t 6.041 1.N l.n •.N ,ii C.#.plat•.oe.cttwl..s.N tot soot ftf Itt f!t#t i/M f#Iti of e.ployY.att i[ttt tlw pita.11.N pat Irr t#140N1sa WA b1Nq Mr.igl O..t 1. L LN 1.710 stet f. 0.16LN 1.M . O..t A Sim 1.0 1.n P.-k W short-WAS Otwt t 11.161 1.40 2.70 ;N .10 / un Ort f N Ln .N .Is, � t - atrt t f. 1.N L7i .N .if it#q s f. LN ]Lb ,,N '•.is pr.■as.i atty Ort IS i, LN Ln .N .Is Owp f hl LN UN .N,• .16 ' an.►#; 4.443 9.0 LH .N 41i NOiitll if0ls7it.Yslt.4!.M0.7i-�♦.ash 7f.ti77 t _ -� •r 't� • S. 1 • [rGtal�,n)t-sof rM•n • r.{.!1 � $ • r.y twY.r.•.r. r.l• fa.t.f.r&w rw..N. _ ate... r a■ r..N... r�..� �.u� a - [.... ■a r r�N... r.•.w. .:;i. 1 iNraim tNmt. mfr fIQI urw[ a1...At,d•a.a Oa•t..41 alrlr,.a..a..[, 0Y••ru,mlwo.tl r[.m. •ta•Y.r•ax lo,fia. GYm.L••.e 1••c1dIM v hre/.e..fr rYa... ro•Y Y4 4•.1,r[nA fl•al lust of 4w 1oq.lw AI•.rl. Tea,m1fawata W hL/tT Dara—N• {11.87 {Lt[ .fl i1.M 1 aacr.w.nt.,lto l.l•..•, f.ta..dl...,tl ta.w, + i.11.r.Ttn.•a.tt loll Y. GYo.L.•w,Wfa�. hol•rr, fold.M T•W a— fl..vr, f1..a•. �as f.awae,aW o.al•[a.. Ga.ntl••.M Anna.fw llww. iaa.[.tMw.NY W at n L.r yla,r..a.,rl.nr Tv taro•• il.N .N .N .7l 1 W fl.rr.Onntlo locI.MIM Tit&t[rIt" 1•L tm u•q {UAI .» '{ L» 1t.M .11 ro•tT w•ar••.m Yt• Oro.tTa•a.,rl.ra., - Too• .N •N u OMam.Qr.a1re.lJta I al..d.,mot[.dtu, last,tatty.ra Y. • rar le,rnawclm,rrc•a.a, W.w.�.�_ ata t.r•r,rr.,S..[rnito. •w.4.PC—,.ftrt. atc•....t•,a..•..la.. WN d.[.,l.w[.C[•a. Ao h.•el.m.L rt••. f•l.m•ea fao.CautYt L.lt .N LN • .N aro cuc..a.•ta.sl-.t SWWIMIofITTDIa[ S..IT•..i.t..t,a.•t••. d. D Ala•• ,GamCb...a .u,0614, - Salty,T•fat•.tt WIT. h.wcitow,am TSL-4 1.8.ol.•tY.4 -I- 11.1 .�[ I.Ir 1.N t.. .N1 r . M—mlA W Ic[n••Ct/•a 7f-il .N .N .N Ami r.+[t,6Lr•u, 6—lwlM C L.. II.p .N .N .N tlr.la�a Cb—S" .ti MZI .If I.N an aTSWITtTA1. h.•we,-A.".r.rr.. Ala.•4 W Osen c t4 r•alPt•.M.•.A W T.U.. Dart Y• 11.10 1.23 7.» .1 _ , prtYa !.N 1.N -.N 41•l.ro yt trlrLt • ftro W&oe•Oro CtY. II.f1 • .{1 1.17 .[{ la dsn 71.N L[I .fl lam/. [[0[[A[[[Gott[,VOL 47,MO. 79—fMAY,AML 77.1177 t W 0{CI{fttM•Gti-I.If• rK•11 [[1:_{[I1tl tq OTt-un [�11 7 • nz. N a[ r.•.I.n M.... r! ' M•a.� WM•.N .As-,. vtOrR/. to"'q {)...e..n0 Contr.Co•l•Cwnt 1. Ilmlerr f I..f{ 1 1.11 f 1.0 .N .4111 ..•.•r.[.w rnN nJ W.I. Cwr lw ...t lc.•,r ter•1..l a r••.n I,.fn.1.1•w,ell.•.+{ II.-J..uh P+00 ll.l[ 1.11 l.l[ r�.•ltYy f 1[.11 1 l.N f I.1[ t1.M .N [11...•t lel 1nr 1•r.r rlp- [....t•.w rl taf 14u l.N 1.l[ 1.M .N 1 wrµpnr ca.l T.r Daae.rp lIJ{ 1.0 1.1[ .N .N w wlw w Na•Qu• •lY 1rw•V1••.u.,r4rlro.•. C_iw Mrc.e,{•n Jopuln,{1.n 1•Iw• L.•r•e•.YttY Ii..tel•t L.1[ ..f 1.1. - i.1,0 tuulu•n• 191.farl - 1�nR•1 p,p,1 .w/•1• 1r1•l..tll. .I raM•.b•I..b•1•.14t• ' so..11+.•Ir n.welt KI ll.7f .N .I7 ..a Mlr Pwll•• 11.71 .N l.ff La. .N r. -111 to•4+1•lor ll.{{ .M ./7 ' .l•-.C.1•.•.••W w1a.,Cv1...,n r....eo, w J••*•l.Oarti•• U." .N Gt.nnr 4•.•n,.•�0uc.II•c.r. 1.Wr. "it,.blw. .1•.17w.W[t•[.t•••w., tt••....II•e•t.1Rr.. 7ralq.ro rm.oa.wu.• l .«t•w.u.a.a.,aao•, ' ►wt.a. lt.N hwae•r.7r...nis.sl • . rt1.,•,..eu..N - T.rt•tblwtln >r b.•.•w..wwuu ll.tl .ff 416 •.tl, .n•1.1r 1l.If tYt17w•.rM1c•J,{tw 1•lta. .tl .N •.•.7b.1,�•m•.tl.• 1:a[ .M 4I[ t• :M 4••.r..rlw,IbnMcln.. .. .Uwt•.K.Iw Mlle.1rt. •••; 0 ..1.,...N b•r Qw.ntlw Cl.r•AAA [wu h..o.sl.tiw L14/1 As," l a•. . w.r... l[.11 .ff 1.2111 1.93 .f{ rt�.e.,t 94%.W.. y M.1 ie�•1t•..r[•lll•wn rin.IY•Ie.i...fr iirLwt it 1..a 1••./•rv't••1 1..0 d1 LU 2.42 .N rYh..el.t.,[....•.rM - Iltw.ticl Prier rr/lp- 111a1tr .1et... U.If .N 47I n•mr•r G.1 t..Ilte. II.0 .tl I.0 l.fl ./f tri 1•.11.•M.0 14t writ..d•.11 14t f 4.41 - .0 lb.n11•r biwt-6/1N ft*--.Ny..la•Ilw•W� .lf. .f7 _311 •flf Iw•t.r• 11.71 ,M .7f .If AlN.com"IN U.lv .ff L.0 •tl rbnt•r•y•^e f.-Gr. 1 Gaunt l.• Iboler• U.7f .N 4lf - f.n!rent.-W 1•.mu. Cant t.. {uol.rr 1[.ft .W 1•lf 1.0 .N /Yrt1c WtY.n N.[•ttl•rn I){.t Ll../rlthwt p." 1.1.1 .N 1.111 1.34 .N ►lpew.l4•r.t Oo.1 tet ll.fl .tl 1.17 1:I/ AS - • Mu"wall.VOL 47.110.7/-4m/7•.A/LL!7.Ivry Mcs�. nn-]1171 5.5.71 r5clslee r0. nn•31u r+s.ii : s..t. rt•..••-a•.�«.•«•. . racy ,,.., Ti..i. r.r.. r x r r..b•. tw.rM. .. ate'... r 3 r f+•r•+• n...a. er�iA ►t...7. , sA11Rd4lY (Co+t YI' SIA[rsm•loom". 143M[•a . #I.-S..1 si.asti.+. A194-.a..a•a,of•M.a.. KI..Y tb.ratar s 5.57 .N .i1 • tt..w,WI~.LK.rA.N.. Nwf••.Y•. ' 1.1t .N .H s ML C.-t- 5 7.Ali .a33[ i.0 .N AMItc•tor Opr.t.. }.71 .0 ,if • bt+..t•.-4>W a."" w.ttt.r. a.r7 .N .If • SO-,"+ fsp Yt.n e.f! ,N .if • wtw.C-1 .M tuarrMwr r --.y.a.•r 5.13 t.31 1.30 .N ►twl.w conte•m.t• cu.•1 t.•.wla.,Lra. r ttwOwnstl.. N.1e .7111 t.as .. a5} [..0 C•.•ta�.t•. Isw,u....I.-l•II.t t.... ►1...N ti+•t 1f.N i.33 7.» ,1] Cwnty/,tla+•+,egrr., b.a..CMa•C-T 11.•7 t.33 ].M .» { wtt•r.•nd rw..cont i.. s.it .N 1»N a!wY.•m nr.rlr.C-.1.. 11.33 .11 1.12 .ss Knt•r•Y G.+n4 11.N .71 .if ,N rLoormlr 3.•..ttaue+. ►Y u.n.■tnq•,w•.Y..m !s.! tt t.trr..%.it K j h1.r+muntl•. o.s. 5.31 .31 1.35 1.11 0-10.S..--.IN.".►1rtm.►..sor,wtt+,bl•.tY•• si mY•e..•.n W,TO - -S at AtttBo,Glean, -S siatt+C...ti.[t.•ct e1" l.W.Iscyl,wvN•. rl•e•t« I. T.tn.Yul Ia.33 l:311 la 1,31 ,la Slrra.i•.t•Yrnto,►•r.bq+L tM.14-SO- ls.s . Its 33 .31 l.ri .li si+.Yt.L.tNt,7nb.ne Ti• Mala.t...e.fti.sY ft-t[tS, •jl Gwna/•• 11.115 .71 !.31 +s1 L- SSS im am yt.ctua 11.76 Ls[s t.f• 1.17 .i3 Q srn yunci.co tb,rrty it 14111 .![ x.M •q C-0.. 16.35 .115 6U .0 1 R•a -If un..,ty 7.71 .N .Se 1.N .573 t7 wi w1t.,w.mlet,1..•.. - l•.wlmO a.-IT 11.11 l,q Lsf 1.H .13 M IIb..L.t.t•tA batt.wet., . it1'ta+.A-*. ts+.u.tr 4b&..wp.,"OAt., rr•.t.•of C-trI.144t+, 11t•Llyw,Lal•ro,1'sarw•, CALM.-.Col...,ft..-. r+tu...ne ntty C-tt.. 11.511 .N $e 3.1111 ai rtl.s.[1p+t tu+r.ItMM.•« wrlyw..Yrrpfsta.luela•.r w<lpw.•Mates[.le`a. •.,s-I-Cowutr. Rq ..N � ].ss 1.30 ttttt+rrr.e1+.•a.tar iprN• sfAff LU'SL'ImlY _ - 3.Yxs Cir[.rWN.it.tir. At-"At-" [161 stsegaLw.,s.ttrt• •m a•nt.•m•r• 7++. ownti.• S.tt .31 1.98 - - T.•tr.«7T"AY.INO6 I.M0-4 ►ra•ro,[tpr W Melo .".So Y-Y.-tma 13.31 1.10 s.3a .0 S.N .N 1.N 1.11.,ntr.w air taiMttr• la.0 }.111 L» .Ia _ t i 1 1.• rxo"A►$JCM1t•VOL Al.•rtl.J[--iWAT.ArIR S!.ff7T .ilr[MrrMA�aM�.rl•.•r��t�M ottlsla+rP ii-LH r•Ft f tam o. C&71i 5att M.la , .M W ti...a�.a..ra•..r• 1 1..1. h1y,awra4 F....••• 31-11/ ` [e...r.. 1w• M a I t«w.. r.•.rr w.4L• 4r.. .waw r....... r...r•. ..Y« tAIWOS, tCu t•al wawa. co-Wast Itlnl.r.Y,t.n Nn It.,■- ata.w,.4S .s O.S..CL IYG6,cant.Co.-aM a.t•M.Fla.•r+.1+• ' .ant.C,..C•.atl.. Tl+sr.is*sr..t.•■x••t.' (j i.attrlei prtlma of J a.xa-'a�» 1Nt/•..r 6mm1" 1.-1..1 s...l Cwwi1->A ilr.W.tear Walk t.► 111. . 1 1.is .M .arq il ' , ,Tap.• 11.11 S".7 AAT 1 .M ea 1 W.1.Aw ata. IMP- [td! .M 1.M .M .N a..M 19.f! .» .» ■.1 t-1.-A a.rrat■t CW-4l•. tp, Y,91r.Ct.r,1■3•,11 t.p1. 111.71 .» .ff Mw- 1.af .10 .m .M 4!t•.Y,/+.Wtdxt-,is+ aM R.sa,rru,t•e•r tam9trw.. . n.rKl.to.,a rb,Kr.o,., saesis 9.W 9a+pr ..... .N a. ftl"awn• a.aa as » ui 3x.11 .9! l.lf .N .N /•n l+.lua tv 31!11 r,r. *•t•r. 34.13 .» i.» .M .e! r/aa-.r lY,i.l•. I a1.$.•r a . tb.+..l.A•`totr rlawa. - appllnler 3.11 / .N A! b ' M-l•,a/•1Ip.,■•It,r, fsrsi h.►1...t.il.e.itattic .y 7.Mrr 1l initr•r t.w ■rts.swtat.e.-sesipt Fa JIM .]f Neat to. MIp, l.-.l,eq 1•.tal/as. ,'� ` M•Y•f.a 1.w••u.•silty a,» p1 .i1 intoe•a l.t...wlelut.t, 1".11 a-ale•au str,tt.r.i •♦ at.tp0 FN .11 .11 i 1 My 01".0 r.pu 1.71 .N ..s.1a alr".I Omni- /n..- iwt villi C(t.rat.• FN • .10 Aa 11.•M..w.tt et a.T.Tl/!. 91n..f.•Y 1.44 .!a .lt a . ala.•,/to W I+elrly swilncet opt.asr t.1] Itv1 W.1 N+ttl.w 1.43 Mars 11.N .» .i! 1 *~9+ 1.63 .as Al • sp.er$1t.■tw t 1e-11 ■•r W.0 Cwt!•. lspt• x1.19 .» .rf T-rete wlt..•ttaa a-&" yrli-mr.aNd 1-1.11..."alk....stat t••a•t..w Fp rips tt.al7i■a.iir.atlq A.I-arrltc es..b-I steal lasxslt.fa er.rlle . s.9-sMxs.tarl 1.11 .fe a]i stela.. 1.17 •t1 .I3 Y a.last IsotoM/ fA3 .m .is i Fromm alcala "K.a.aro.n r.lonr.nusta 3t.to" - l i I.pa 7 mosra M. 1:1117-511 • MMt p~••1•••41'•P.-.• a." raw 2-4.pata•b aM t f a- W_ M�r MSM P..k.. 7..d. aaw.. Lin 0_97wf=IGf1 [Wt-Al LAM NMf1RT M 10a4'41 R.•no,/In1..w4r.•M a.a�.laa mat? l.l.t.Cn...cl.. Iu1...a_.•. 1 1�M off u.i.}/ twaaan /ll.a .» p•.» .p Ld4•f Lla fq.lpaaa plkva 11.0 .» 11.1.fl Z7.pto.. 11.71 .» IN.a► As fw RWI.a caaaw Oat.p1uu. 11-i1 .Sf I1•.// .p •..n1.r 11.34 1.04 It.." .N arIV..I w..•af/lut.IW L&-.T r 9.laa ».p1 1.N 11•.5 .. 1{ wa Tl..a nowt l•. L'•.1.apltara WAS ►.N Al.."11..5 .N Llt a 1./I .» 1111 f•a 1wSt..foot.Clan. 40A pllnra U./1 .» It 11 W o..da.[W ..•ur.r t..ntr Ge...w• SI.a/ .0 31-9.5 .N . tl.•wt Lt-y.Ipwa ' Llaanf tarn le/•n. /\.►► .H IN\..► .p 4L1•ayut.t• 1S..9 .ff It.l.•/ .p WI•plta.. U.p .p INt.N .p • wN a•.a•l.a�..u•. awf/tf aa7lraa 11.11 1.5 .IS 1.5 N..p• 1►.N .N 1/•./t ./a Mtwtm. 441.ptleu• 11.5 .N /a•.ff .N _ Ltp1a,a.ta.l.a,bl..•ru /.ua,G1•na,taNu,7tWa, W am ito.3ola C1fatt" . 7r l.at7 Srw 1.11 .5 Y» 1.11 [..tntl.• fp.Rf ab.oa 7.I.ea 4ou.ir. /.5 .17 15.71 ./1 s+1M.1.3.1 ioa/'f.1Ga Ltf3.Ipaat Cp..•tam. II.N ./7 IH.Sf .p a•.^ .A.:fusaat.l 4.1.apl tc•.. 13.1a .M7 11..71 .5 feat 9.11 .7/ L34 1.11 al.aa.(booty h.W,fIN•.wash W Gt.watr. , /.N .71 $0341 .p T.1...0rt4a •ro 11 Llarn tl.at .1/ It.." .p ft=,T.p .» .0 .5 Llu 1q•lpaaat Op.r.tM. 11.}7 J0 1a.5 .93 aRgl au.a.la1 at«l 11.17 .Il .M 1r4..Col....l..taa•ata. - 0.1poa.,wrt././e.aUlar •.it:"V.A..1..•aM Li..• W T..1..w Oa�mtl•a portlfta.l LLpW.a,at.t./•. - fa... ' a.N .71 .13 .7f .N Ib.....IA.".W also aa.a faa7.a f4+alaaMt.a C-l..at".1 W aria li. Oa11a Stem tl.fa$", St.—abwa.t.wuraeM 1111W 11a.11ap 1.10 .H .li .)f .11 Gtfrvn/_ /.07 .71 lu.7f .N3 t pra7t SaMltaallN 5.11 .11 .11 .71 ,.1} .Llaa. 11.31 .77 IH.7f An Cab).spllan }1.11 .11 11[.71 .Nf C MORAL a1G17»M.VOL 47,SUL 711--fill"T.AMi 71 rm f I.¢tf 1..�- ntt-fala 'CSY151ta.rl.ni1:a)t � � •' M artwla o, ast-»» 1*l•s 1patw"as ari-s/» sM.c � t,r.1.Away I..r..•rp�« l�we •4� I«w« htW ir� . LnttaA. lore•Q Atpiot tiwt•.1 .+.t«.y W W..C4« «,arat,btM, f Isle. M 11.00 •N .M •21 ' 41.«r...11 p.t.1., frr hrrrl«r W nl K f farlpm.,farc.a. lentN N w,tw tarry 42.42 et CiCT.t t1.iM.tnni. p..Mita W f..C.lice. . wane.r...d..Ii.eRr, orwtl.. 1/.14 .yI .11 . h. .r.- wrMr..M 1 nI«.4,wtI.. it.q ,if .CI wt«IN.......... T.t.r.. aw tar...fatl.a.Ur4W f y,m1_1 rola*" N-ts .JI C M. 1/a,Ni .ti I.Sf lrJas.21 Swa .L«Tw2O fres,rim.,rtW.re end W Ale w tl.. 1.N .M l.M yul.t.-,I...M W w►Rt.a.tt.f wN eulniny poL-.of rrty - Ii." is 1.00 RrcRO CwnIT /,N .11 1.64 .lpi ." 4R Ow16iaOC"M ' 1.01.9.}W r 4btt.4ata tarty *_ se.,e.u.sto.. N.41 laa I.N 3.00 .lN a.�a..w ».wptp. ." 12-1.00 Mlntw cloy 11.» {.ta {./f laic .N L1r Ip4.t Opw. L!.»M .lap Jots."pn.«nt.lr itr.ctur.l IL.» slid 1.44 1.30 ." 4..re mol; .yp 14.1." 1 Ui111a1r CAI.Lpit«r. It.» .» LI.1.00 ' /l...d...a C ..C.t. "I lrrt.,rb.rt W■IM lfw 1 /7. ta,wtMa 11.N l," l.xa .l!/ Cwtt.. !p luta,[a t..R,rllnm, h«ttlrrr Mlp.n 0 M.•alat.4.t.. lia.t orr..r.. 4.32 .43 1 1111 Arts«of lowly lrta ikv 4r4.e1 l.rinotr� �y Luprrt w to moot-wrl .0 tOtpy.tl r IrnNt.w. 1►..dR,Ii.c.r,Alar.. Jr<U.rwt.« l." .41 1 .11 in% w.t.,sl.tr.,ytMr, Lt.O"tl-"M 1.1S •tS .N 1111 W Ill.itr ib.ntte. U." .N ." .lt Orr« 41.......a S"Jop.l. Ltw q.{p,�.t Itwt tantles ».SS .N .fi .li IAMod Ltrr 1 14141 11.14 .N 2 .11 lila tat-it-Clly.f U ftp A«yelwe 10.42 ,N 2 .16 1121 atrr to l ly Llrl,fall., Cy"Ulster.l..4r. farexlro W Np Co_tt.. /.pt ./7 .h A." I/" Sol.t/rgo 12.11 .If to ." 1114 • ROp111L"mum Y0/.17.#ML 7l-1pIP�T:NK JM Im � d 'k r 1 \ ; C.%77-34 r•r•1 scaly a rett-sL» sM•e . 1 • �. [.y 6-61.h.rw r4.Ar. 1M•. N L• pr.lw Y..•Nw •.U•• 701.2.61 RLMM 1.Nf, Imnt'rl N�.ww.y D.�e7 • 4..7.►w ft.. O.aY Yarr i 17.67 .N !\•.ri 77 U.N .N tl«utcl«• [67. .f7 n•.Tf .N taY•stlYar. 11.67 .N It..H .N • G►1.1p31wt. .f7 ]1•.21 .N rr•W fM•r ti«tIw a.".,at.nn,4.w.,.nfoa, ti«..Ylw. 17.67 .N I%-.n .N pl-.,M..u,/l.tlyw. 6M.sttla.l. Mal .[L I%-.It .N f..«. af ltlolly 6unt1•. w w.u,f..a.tlw.W at. labn.' 12.67 ::71 67 n•.Hf .N Ira.6«Caro« G►t..plla.t.' 11.16 .67 U•./q .N 11«ta Y1.« IN so .H ll.t.N .N Mn.t, 6.1.41....• la.as .77 Is.t.N .67 tueu l.lw.l Cbl.Nllwt.' w p.wl•«6.•q 1.1•Ip.0 ►7.67 .67 p•,)It .66 21-, YLM ll.6n 1.61 601.167 u.n 11.64 .67 ls•.)1f .N C.."rpllcw• MM 1.67 1nN .N GI..•ew.M a..3o9.Y w 1Naw mrp. mwtl.. Weu Y1... U." .N a..N .67 .tlKvletw.t Mb14t.« 17.n .67 11•l.ri .N tltala mne>velm tl.N .1n .n n.. ..67 ' 6.1.spout. 17.67 .67 aH).7s At at.m.sHa�a•sWy Ha. .an .n n.. .67 mote.fu4 C_.y Gaily OOQ7fYtlw7'man , 1l.eu lcu« - u as .)t 1\.1.67 Pb_t 116M • Cbl.1pllc.l. la.6i Jt INLN CY2tOtf1 YI No.0.N 1..botat m..11.. LI..M.,Q.u.6.u.LM.. tl.eu leu.. t6.75 .SS 1671.1E .N 11.2/..trawc/r, P..u.t. C.rl.1pllwta11.67 sf n•l.ri .N L.0.[C. r I-Ws•.[ Z hwro,SIM./M•Nt..V pa.Nt.N/.N.af.t.t,m. T.4t.Cu,.tl.• w t..u..w hrf.le. '• tl.eu/clw. t7.N .ri 1N.rs d6 W 1.11...War C1rf84 1..11 C..t.splle.t. tl.n .7S 17..1! ess cr arW.. a"..1•t Y.r•.eaelw W .[n[.[f.lo a-C ty D.YtM • ]7.77 .67 1.15 .67 71.cu lclw. 11.65 .67 1N.N .N GnL sp1 Wt. 11.21 .67 WAG .67 1 N.rlpa..,.aue,6twut.w . W i.ol1.•r GrtY. u«ulal.0. 2.67 .67 11 11 Gel.$pl luta 16.61 .67 t] 11 ' • 7[022.61 N6Kla6,voL ra.NO. 76-40"T.Y[a ta.It" folatirarwe nwclitw NCgiN to tall-s[n Mit 2 • iTbKf GiSto.a{a i..rlTtot.i+KN.63Ptrw....iK. • 6ttte.G4reru,Calvet.Cawtl. f.Yl. }iul.f�.i..Ptt.ww . 0.4.41 btlt.[i Oor.da.►r..r, flttwa. Ci..r,Mtnitlt.tIM.•w•.t.w.wr ■3y •hW+: Ytttter fwM rtrft.w.r ia,war'lata.I...b.tfr. l."T. 1Ytcrt,f.moc,wntttq,w.M•rrt.M. HaeK.II+..1,ftHr•K+.M Mll/. fftp fO11tMt W/.ue4w,ia.iK#4.W Mtw. WM..t�.Ml.•[l�wtMit• Wta Clar+,luta tY.t.141'4•ftetn MW.11K.r.faHat+N.. fIMIT'•e fnitn..tau..,YM/K.w. 9lKu W wl+o.r,t la. f 2.34 f LNs l.w f+tt+t.ra.w.It4uT••t'�a• W ft=g--1uf W Y.M rMitar.Tats M TW tllnat ua OGCtftM flMlft pll-N!1 Mttt ru•.f 1.41 N nkS1 2htwr•flnft rdera W i.P.n.dt.f..11lrw N.Glt-f le/yt+tl Ita.ttW..lf,Ifrt. la 12!3 I.Iar.O+.tIH 0•M .N 1.44 3i3CRlPttflt of Wfif f.tidlM Gwtt.cu.w tar.w tKl..+.&"&.'-"'I Caf.rrsotft ! 6 .awe NNM tTPt tP..twat.trP to AM tKiuflwt t ttK laN,0 T••e GSP.atts. 1110 1.22 t.ri .13 .w alpwtt cK.tf+.tfa1.nd df.N IM• {w pw.11+4.4.art/l�..t f•.it lr.... ._.1.P�+w w4.4sa, -dA. reatt.N . [+�� 6tKw. it..l It.f.1aP lrlw r[• Pw.N+r r•.K.. ++i/w uaetK• la.w Lb 1_71 •.7l .N ..,T. ntt.ctpu 11.0 L]I L71 .Tf .N 1 Ma ,ttr, bad dat It.liN.. 11.D .04 1.0 .K .N � N43[fi01 tl0ftoct 117.11 .N 1.17 f1.N .N 1O.-r tflitlNt - . 6otttwH..Lts 11.176 •773 t.N .N .p - Cawut wt- 19.05 1.13 1-43 1.N ft 9a $1-1 .YKI.r l A.taiut all MA Cos,f4 oa,f../alo.tt. - 16.0 3.11 1.A 1.N .N .uifm D.1 btu, l - M+Kitty I--I"i"K 1 w..M,trrmctno.ft".un .lip iK.Kwttoida 26.n i.t3 3.41 9.30• .M - i ftawc Neo.fu Wtw.fUkitot, 1.4'4.'2[wtillp3 11.3] 1.22 1.71 .ri t.a 7 1 foltm,so-.nt it lnl et fSrC�6rciawt Q t f t4. 11.62 1." .03 1.N AS aiaMa C-,r ii.rM.M conu.mita f1KR+&.I- 11.{1 Q Cwnt4. MIS t.w t.0 .'' .30 CM4 flit ' 12.1 .N at.ff .» ' Intro,flq.,w.rsa. Ir.M..mlar, nat 1p..t antl wn nd C tlr 16,63 ,fs LN fwtt..Al..rw.n./ ' WRt..Cotw.,[i tbftd.. ` trt Pottle.w AW-. Cion,Ytrw,ft,o-,fend., 91 bxsdo.■rftit•Plant , ►Lcte, Ilfwt,fae.trnto. ../III...t COMU"tent W.t.,Sint,IOWA, (W$ita..ft.-al. '.oar,iota.nd Tuft CM. 11.33 .N t.N .23 %tKr.d tbnt..r ant itota C.w t1..itkW 13M .N 1..61 6iS Cwunt t.. 11.N 1.12 LN C.N.ft&$-. 24.05 .fS f..N ' An f,n Mnit.tuff•Santa Cot• t CwntitA MIPS 1.N LN .V Latakia _ Mu .N fa;w .90 Atrlr,a.adK,C.1....... ort.fyfle.6 Mn .N N.M .00 ban J.pale,S-1.105.ed T I-C-1.. 19.03 1.1011 1.N I.910 T4..Get' 1t.N i.N t.w .t7 i •\ __ .t MOM MWIT2f,VOL 42,110.10-M"T.+3008».1977 , 0't i r • GIY_ISION F - WAGE RATES _ Minimum wage rates for this project as predetermined by the Secretary of Labor are herein set forth. If there is a difference between the minimum wage ratesep�atesedeterm(nodtby the P Secretary of Labor and the prevailing wag trateorrandeh(susub-contractors shellnty 'For Simi lar cl 81 ipay anot nlessithan�thaehigher wage rates. See General Conditions for reporting requirements. • • 00304 k; 4k� +� F-1 DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY B. Subcontractors' Certifications., Prior to the award of any subcontract under this Inv tat on for ds, 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 l 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: an 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 authoeized representative of bidder) • 041303 �.W E-13 DIVISION E. - EQUAL EMPLOYMENT OPPORTUNITY 1. Affirmative Action. Certification. A. Contractors' Certification. A contractor will not be eligible for award of a contract under this Inv tation 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 _ i 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 constriction work in Contra Costa County within the scope of coverage of that Plan, those trades beings • 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 specifice affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Hid Conditions, those trades being: r and 3 it will obtain from each of its subcontractors and submit to the con— tracting or administering agency prior to the award of any subcontract under this contract the subcontrcctor certification required by these Bid Conditions. Signature of authorized representative of contractor) • 00302 E-12 • INSTRUCTIONS FOR FILINC 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 term of the contract, 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 les 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- teeing agency responsible for equal employ- ment opportunity on the project. Contractor . . . . . . . . . . . . . Any contractor who has a construction can- tract with the U. S. Government or applicant (See OFCCP Regs. 60•-1.3). I. Company's Hama . . . . . .. Any contractor or subcontractor who has a federally involved contract. 2. Trade . . . . . . . . • . . . . . Only those crafts covered under applicable • Federal EEO bid conditions. J. Work-hou:a of Lmplayment The total number'of hours worked by all employees in each classification; the total number of hours worked by each minority group in each classification and the total nock-hours for all women. Classification . . . . . . . The level of accomplishment or status of the worker in the trade. (C ■ Craftworker - Qualified, Ap -.Apprentice, Tr ■ Trainee) Z. 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.) S. Total slumber of minority employees . . . . . . . . . . . . number of minority employees :corking in contractor's aggregate work force during reporting period. 6. Total :Lumber of Employees . . . . 'Lumber of all employees working in cdn. tractor's aggregate work force during reporti-.g period. • * Minority is defined as including Blacks, Hispanics, American .n¢ians and Asian and Pacific Islanders - both man and women. 00301 E-l I ? CS=VLN-ENT P1 M'.11G OFFICE: 1777-Tt7-a13/:e3 DIVISION E. E UAL EMPLOYMENT OPPORTUNITY (font. Aooravat No. c4_ 395 Reportir; period STANDARD eOR:i - 257MONTHLY EMPLOrMENT (Month, Year) (Aug. 1976) UTILIZATION REPORT ( As prescribed b7 the :a;*. of Labor (G7CCP1 (lee reverse far Lnst:%ctions) This report is.required by Executive Order 11246, Section 203. Failure to report can result In sanctions which include suspension, termination, cancellatlans or debarment Tot (;taxa and location of Cospliattoe Asenc7) Fromt (Items Ind location of contraater) Assn. Reg, Admin. for Equal Opportunity U.S. Dept. of Housing 4 Urban Developmaat 450 Golden Cats Avenue, Sox 36003 San Francisco, California 94102 a. ate_ .otai Total Work Hours of Empio•/aent (see rdotnote) rit7 number nufter of CLue• +• o.• ftilo - IeLtnC ae of Noof ninori Sapb yla. total C°apayis Naas (i7. 1-rads Indian !cEzvloy- eq npanic set r T - r { I i 1 f r I I I 1 �TfI i 1 r I 1 i I a I 1 fi I I i { I } } I T- _ I t l } I i 7. ..oapa.:1 .•...:a/ t 414:4t.re an ..t_e :ate Ili..^.ed 41 (f i� •irpr.ene cuter :(naliCe xcea Cade} t (* !tales 6 F"e-ales '— Minorities S non-minorities) F-in Page __ of .0 Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under federally assisted contracts. In executing this assurance, the County, cities, and non- profit sponsors agree to do, among other things, the following: a. Include the following equal opportunity clause in ail federally- assisted contracts. This clause applies to administrative, supervisory, professional, end clerical personnel as well as con- . : struction workers. This clause also applies to the employment practices of the Activity Sponsor: "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discriminationunder any program, or activity funded in whole or in part with Ponds available under this title." r � ' • 00299 E-9 PARC IV Central Requirements. 1.. Contractors are responsible for informing their subcontractors in writing regardless of tier, as to their respective obligations raider --• . Parts I and II hereof, as applicable. Whenever a contractor sub-- contrnets 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 Bid Conditions to the full extent as if it were the prime contractor. The contractor shall not, h uiever, be held accountable for the failure of its subcontractors to fulfill their obligations =der..these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Admini- strator of the Office of Federal Contract Compliance Procrams of the Departr..ent of Labor and to the contracting or administering agency of say 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 prima 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. ). The Contractor uhuil tarty out such sanctions and penalties for violation of these Bid Conditions and the Fqual Opportunity clause including suspercion, termir.a.ion and cancellation of existing sub- contracts and tict,z�r..unt ftur,, future contract as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implamenting regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs. 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 tcr. of its contract from coopliarce with E::ocutivu Ordcr 11246, as and the Equal Opportunity clause of its contract with respect to matters not covered is the Contra Costa Plan or in Part IE of these Bid. Conditions. 0029-S E-S 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 presuaod to be in compliance with Executive Order 11246, as amended, the imply encing 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 administerin0 agency otherwise determines that the contractor is violating the Equal Opportunity clause. 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 shall take such action and impose such sanctions, which include suspension, term(- nation, cancellation, and debarment, as may be appropriate under the ■ Executive Order and (ts 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 ii of these Bid Conditions. The contractor's failure to moot 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 spacifie affirmative action steps listed In Part it, 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 112460 as amended,'and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. G. Obll scions A licable to Contractors Sub act to Either Part i or Part It. It she be no excuse that the unlan w th Mch the contractor has a Col- lective bargaining agreement providing for exclusive referral failed to refer minority cr..ployecs. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the -ntioaal Labor Relations Act, as amended, and Title VII of the Civil M;hts Act of 1964', as'arended. It is the policy of the Office of Federal Contract Cocpliance Pragra.:s that contractors have a responsibility to provide equal employment opportunity if they with 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 amended, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended,'its implementing rules and regulations. 002%7 • All contractors performing or to perform work on projects subject to these Sid Conditions hereby agree to inform their subcontractors in writing of their .respective obligations under the terms and requirements of these gid 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 gid 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 meet the goals for minority utilization to which they committed themselves in the Contra Costa Plan, or can demonstrate that every good faith effort•hns been made co meet the real. In that event, no formal sanctions or proceedings leadinr toward sanctions shall be instituted unless the Office of Federal Contract Compliance Progrnrs determines that the contractor has violated a substantial requirement in the Contra Costa Plan or Executive Order 11246, as amended, and its Implementing regulations, inciuding 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 penaltles provided for in Executive • Order 11246, as amended. 2. The OFCC? bhall review Parc 1-contractors' employment practices during the performance of the contract. Further, OrCCP shall be solely responsible for any fined date minac!on that the Contra Costa Plan is no longer an acceptable affimativa action program and the conga- quances thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Contra Gotta Plan to longer represents affective affitmativa action. In the event it shall be solely respdnsibla for any final docermination of that question and the consaquances thereof. 3. t.nere OFCCP finds chat a contractor has failed to comply with the raquire=nts of the Contra Costa Plan cnd its obli;ation eamder 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. Ghon the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not out the requirements of the.e Bid Conditions. The failure of the contractor to comply with its obligations %xidar 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 th6se gid 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 Coals 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 �U�J 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 4FCCP Testing Guidelines in 41 CFR Part 60-1. h. The contractor where reasonable should have developed on-the-job training opportunities and participated and assisted in all Depart- sunt of Labor funded and/or approved training programs relevant to the contractor's employee needs consistent with its obligations under this Part II. L. The contractor should have made sure that seniority practices and job classifications do not have a discriminatory affect. 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 cones. tractor associations. NOTE--Tke Aetiatant Regi.onaZ Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff wiZZ pro- vida tsa;:niaat assistance on questions pertaining to minority recruitment sources, m.'nority community organizations and minority nexus media upon rsoeipt of a request for assistance from a contractor. 1, Subse vent 51 nater to the Contra Costa Plan. Contractors that are sub act to the requirements o art 11 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 It pursuant to Section A.1-6. 4. Iron-diccrimination. In no event ray a contractor utilize the goals and affirmative action steps required by this Part 11 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 III Compliance and Faforcerent. In all cases, the compli aacc of a contractor will be r� 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 lI shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or lower tier subco'l4=actors. E-5 ()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 Parc 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 hava maintained records of the organizations' response. b'. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was takan with respect to each such referred individual, and if the individual was not employad 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 Comp)lance 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 most Its goals. d. The contractor should have disseminated its EEO policy within its organization by including it in any enployee 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 postin^ of the policy; and by review of the policy with minority employees. , a. The contractor should have disseminated its EEO policy externally by informing and discussing it with all recruitment sources; by advertising in urds 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, sdiools with substantial minority enrollment, and minority recruitment and . training organizations within the contractor's recruitment area. , 002,11 E-4 • 1. 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: GOALS FOR MINORITY IlTILIZAT'ION Fres 10/01/74 To 9/30/76• 17.OZ 19.6% * In the avant that any work which is subject to these Bid Conditions is performed 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 gid Conditions will be applicable to aueh'work'. The goals of minority and female utilization above aro 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 fares, which includes all supervisory personnel, in each trade on all projects (both . Federal and non-Federal) in tho Contra Costa Plan area during the perfor- mance of its contract (i.e., the period beginning urith the first day of work on the Federal or fcdarally assisted construction contract and ending with the last day of work.) The hours of minority employment and training must be substantially uniforn throughout the length of the contract in each trade and minori- ties must be employed evenly an each of a contractor's projects. There- fore, the transfer of minority employees or trainees from contractor to contractor or from project to project for the purpose of meeting the contractor's goals shall be a violation of Part 11 of these Hid Conditions. If the contractor counts the nonworking hours of trainees and apprentices In meeting the contractor's Fonla, such trainees and apprentices must be employed by the contractor during the training period; the contractor • must have made a commitment to employ the trainees and apprentices at the completion of their training subject to the availability of employ cent 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. =peclfic Affirmative 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 Enals, hue shall he riven an opportunity to -• demonstrate 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 002193 E-3 Any Contractor icing 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 II, 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 Conditions, it shall be subject to the provisions of Part II. PAU I I A. Coverage. The provisions of this Part II shall be applicable to those con- tractors vhos 1. Are not or hereafter cease to be signatories to the Contra Costa Plan incorporated by reference in Part I hireof; , a 2. Are signatories to the Ccntra Costa Plan but a m not parties to collec- tive bargaining agreements; • 3. Aro signatories to the Contra Costa Plan but are parties to colluetive bargaining agreements with labor organizations which are not or hereafter ccaas to be siknaeorias to the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan and are parties to collective bargaining agreements with labor organizations but the two have not Jointly uxeeutod a specific commitmsn5 to goals for adnority utilization and incorporated the commicmant in the Contra Costa Plan; or 5. Are participating in an affirmative action plan which is no longer accept- able to che.Directar, OFCCP, including the Contra Costa Plan; 6. Are si,-natories to the Contra Costa Plan but are parties to collective bargaining agrae:apts 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 buan placed under Part II of the Bid Conditions by the Office of Federal Contract Compliance Prograss. B.• Requirarent--An Affir+ative Action Plan. Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals rnd timetables for minor- ityi utilization, and specific affirmative action steps set forth in Sections B.1 and 2 of this Part II. The contractor's co=it:ent to the goals fnr minority utilization as required by this Part II constitutes a committent that it will make every good faith effort to meet such goals. • 1 Minority is defined as including Blacks, Spanish Surnamed Americans, Asians, and American Indians, and includes both minority men and minority woman. 00292 E-2 DIVISION E - EQUAL EMPLOYMENT OPPORTUNITY • BID.0-MIT10NS ' AFFIRMATIVE ACTION REWIRSVITS EMAL GROUT OPME LAITY !{{VETO V PLNO For all Non-Exaopt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California. NOTICE " EACH BIDDER, CONTRACTOR OR SIBCONTRACfOR (HEREINAFTER THE CONTRACTOR) ' MUST FULLY COMELY WITH EITHER PART I OR PART II, AS APPLICABLE, OF THESE BID MIDITIONS AS TO EACH OONSTRUCTION TRADE IT INTENDS`TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND NON- FEDERAL) IN THE CONTRA COSTA COufry AREA DURING THE PERFORMANCE OF THIS • CONTRACT OR SUBCONTiiACT, THE OONTRACTOR MIMITS ITSELF TO THE GOALS FOR MINORITY I•WIRM R UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AT ALL OTHER RE011ARDENTS, TERMS AND CONDITIONS OF THESE BID COMITIONS BY SWMITTING A PROPERLY SIG14ED BID, THE COMRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSU-E THE RESPONSIBILITY FOR THE IMPLE-01TATION OF THE REl1UUIREIVITS, TERNS AND CONDITIONS OF THESE BID CONDITIONS, t PMT 1 The provisions of this Pare I apply to contractors which are party to collective bargaining agreements with labor organisations which togother have agreed to the Contra Costa County Area Construction Program (hereinafter the Contra Costa. Plan) for equal opportunity and have jointly made a commitment to specific goals of minority and, where applicable, female utilisation. The Contra Costa Plan is • a tripartite voluntary agreement between manaFement, labor, and the minority cormunity. The Contra Costa Plan, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, are incorporated herein by reference. E-1 1 00 2 J1 • }T. Px1lLW")CT:POR lVISGRtf1fD. The Publla Agency do•Lras to promote the Industries and aconoTy o�'wh see • ow y, ami tue Contraatae theralora promises to use the products, workman, laborers and msahaslce of this County in ovary cue where the psLee, Inness and quality are equal. lP AGDLGA�1. .him agraamont binds the hairs, successors, assigns, and representatives eraecort but he cannot assign it in whole or in part, or any monies due or to bornane don under Lt, without the prior written consent of the Public Agency and the Contractor's surety or wratlos, unloss they have vaivrd statics of asaignownt. ;res sutvc�DY pCDLi M:1'L'CY. Inspection of the work and/or materials, or approval of r .r wear a • asyocw , or statement by any officer, agent or employes of the Public Agency ludlcating Clio work or any part tltardof caaplias with the rsquirsmmts of Cribs contract, or acceptance of the whole or any part of said work and/or suterLele, or yaym.nts therefor, or my conbinstion of thuya acts, •hall not calieva the Contractor of hie d,liystLan to fulfill this contract as proscrlbedt nor shall the public Agency be Ulareby ostoppod from bringing any action for daaaga■ or a fore*menc arising from the tat Jura to comply with any at the cease and condi clans hero.!. 30. Ix%Lb llr.r:Lua III;It11L:Y. (a) Contractor proal,.• to and shall hold harmless and 1�iTy c.a w o i Ltiaa as defined in thio motion. Ib) The lndorv�l se■ benefited mud protected by this pronlea are the Public Agency and Its slaatLv.�intive uoarda, aossaLoalons, officers, agents and employees. (a) The I la L 1 l protoetad ayalnet Ord any liability or claim for damage of any kind allegedly sea ore , Incurred or threatened because of actions degirwd below, including personal Ln3ur/, death, property danaqu, inverse conde matLon, or any combination of trine, nyaraLse of whether or not such Wi LILty, claim or dotage was unforessoaeie at any time bafare tag Public Aganm/ approved cite improvement plan or accepted the Laprsvemsnt■ as oapleted, and including the defense of any suLt(sl at mtlonll) at low at equity Concerning Use". • Idl Tha o s causing liability are any act or*mission Inegllgent or non-negligent) in eon" Lon vi a matters Covers,.by this concraac Ono attalbutma a to one contnator, amucontraet*r(s), or any offimrle), agant(a) or eaylcyos(s) of one at more of them. lel Ion- oalltL n t Tha pronise and agreement in this sseelon Ls not:milltianw, .r depandmc on Iniac ear or not any [ndornleae has pr.yaruu, supplied. or apPtov i any planlsl, dtwuWt•I, sPOOificstlonle) or ■rectal proviaLm(s) in Connection with this work, has LMuraaae or other musmALficacion covering any of GWeO setters, or that the alleged demage resulted partly from any negligent or willful elecenddCt at any tndmetltes. :U1VATi0u. Contractor shall conply with the pcovlslons of Labor Cods lea. 5705, if dy sub,aLtting to Public ',gone/ a detailed plan showing the design of sharing, 6tap.' e Uoptng, or other provufong to be made for workor protection tree the hazard of oavLM ground during transit excavation. xx (Pa" {of U ICC-11 Mr. it-T4) 0-4 00290 work, it shat&issue a certitieato to the contractor and pay tno balance of Lilo contract price attar deducting at&&Counts withhold under thte Contract, provided the Conteaater Shan that all 01SLOS for IAWC and materials have wan paid, no claims,have coon praaantoo to t%o Public Agency based an ants or Missions Of the Contractor, and am liens er v&udurl6 notices have bran MCA against filo wart: or site, and provided than are not roasoeabia inuicatwas of detective or mlaslag work Or of lata-naordea notices Of lLess at clams avalest Contractor. LSLru+•L. Maber Code S51sau-ilii) on signing title contract. Contractor must live u e cogency (11 a certificate of Consent to salt-insure isdathl by the Director of fndesenial aalationa, or (1) a certificate Of workers' Compensation insurance issued by anlt"ItwJ ihLhrcr, or (1) an exact Copy or duplicate tamer certified by the Director of the insurer. Contractor le aware At and compiles vitt% Labor Code mi em Sec. 7700 as Workers' Cospaneat&on Law. . On ■igninq this aontrmat Contractor upon dalivor to PubL10 Agency for #-masa 'goad sand sufficient bonds with suratios, in asount(s) specified In the spaalll• action or *postal pravisiune, quarantaotng 1141 faithful Par(orme"G of We Contrast cad hie paysunt for OIL labor still materialu iwroundar. tt�rAtL:m:�i pCp�Lg). It use Coner&ator at any tire refuses or negloctas without Ault a o .ia yOecy er aW agant(ai, to Supli Ly SUMCLOnt metdT14&6 or Workmen to G"Isto this agcoamant and wr):ta provided herein, for a period of LO days at aura attar written notice thereof by ter Publlo Money. the PuUllo Agency may furnish Gama aid dedsat the reasonable *.pones$ Gtareat iron the contract price. 13.I1,t _Ap n a 000 parties rocogniso.ttt yrypticahLtlty of various federal, i'tat" aw-LOCAi lat••r salsa ragulattano, aa(walal ly C.uvtar 1 of Pari 7 of the California Labor Code tboglnniny with nc. L71v, and includihy Sees-.1717, 1777.5, 6 1777.6 torbldUriq discrimination) and intend that thio 41growitont cotq+l&om Sim rowith. Tice parties specifically stlpulato chat Site ralav*nt Penalties and ferta&tbr*e PruvLJoa in the Labor Cods, especially in Sao*. 1777 i 1011, concerning pnvai Ltnq wages And Moura, shaLl APPLY t:0 this agreement as enough fully eslpulatOd usratn. 11: SVUCQt.'.'Mt-'eetcS. dovarnnent Coua S64190-4111 are tticorlmrated herein. i. aAuL MTC9. (4) rurauant to Labor Cada Sec. 1777, too DLres tar of the Department of a it r a ":"coons has asnrtalnad the general prevailLnq rates of wages oar dlem. e:d tar holiday and At? crime Work. Ln the Locality in which this Work IS to be performed. toe each Craft elaositicti"on, cc type.of workman no*4ou to execute u%L* contract, and Sala rates arm as 9POWLeu in uta call for bids for t.ue work and aro on filo with the Public A94ACy, and are hetauy incorporated hnroin. (b) '.haa $C:wdula of wages to Uaaod an a hmri:ing day of r hours unlass Othotwiar speaitlodt anJ the wally raw to the hourly sato multiplrod by the number of nous can- atttutiaq Gee working day. Ithoo lu64 wan tint number of hours are worked, tam"Lly wago rate is Proportionately reducaa, but Late hourly rata remain■ 4e state&. (cl ':he Contractor, and all hit tuUcontractora- mist Pay at Least woes catss to ALI per*oM an this work. Lncludiny all travnt, suualatanco, and Cringe b4notit payments - peovidad for by applicable collective bary4l+tinq agreements. all aktl lad twos not listed &be" euGt w paau at least too wogs scale esLanlii.taw uy Colloctiva Uargsininq agreement for such labor in at loaaltty %rwro tue:t cosi ii bdll+y P,trforned. if it becomes nares- sary for tna Contractor or any euhcontrsctor to auploy any parson in A craft, claseLfi- mail on or typo of work toxcapt executive. suparviaory. a(LAlnlstr.i Cive, clartcal or other non-manual Worhurs as aura) tot wniau no minitauu w4yd races is aPucttied, the Contractee #hall LrOt'144tuly notify trio Public:.money wUici sthall promptly Jitormuia the prMvalling wage Cato c,drafor and Curnlsh the Contractor wit%tau minipnuu cats Uaaed thereon,vh&tt &hall apply from ties time of the initial emhlayusnt of Law parson affected and during Lie continuahcs of auat%ampteynant. 15. home ar 6+war. 1ayhc hours of labor in ono calendar day constitutes a logal day-s M r , a... ore woi.-.tan elp&Oyod at any Clue on this wort: by the Contractor or by any cub+ contractor r:%ali Ua squired or parmittod to work IanyoC thuroon except ore provided LA Labor Coda Sacs. 1910-1eis. 6. APPid.e.•^Tc s.• Property indentured apPCOntieee may bC amPIOyad on this work in acwr nate wi t Lauer Coria Secs. 1777.5 and 1777,6- forbiddiMJ disar&miaation. (Pago I,of t) (CC-I? rev. 11-741 D"3 00289 J. IalsR COfffMCT CNAHUC/. (al by Chair rl9naeusen in pet's.1,eKalw an the above M., tna:e pdruae pr mond ogres u sac farW In thio contract, Incorporating by the-.roleraneas NO natarlai (espaoLAL tana'I in sac. L. (UI CaneraetOe shells't his evn cwt and axpawc, and!n•worYJ+anilkc sums, fully anJ faltlllully pattern aM cospleu _ Na work.( end will furnish all cuo,_L.ls, labor, services and transportation Mass eI.y COn"ALO nt NJ P[apd[Ill Ord!, fairly to parfara lila rayutrattlnts of this Contract,.al v stLLotty in.CpetA=0 with the Public Aganly'a piens, drawl.?[and SPOClflaations,' :r let TTIe wort eco be changed Only with Publia Agonc/'s Pelee Mtittsn ordsL spsel.lylnq auah ahsngo and!U cost.9'.. to by Na par :.allI " and tlw u" lie AganAgencyshall never haus to Pay=to Nan ep.CLfiad!n 8ea. 7 rL.I.ut sul N ardor, •a. TZME, Ila-.:Cr To PROCCED. Contractor shall start this bark at directed in Na speel- oat ons or -- wcaca to r A-1 and sha11 eomlote It as specified Ln fes. 1. -• S. L(0u1DATLe oAItAQCII. tl Na Conc[actor 'Alla to..,plot. Nl■Oentf..e and this work GL'Fhn u,o cTioZT u�cboreCar' allovancA bell, —do for concingancloe a pr.,I ad M its lass and dwagu tharofroal and bteln, M peon•liab la to the pub'I.Agancy [ar all ecause, fro.Ne nature o[the CAS., It is and will Us tnpracticu la Anu extrenaly difficult to 4Nrtiln and fl::the Public Agonry's actual d.raqu Iron any duley In portoro'nce hereof, It Is AgracJ Ulat Contractor viii pay as llyulJAtoa darayas to tale public Agency the - reason aalo sea#pacified In toe. 1, tna rO.ult of the pAttie, mason.b la antlsavar to :stun. fair r A9a conpansataon t.le..tar, for aacl ca lcrtdar Jay'• Jolay an I1nlMlnq sold work.' anJ If the same be not pall, ruU"c Ag.nc/ nay, add'tion to It#ottlar rae.dloaI JOJuct tno #era troa any non./u or to bu Mee Jus�unttattor undo[ Nl■ aen- t[att. it Na p.blLc Aganry for any CAW au autnorL[up of COn Crlb Yt.O to a Qal/y, /Ylp.n- ■lOn 0I wrl:or INT nfion of tion., Its durstl On [hall be add.d t. NO Cleo•Ltwad tar map'-tion, bee ie Mall hoe be Jaanad a wetver oar ba used to Jafsae any raq.t of CM A:A.Tq.a.ncy to daru;-t tar nen-ceaplatlOn o[dO1ny hnrvun,lor. Purau.nc to I;ove rnsrnC Code p0. MS, Ne Contractor-hall hoc be a......J lly.ldated Janaq.s for delay Ln..planes of the wet,,hen ouch daisy was caused ay the !allure of uru'Ll Agancy or Na owner Of a _ utility ro pt-La.far fOrxaY.l aL L.I...t A of..Lp Lny ,tIlity ({Gill Clea. {. _tl"I:r.I:A Zy.uWt�p a'.,lFU. ..he pions. Jravl nyd and specification.or spacial prevlelws • aTb.e -Sae:gm, lg_ blJa, and CA....ctor'a aoe ,y,Leya yid to[ Nu work ue Asrroy ireotporalid into La COn traCCl MJ Clwy era 'scan Ca•OVerAGr 10 tttat any Nlnq exhibited Ln the Plano or dr.,,ings And not ronta.n.d In the aped Lipelona'e op.C111 P[avl/IOAa,or VLee WLsa, 1s to be exec 4 'e If dhhlblt.J, menLlOn.d and set forts M wN, w Uta Grua latent and="Ing Naroaf hien tAl:an all togath.Ll And dlftara....at opit"cancathing tronas shall ba fine V Juteroinad by public Agawy's Ageat spoalfiatt In Seg. L. 7 IArnCR. (A) ror his strict And Literal fulfillment of Noss prelates and Condition., 1" as eorpenaatton for all Nu York, Ne pub l Lc Agency -hall pay N.Contractor Ne sew speci(led In Sec. 1, exppt that In unit pram contracts Na payrnt shall be far ('.lased pease Cte. at unit bid.pups. (b) 0n Ot about the first bay at..an wlenda[-.tn Na Contractor Mall subglt to N.pullet:.pone(•ve ra f lad application for p.y-.t, dupPOVLad by A atAtamgnt char Lnq all..fed.'s actually 1n.ta1loJ du...9 the prucadlnli tisk N, the labor.xpanded Nano., Md tooAlitn.n fl wnaroupon, attar Cllpcx LAV, chs pub lea Agency 'hall ase- to on Ctractor a corupwco far U,.-..it Cocominad to ba due, .anus lot caarept pursuant }s. to twvaranant Code Sea. 53067, but not uncal dufactiva work And matela.14 haw wen emewJ. I.Pl_J an.undo g—J. s. pAy1C:^3 wi TNIILf.D. (al Vh.Pl"'.Aganry or au ayJllt a0Y withhold any pAyn.nt, or _ ecauae of scar I avaced fvawanee nullity all or any Certificate tar pay"nt, tp.ueh .at.nt and period ofctl6w only N CAy be noeasaary to protect NO Public saey fat ipso bepuaY efl 111 DO toetiye work hoc foawJloQ. ar ueaslploted work, a. (Si C1 we Iliad or rcuanaill:Ovadanit0 inJlaatlhq prou"lo filing. or Int Finer.co"01--ly Pay eubeonersaten or tar m $LAI or labor,or UI its&QAAUL-doubtlw work aan be o that tcsplated tar the balances Man unpaid, or _ lSl 0-4 to...char teetraat.e. at t6I Q-9e to the Public Agency, other Nan dasage due to delays. Ib) 7hcPuhiic Agency shall use raasonabla dillgonee to dJACowr And report t0 the +. Contractor, as the work prpgrosscsNe aat..i.la and labor vhiCA.re not satisfactory to It, w as to avoid-..Coasary ttoublo, of coat to the COAesaesa[ La "Lag good Any data."-work ar parte. Cpl 1S c.landar days AttaL the public Agsncy files lte notice of ineplation of the anttro • (Piga 2 of t) ICC-lr Mv.11-T6) D-2 00285 I a. DIVISION 0. ARTICLES Of AGREEMENT (Contract) (Construation Agraaaent) (Contra Costa County Standard rorm) 1. 1"jUAL yrrrr. Shama spacial "me aro incorporated below by reference. (silos) Forster# trubiia Agonay) (Contractor) omp ato L*J&l naso toil 11fl4ostre Cass# (Sae 14 for ottin al data.) 1331 rho Moret ($4) comptosts$ rtaft (strike out tat or Jul and 'Colander*or ewormags) (a) Sy tdatel tb) cL%hln celandar/wOTkLnj day$ from,starting"to- 111111 Ligwtdasad pameref# f per"Leader day. 4161 rCdrttf Afenoy's Area# fill Oetrsof Most f (tar unit Pride aansrc$t$r Noce 0e Lour Ln antaruance w MIST" n s o quan%iciea n wit Old prig*$.) Walks,out pareithounal Material. it inappliaabLe,I f...Sta441rAN I ACr70PLr0a/#rrr. pebife Aes.of. Myh (President, Chairman Or other VOILgnatad Repraaaatativei (Searatsry) Ce•trtnfr. hereby 4140 aaknowledginq sworaaess of and compliance with Labor Coda $last oonceraing Workers' Compensation Law. my# (COMPAfi gna♦ ccs aspacity In us Hast iSAL) .. aY r u gn4tt orlLa&&L capacity XA t1w budLne6al . Seta to Co.srsotor (11 9s4a4re eaknovlf.fj,se,af loch 64«ay. a.d (r) if a aarpers- fir., elfin Carpor.te Seal. . . . .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . State,of CalLfornLa1 se,. Acn•.:cvlr:.^.. (by Corporation. County of I artnorsuap, or tnd"idual) Sas parson(*) signinq above for Contractor, known to re, In Individual and businass aapaoity u stated, personally appeared before no %easy and acknowledged that W%hay snouted Ic and that the Corporation or partnership named snow executed it. patodr i wgfAUAL 6-- otasy Lo ram"AVVNN= by c%unty Counsel. (Paq•1 of 4) (CC-lr an. 21-1d) e �i`n/. ... Sr i'�•.� -'-'�..a�•.w�ii -�� r� •..�.t�w . .J/VS►•' =..+�1..�.w�' _ C 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" moons 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 hous.ng 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 Nantical 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 S gnee Signature Date NPTE: The penalty for making false statements in offers In pres44'i 18 U.S.C. 1001. O;VISIOh C - PROPOSAL BID FORM (Cont.) Action. C-rtirication. A. Bidders' Certification. A bidder wilt, not ca eligible for soar-d or a contract +.nder this Invitation for 2-1da unless such bidder has s•,scnitted as a par: of it3 bid the :0110wing certification, which wj.1] be deewd a part of the resulting contracts BDD4M CMIFICATION certifies that*.._ . ( er)• 1. it intends to emploj the following listed construction trades in its work under the contract ' i and 2. (a) as to those trades set forth in the prseed-zg paragraph one hereof for which it is eligible under Part I of these lid Conditions for participation In the Ccntra Costa Plan, it w4111 comply with the Contra Costa Plan on this and all future const:scticr work in Contra Costa County within the scope of coverage i of that Plan, those trades being: ; aha/or (b) as to .hose - ces for wnich is .� r.'d o7 these B4 Cerdi`ieas to cc-ply 't� Part __+of these Bi- Canai.:cns, _ adopts the n:ntnum ninority manrcwer ut4.li:at:.cn goals and the 3cec:H=s a� in firmative action steps contained in said Pa-^: I., or. t.,--3 and all future ccns.r"ticn work :.•i Ccntra Costa County subject to these ---_d Cor. itions, those traces caing: : and it .1' cntain frcn each of its succontractorz and sucnit to the con- tracting or sa„,i»isteri:g abency prior to the awa_-d of ar.y succontract under this contract the subcartrzctor certification required by these Bis Cacditions. (Sibmatu.-e of authori:aa reprasentat:ve of bi r) 00253 STATEMENT OF COMPLIANCE Nam* 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: PHONES' x 3 00281 DIVISION C - PROPOSAL BID FORM (Cont.) LIST OF MINORITY BUSINESS ENTERPRISES 1. Name of Bidder 3. IRS Number 4. Address: 2. EDA Project No. S. 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 I, 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 Minerdy Fbm Name tmrm) Maillna Service or of Bid IRS NVOW(IRS) Address Supplies Sum Namd(MFNI Suest0AFA) City(MFCI IRS Nymber IIR$l State IMFSI Zip Code(MFZ) Name IMFNI Street NFAI C41YIMFCI IRS Nu nbc(IRS) State IMFSI Zip Code IMFZI Name IMFNI Street IMFA I City(MFCI IRS Number IIRSI Slate IMFSI Zro Code IMFZI Mame(MFNI Street IMFA) City(MFCI State IMFSI IRS Numbet IIRSI Zip Code(MFZ) Name tMFNI Street IMFA) City IMFC) State IMFSI _ IRS Nufnber IIRSI Zip Code(MFZ) Sheet IMFA) N&"WN) City(MFCI Slate IMFSI IRS Number(IRS) Zip Code(MFZ) 7—. To t a l percentage to be E.penised lot Minority Business Entwprisest Total Amount of Bid (Base) S - - _. I 8. IV.—end-rine at Authorised 011icet Phone No. SieMi�fe Oerf DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: , As required by Division B, Section 4, Paragraph (�) (Substitution of listed subcontractors: See Division F. Section 3, Paragraph E.) . Portion of Work Name Place of Bidders a C-4 01VISION C - PROPOSAL (Bid Form) (Cont.) J. The following addenda are hereby acknowledged as being included in the bid: Addendum / dated Addendum / 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 d aY o -------------------- 00281 00281 C-3' ® Division C - PROPOSAL (Old form) (cont,) B. It is understood that this bid is based upon completion of the work within two hundred fifty days (29M from and after the date of commencement. C. It Is understood, with due allowances made for unavoidable delays, that If the Contractor should fall to complete the work of the contract within the stipulated time, then, he shall be liable to the Owner In the ■mount of syn' h,indrd A�� per calendar day for each day said work roma nl s 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. O. The undersigned has examined the location of the proposed work and is familiar with the Pians, specifications and other contract documents and the local conditions at the place where the work Is to be done. E. The undersigned has chocked 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 col luslon to secure for himself an advantage over any other bidder. G. Attached is a list of the names and loeatlons of the place of business of the subcontractors. N. Attached is a list of the names, addresses and percentage of bid for each minority subcontractor and/or materials suppller, 1. Attached is bid security as required in the Notice to Contractors. ❑ Cash ❑ Bidders Bond O Cashiers Check ❑ Certified Check • 00280 C-z DIVISION C - PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 27th day of Qc r 7 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT, tai LOOR, 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 end alt rmulred labor material , transportation, and services for Office Building at Flood Control site at 255 Glacier Drive, Martinez, CA in strict conformity with the Plans, Specifications , and other contract documents on fl le at the Office of, the Clerk of the Board of Supervisors, First Floor, Administration Building, MprtInez, CaIIforn•la 94553, for the following sums; namely: BASE BID: • &hail 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 (S ) a4> • c-r 00;x'79 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 immedlatet•y 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(%) , the contractor shall be hold liable for the total amount of the Federal gront(s) not received. If the successful bidder refuses or falls to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or faits to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom 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. .- OU2'78 l3-ly SECTION 10. AWARD Of CONTRACT ® The right is reserved to reject any and all proposals. Is 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 era detailed In the General Condltlons 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 be 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 D ) shall be signed by the successful bidder with duplicates—&—R— returned uplicates a�— 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. Utilizatlon Report (Form ED-530 Part A b 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 4Y 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 0021i 7 e-5 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. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals sha1,1 be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed In the Notice to Contractors and the bid proposal . Failure to do so may result In a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. 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 teles request to withdraw a bid rP oposal Is not acce table. e�l —e w thdrawo a�—bbTTd shall not pre u ee the rright oTT& LTdder to f1le a new bid. This article does not authorise 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 pn 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 Fut on notice that any collusive agreement rr � ,. . fixing the prices to be bid so as to control or affect the awarding of thib0 2 1"i contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 4. BIDDING DOCUMENTS (a) The bid package shall consist of the followings 1. Propoossall (OOl_d Form 2. List of Subcontractors 3. List of Minor a easiness Enterprises 4. Statements Co'P111; ance WaLl 5. Bidders Cert icateA' rmatiye Actlon} 6. Bidders Security _ ], Certificate of Nonsegregated Facilities (b} Bids shall be made upon the special Pro osa1 Bid Form (Division C of this Specification), with all Items completely fa out, numbers shall be stated both in writing and In figures, the signatures of all persons signed shalt be in longhand. The completed form should be without Interl Inset tons, 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 of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. (a) Each proposal shall have a List of Minority Business Enterprises containing the name, address and percentage or total bid,-for each subcontractor and/or materials supplier the bidder proposes to use to meet the 10 percent minority business enterprise utllizatlon 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 Com, it lance, Indicating the Contractors intent to comply with the EDA requirement oof TO—percent minimum participation of Minority Business Enterprises (MOE). (g) Each proposal shall have a Bidders Certification indicating Contractors Proposed Affirmative Action Plan. (h) Bidder's Security: All bids shall have enclosed cash, a cashier's check, certified check or a bidder's bond, as described bs7ow, 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. (1) A Certificate of Nonse re Dred Facilitles must' be s t d} with bid. See (Division H Supplemental General Cond tions. (b) Contractor's Responsibility (Cant.) Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that Information is shown In the 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 i those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Maki-ng 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 31 responsibllity for subsurface conditions, end bidders must satisfy themselves through their own investigations as to the actual con- ditions to be encountered. (c) Res onsibllit for Utilities: As part of the responsibility stated n sub iv s on 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_cautianed 'that such utilities 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 plans 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 conslder that any discrepancies or conflict between drawings and specifications shall be governed by Supplemental General Conditions of these specifications. ()02-, 8-2 DIVISION B - INSTRUCTION TO BIDDERS The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal , and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BiDDERS (a) License: No bidder may bid on work of a kind for which 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. SECTION ;. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK (a) On-Site Labor: The Local Public Works Capital Development and Investment ogram l,ogislation administered by the. U.S. Department of Commerce/Economic Development Administration requires on-sits labor to begin w1'thln 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 Res onsibllit Tha bidders shall examine carefully the s to o t e 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 , pians, and specifications of the contract. 0OZ 3 DIVISION A - NOTICE TO CONTRACTOR (Cont.) Each bid to be considered responslbe shall be made on a bid form to be obtained at the Building Projects Office, $23 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 lS 43.000) dollars. The Contractor shall have an affirmative actlbn 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 Jamas R. Olsson County Clerk and Ex-Officio Clark of the Board of Supervisors' Contra Costa County, Cai,ifornis DATED: PUBLICATION DATES: 00272 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, oqu•lpment, transportation and services for: Office Building at Flood Control Site at 255 Glacier Drive. Martinez California. The estimated construction contract cost (Bask 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 t me 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 unupened. 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 ppre-bid conference will be held for all prospective bidders on 1Z October 1977 at 2:00 P.M. to Lourthouse, rtfnez. 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 Hain Street, Martinez, upon payment of a printing� and service charge in the amount of ten and 651100 ($10.65) dollars ( sales tax i nc uded), which amount sha 1 not be refundable. Checks 5hall be mads payable to the "County of Contra Costa," and shall be malted to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94$53. Technical questions regarding the contract documents should be directed to the Building Projects Divt�(y�avi Their telephone number is (415) 372-2146. V1LTl TABLE OF CONTENTS (continued) Division 12 Furnishings Page No. one in this Specification 80 Division 13 Special Contraction None in this Specification 81 Division 14 Conve in 5 stems Nana n t s pacification 92 Division 15 Mechanical Section 15A Plumbing 83,90 Section 15B Heating, Ventilating i Air Division 15 Electrical Conditioning 91-109 Section A 108-124 LIST OF DRAWINGS DRAWING NO. DESCRIPTION Al Site Plan A2 Floor Plan A3 Exterior Elevations A4 Door i Window Details AS Interior Elevations A6 Interior Elevations S1 General Notes and Typical Details S2 Foundation Plan & Roof Framing S3 Structural Sections S4 Structural Sections S5 Structural Sections P1 Plumbing Site Plan P2 Plumbing Floor Plan Ml Heating, ventilating & Air Conditioning Plan M2 HVAC Control Diagram E1 Electrical Site Plan E2 Lighting Power & Signal Floor Plans E3 Schedules 2 i 00270 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 Sect on A 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 Mason None n this Specification 22 Division 5 Metals ect on 5A Structural Stool 23-25 Section 5B Miscellaneous Metal 26-27 Division 6 CaKontEj act on A Rough Carpentry 28-32 Section 6B Finish Carpentry and Millwork 33-36 • Division 7 Thermal and Moisture Protection Section 7A TexturedRoofing 37-38 Section 7B Sheet Metal 39-40 Section 7C Building Insulation 41 Section 7D Caulking a Sealants 42-44 Division 8 Doors and Windows Section BA A uminum Doors and Frames 45 Section 81B 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 Specialtes Section i0A Miscellaneous Items 76-72 • Division 11 E ui ment None in t is Specification 79 00'469 I .�01 Ty COL.-- y�� , I ® COL.. { V . It/w II Raw r R -- i4. r l - R/w p;tA,L PROPERTY t A/w coL. 11 acccpTloN LP d �—count c ARap•wAIL FUAA W r 1 CDILG. LID HALL twe A�til«iY• -I rl4 ; 15 FOY _ I 01 1156 77A'--- , 1'1 P.S.C. 10 I Q 13 IG ' 17 e -� WoMth J_ MCN ' _� Camp. DE 1 10:4' q-8� I _°l� ou��. --Q�p- g-4° --- — l0.21 �'1 OPrXI bLDG. AT FL000 CONTROL uo. I _ AgntNoUM No• I = ADI - A N o T 1. INSTALL 14"4 CONDUIT tROM ►LL 7-7 FLEMEN-,-, of SY',TCOA TOTRAH•9MITTE•R AT MAIN hNTG.Y • 1. tbOK A7f;4INO T2ANy1AITTM WILL IbQ -Ttl PPOARD AT + 48" oR " nmtcTQo. 3. PHOTotLtcTAIC FJCAM To f0t AT +• W- . ra�To.elec. ROCLIVQO.(NIC) i 1 3411tCONDuL7 I ,' j � (TPICAL) I i 1 1 Ti - oa i r;XTtRIOR nR. gEAI�= ,==pwotoeLee.-4lNpQRrNlc� T �RrceP.COUNTOA I TRANCsMITTap.(NIC) i 1 g. I I-RPL-LL, AT SOTFIT AP700(04Ic) SURVICLANGF SYST- : ` L00R pL AN = OrOICI �L DG. AT rLOOD CONTAOL S1TE 72T No.dnnCNnUM NO I ADI-06: Glass & Glazin (Section 80, Materials, Paragraph 1) dd the fo lowing: "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 S1) 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 + h" PW against web W18 x 55 4 x 16 + 411 PW against web W18 x 60 4 x 16 + hII 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. ADI-08: Electrical (Sheet E1, 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 du lex receptacles, for alarm surveilance system (N.I.C.�, as shown on attached drawing marked A01-B. END OF ADDENDUM Attachments: a. 8y x 11 inch Drawing ADI-A, dated 10-21-77 b. 8� x 11 inch Drawing AD)-B, dated 10-21-77 Page 2 of 2 QUR�1 October 21, 1977 *7633 Public Works Department OCT Z5 42 AM'77 Contra Costa County Sixth Floor, Administration Building Martinez, California OFFICE BUILDING AT FLOOD CONTROL 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: ADI-01: Testing and Inspection (Section 18) Special Requirements: Delete and replace with the following: "The County shall pay for the costs of all first tests and special inspections required under this SecRion of Specifica- tions. The General Contractor shall pay for all retestin and/or reinspections made necessary by substandarst results ADI-02: Windows (Floor Plan Sheet A2) Add five (5) Type A windows at real property area per attached drawing marked ADI-A. ADI-03: Splash Blocks (Exter. Elevs. Sht. A3) Delete note requiring concrete splash block at each R.W.L. ADI-04: Reception Counter (Interior Elevs. Sht, AS) 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 ADI-A. ADI-05: Sound Insulated Walls (Floor Plan Sheet A2) Terminate wall at ceiling, overlay ceiling with sound insulation extending 24" each side of wall line. QU Page 1 of 2 6 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 (Bid 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 4 0026 SPECIFICATIONS C FOR OFFICE BUILDING k , 7 X119/ _ FLOOD CONTROL SITE ` s MARTINEZ CALIFORNI 1 a ' Ulel B.)AtU V.bU:2aY1'AAS 1;•. � ARCHITECT WILLIAM MINER MAGUIP °...." f 45 Quail Court € Walnut Creek, CA 94596 C -r` (415) 938-2984 �Y STRUCTURAL ENGINEER ��{ u LEONG/RAZZANO b ASSOCIATES " 15 Shattuck Square Berkeley, CA 94704 (415) 841-1441 MECHANICAL ENGINEER Y. PENRY 6 ASSOCIATES x �` 300 Village Squaree + r Orinda, CA 94563 � i, ' (415) 234-6950 t ELECTRICAL ENGINEER ;e ' y t. WHM, INC. - n 304 Village Square ff, a 6W Orinda, CA 94563 n § 11 3�i 4 xt v ys; (415) 2:4-1244 'f � �Ilaofllmed with 6oa{d prat PREPARED FOR VERNON L. CLINE, OIRECTOR PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY 3 SIXTH FLOOR F:DMINISTRA4'ION BUILDING (l 0 t},�6V MARTINEZ, CALIFORNIA 7fi i s' S "c! i5 eptember 19', 1977 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, 023 Main Street, Martinez, and must be nccompanled by a certified check, cashier's check, or bid bond In the amount of the ten percent (10t) of the base bid amount, mode 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 Suparvisors 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. 011son County Clerk and Ex-Officto Clerk of the Board of Supervisors' Contra Costa County, California DATED: SEP 2 7 1Q7f By N. Pous PUBLICATION DATESs Deputy Clerk t 000462 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 ail 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) j Is 1334,000. 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 dax of October 1977 at 2:00 P.M. , and will be opened in public immediately after and at t e time due, In the Conference Room of the Public Works Department, 6th Floor, Administration Building, Martinez, California, and there read and recorded. Any bid prbposals 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 Dave Iopment and investment Program Grant. On-site labor must begin by 14 November 1977, Are-bid conference will be hold for all prospective bidders on 1g October 1977 at 2:00 P.M. , in room lut Courthouse, MartiHez. The drawings and specifications may be examined at the Off tee of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martlnez. 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 Pubtic 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. 00' i I Miuofiimed with board order 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. 77/191 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 Yorks Director; and WHEREAS the Engineer's cost estimate for construction is $334,000, 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 an the environment and Director of Planning shall file a Notice of Determination with the County Clerk; IT =S BY TE SOARD 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 NEMS GAZETTE PASSED AND ADOPTED by the Board on September 27, 1977. Originator: P. W. Dept. Bldgs. 3 Grounds cc: Public Works Departmnt Agenda Clerk Building Projects County Inspector (-P/W) County Auditor-Controller County Administrator RESOLUTION NO, 77/791 OK60 PROGRAM EMIT 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 hatching funds to Contra Costa County for the 3 successive fiscal years ending ep r 30, 1978,shall' 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 . jj DH-MA-256 (4-77) 00 �9 0* • L� O G o c cs o �,� oa � a �? O L• r„ O L7 � % ' U �' I e^+ 'D � � AGI testi G O `Q c0k o +ss y tH d .4 .r1 U V yV� Sd+ U 4 L dcS O r, U A s 3 � ej t{ L+ NO 6 W U � O _ CS UN O G '� <ri O N C1 wt 0 0% © C�i� �G y N ay 0 CA tZ tMA q • a� `� 30 00 J Qom` a d 0 a CIZ r ,u o c� Sp is L 0U�S G t 3 Li FOS APPROVE POLO xf v L 001,< i County Coctra Cotta Date Auzust 277 777 Supplecent No. t: To Local Agency-Mate' Agreement tfo. 0L_ra2g PROGRAM OF Qmff ftm& AID SE:MNOW PMEM IN ZE 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 on loons 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 , SeDtenter 2 lg77 See copy attached). Contra Costa ty �cTitle W. N. Bog ges Approved for State Attest: J. R. OLSSON clerk By N. Pous, Deputy Clerk V3_r='y District Director of Transportation District 4 Department o Transportation DH-OLA-256 (4-77) 001125 ; Microfilmed with board order IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA In the matter of Supplement No. 4 ) of the County-State Master ) Agreement No. 04-5928, Federal ) RESOLUTION NO. 77/790 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 Beer Valley Road) and the accumulation of available balances from previous Federal- Aid Secondary (FAS) apportionments. PASSED by the Board on September 27, 1977. i _ F' r " } Originator: Public Works Department Road Design Division cc: Public Works Director CALTRANS County Auditor-Controller RESOLUT i Ok N0.771790 i i XH THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORICIA RESOLUTION NO. T7/Z89 In the Natter of Completion ) of improvements and declaring ) certain roads as County roads, ) Subdivision 3844, San Ramon Area ) ) The Public Works Directer 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, TEEREF08E, 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: p Subdivision Date of Agreement 3844 -Aeri 7n- ' Q76 Hartford Accident and Indemnity Company 5008046 rn (Fume of Performance Bond Carrier and Bond No.) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail Ilio. 135136 dated April 14,-1976-be RSPAIMED _L-3 for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown o and dedicated for public use on the map of Subdivision 3844 filed 0 July 10, 1973 in Book 159 of maps at page 1, Official Records of Q Contra Costa County, State of California, are accepted and declared to be County Roads of Contra Costa County: Eldorado Drive 20/50 0.13 Alamos Place 30/50 0.03 E1 Suyo Drive 36/56 0.28 Colima Avenue 36/56 0.10 Camarones Place 30/50 0.14 Santa Rosa Avenue 30/50 0.01 San Niguel Place 30/50 0.02 PASSED by the Board on September 27 , 19-ZZ-- Originating 9ZOriginating Department: Public Yorks Land Development Division cc: Public forks Director - Maintenance Recorder Public (Forks Director - LD Imperial Savings and Loan Assoc. 1849 Willow Pass Road lust Concord, CA 94520 (subdivider) t W. W. Dean & Associates P. 0. Box 5527 San Mateo, Ca. 94403 RESOLUTION. FO. 77/789 1':}1r.!. }�t:Cl)!'.11';1�'}�t:iiiA:: !:=�:.A?:-•: !.�' - _ :_ n. n -- TO CLERK, E0/will 0?` Zt o'clock i.. sur}:rl'ISOitS Contra Costa�Ccunty Recor:i J. R. OLSSO., Count. Rccor'cc-_ Fee S Oficial B!)-knD Ott^ S372rERVISORS, CONTRA COSTA CO:;:: ^Y, in ti•: Matter of Acceptir.0 and Gi.--;C ) RESOLUTIOi: OF ACTS?Ti: Lotice o' Cos`.plction of Contract i:it?i } z-*id 1cOTIC^ OP Cv::'I ,2 Ransome Company (C.C. 5-jC:.o, "ICij) Pro.iect No. 0961-4277-661-76 IMOLUTIO:: NO. 77/788 The Board of Supervisors of Contra Costa County HES0DFIES TIILT: 4•he County of Con=a Costa on May 16, 1977 contracted'with Ransome Company 4030 H Itar_e xna r.'a..:ess of COI: ac c j f cr shoulder widening and asphalt concrete overlay on f4araga Way hptwppn Overhill Road and_Glorietta Rn"1 yard in tp rinda area _ ith Insurance Company of North America Philadelphia ure , for work to be perfox-med on the C.ouadn of the Co-anty; and The Publi n Wor':.r. Direc ^•r re^.ar is i =a--i. uorl: 1,au b en i: _ - tcd ar:8 co-_alies Brie 2.__s-83 al _s, secial provisions, and z;tandard sD_c-ification s, and recti—ends its acceptance as co nlete i-s of August 25, 1977 Therefore, said F:Drl is aceB?=ed as cc_ylete3 on said date, and the Cler): shall file 1:i t''n the Coi:.aty Recorder_ a Cony of this Resolution a,-ld notice as a Notice of Completion for said contract. PASSED UID ;BOP-IED Oil September 27, 1977 CERT-I:-T.".TIJ:: and V"?1-1 CA=N Certify that t;~~:e _cremey_ _ a true and correct copy o: _ res!Iu- c iiPP ':d ac ..'«ta re 611}• ;.0=--�C e_,' ret0- ..'^.e =_ - C - on the abet vedate. `1 dee2''ry L:.^.^ter pena ty E ) :1'jIzzY 'Lhat the fore;;O-JnZ .... :_L'e and cor:Cct. - .. ??- 1973 J. R- GLSSO Zl cc—t- er'• : F. ;:cr tinramarLorais ex officio Cl - Lhe Board D�. Originator: Public Works Department, Construction Division (:on1 :1 i.�^,?'• )Ikll;Ili i^ 00253 A4.r._.- . }:..., 3�t;TQ:' :::�, -77/7°3 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter 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 12 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 Cleric of the Board By �ra�v Deputy PASSED on September 27, 1977 unanimously by Supervisors present. JDF:bc ORIG: Public Works - S.A.C. cc: Public Works Director (2) Administrator Auditor County Counsel City of Walnut Creek 0010 RESOLUTION NO. 77/787 3_'71 EXHIBIT "A" 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 8oik 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.3r3) at a point on a line parallel with and 40.20 feet southerly at right angles froom the centerline of Center Avenue as said centerline is shorn on a crap 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 fron 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.Q0 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 D.R. 348); thence along the westerly line of the said County parcel (6694 O.R. 348) north 1° 06' 57' east 69.69 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 89° 25' 50' west 145.56 feet; thence north 83° 10' 55" west 80.02 feet; thence south 88° 21' 58" west 71.59 feet to the wast line of the said County parcel (6694 O.R. 348); thence along said west line north 1° 05' =;" eas'_ 70.33 '--t =_ thepoint of bey-inning. Containing an area of 0.055 acres (2391 square feet) of land more or less. £eerings 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. 00110251 1 � >m $ v�uZi M 3 mc a Cm < ND z n m 0 r r _ m n z— 't 3 zM °zCL n Ln om mCv C cmLL m m tl1 D CL - 'M r r N -< --I Z m n m m m A O 3 v a Dr n zm m o '" 70CL OzLL � c m m �L!1 05 $ mC13 aI D CZt m a U1 D a r m rm �zm n m m -J --1 A Zm oN Ll o 3 0C tnD Z n m 00250 RECORDING REQUESTED BY f F .wo wwaw wamm r►Ia» H,. a11„I L J ria lai ftMlb O c:w a rww L J SPACE ABOVE THIS UNE FOR RECOROER^S USE Individual Grant Deed THIS FORM FURNISHED a,TIC.OM TIM 1NaURa m A.'N 1 C. IS•>�1 The undersigned grautor(s) dedare(s): Documentary transfer tar is S ( ) computed on full value of property conveyed.or ( ) computed an full value les value of liras and encumbrances remaining at time of sale. ( ) Unincorporated area: ( ) City of and FOR A VALUABLE CONSWUUTION,receipt of tvhi&is be eby aclos—ledged. CONTRA COSTA COUNTY, a political subdivision of the State of California hereby GRANr(S) to FIRST BAPTIST CHURCH, Pacheco the following described rd property in the unincorporated area of the County of Contra Costa ,State of California: FOR DESCRIPTION SEE EXHIBIT OAa ATTACHED HERETO AND MADE A PART HEREOF In Witness Whereof, said Public Body has caused its name and to be affixed hereto and this instrument to be executed by ig� "— and Clerk thereunto duly authorized oe Dated 3RA B - STATE OF C UFORMA Chairman, Board o ,S pervisors COUNTY OF Attest_ J. R. Olsson, Clerk Oa_ befee.e.the Ra&r. .i;-!,a Notary Public in and for said Stale pavusatt7'apps rel By• ��• L � Deputy tTarr L1 ct POW44 OWKV=W:clum t.c.t:7t.t.st s•:us kswswa to our I..t+ the prr.1- rhoH• two- srb.crib.d to the within ls✓A R R F AI rr c s i-trument and acknowledged that caressed Ilse sate. w,•rye I—.-n--! ..•:�.:= _.+1� n .w .� :, VCITNESS my tend ad official araC a,:a a. .>_._..:�r: o• - ,-. +=o ao:: aYl:t?,.4—7.tt a0.•'.'a'i�!_tR:.r>•� J' rY:a." S.:Y a'!!:%:t1 pIa L,CaaML ({r// r+r•a Wi'K-G 1r1: ts.ra W I11Nw,Ji sInR1t LLI! 3 E P 2-7.12ZZ � I. Title Order No --Y--crow or lwun S•, MAIL TAX STATEMENTS AS DIRECTED ABOVE w1crafilrned with board or Center Avenue P.oad flo. 3471 EXHIBIT "A" 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 9' 45' 32", 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 tangent to said curve south 4' 04' 27" west 30.58 feet to the southerly line of the said bounty 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 89' 25' 5n" west 145.56 feet; thence north 88' 10' 55" west 80.42 feet; thence south 88' 21' 58" west 71,59 feet to the west line or the said County parcel (6694 O.R. 348); thence along said west line north l' 46' 57" east 10.33 feet 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. i j} OU24� 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 N0. 77/786 (First Baptist Church, Pacheco) for Center ) ' Avenue - County Road No. 3471, Pacheco ) (S.8 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 of Center Avenue, Pacheco. CD 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 Way Contract with First Baptist Church, Pacheco, Y dated September 1, 1977, and approved concurrently by this Board pursuant to Streets and Highways Code 960.4. U r, This 2varc au:horizes and directs its Chairman to execute on behalf of the County, a grant dc=c conveying to First Baptist Church, Pacheco, the real property described in Exhibit "A" attached hereto and made a part hereof, and w directs the Clerk of the Board to deliver said deed upon compliance and performance a by the grantees of all the terms or conditions of their contract to be performed concurrently therewith. 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 2 7 1977 by this Board. Originator: Public Works Department (Real Property Division) cc: Recorder (via R/P) RBf,:as Oi3247 RESOLUTION 110. 77/786 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 NO. 77/785 District No. 5 - Port Costa ) WHEREAS, sewage treatment facilities serving Contra Costa County Sanitation District No. 5 are in violation of the provisions of the Federal (later Pollution Control Act amendments of 1972 (PL 92-500); and W EREAS, 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 RIEREAS, further annexations of property to District No. S will only increase District violations of PL 92-S00. 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. S Citizens' Advisory Committee (via P.W.) Local Agency Formation Commission Public Works Director Environmental Control County Administrator Director of Planning Ja=es Maguire RESOLUTIONN NO.77/785 iilail "TrQe Al'(2 rcquil,11, juaddon I,oxe3 Or pillhoMr, Of uppi sl7.cs shall U, Installed lil accPsnihle 10CiM011:.. Conduit S'.`�1 v ■ ia,ou,, shall bn, as Indicated on til*: drawhig', and rihall tonrcr,l to Oil 1-equine—ants of the tolrphano company. S?:CIiRl'IY r,YSTi'_; lliri.ng, aelvice imLry turd nmunfln;;, COnLlacLu: Lr, iuruiah ar.d inatnil all wwiriny, conduf.t, oLc, in co,u;calad areae in ncaL and worl•.mnnlilce ncune:, to conform in ;,cncral to InyouL• uhuwn and'notcd on drawLnC ShceL l:-2. All. shall extend to point of, connection Only of ucuaurn, Bends, and oLhcr cquir,jr,;enL t:iio•-!I and mnde ready and prepared for convenient future inntullal-ion of oquiy�=IL. 1:quipment 14.1.0. (Not in CO"tracL'). Refer to aupplier'a and manufncLurer'c rcr,.d.rc- _ mcnLs and recormndntionu of equipment actually selected and ptoposed for thin tori All wort: and mnterinla shalt conform with locnl and npplicnble codec including o31IA. CoordWate thin wdrlt with other trndes. 'i'oaL1.0g and all required adjustrcntr; shnll be made by insLallor of equipment, however, ndjuatmcnta duo to faulty wiring or any work and matariala inaLallad by contrnctor ahall be corrected at no Oxpanae to the owner, eAll low voltn{;a w1.rLnu to be 1.11 conduit. i e s e Q o ' 00; 45 ISA TESTS: Tests shall be conducted durinq the construction period to determine conformity with anplicablp 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. 0. Record ampere readings at mains of all nanelboards. Any phase unbalance in excess of lnx for three phase systems shall be corrected. C. Perform meqqer tests on all feeders. The minimum acceptable insulation value for feeder conductors is one meq-ohm. 1). Test all motors for proper operation and rotation. E. Test all Contractor furnished equipment for proper operation. F. Test Owner furnished equinment for proper operation. G. Prior to energizing the electrical system, the neutral circuit shall he checked for accidental qrounds. Any accidental grounds shall be corrected. s EXCAVATION A40 BACKFILL: A. Trenches for all underground conduit runs shall be excavated to depth shown on drawings. Where depths are not indicated, conduits shall he buried not less than :14" helow finished grade. Trenches shall be graded a minimum of 3" per inn feet away from buildings and toward exterior pull boxes, if any, for drainage. Any water encountered durinn excavation wnrk. for electrical trenches shall be removed and disposed of under this section of the work. 0. Dackfillinq shall be accnmplished usinq clean earth deposited in F" layers and aretted and tamped to produce nn" compaction. Fxist- inq finished areas whose surfaces must he cut for trenchinq nurpnses shall he restored to original finish and grade as directed and approved by the Architect. CONCRETE ENCLOSED ELECTRICAL FEFDERS: Concrete used for feeder envelones be ow grade shell Vive a ?R-da'y compressive strength of not less than 25nO psi. Concrete shall he allowed to sufficiently set before back- fillinq is commenced. 4 ® TELEPHONE cn!Irn11T SYSTEM: A. Ail telephone conduits shall he installed aiith long radius bends. 0. The total numher of bends het%ieen outlets and terminals, or between 4 two outlets, shall not exceed three. If a greater number of bends 00241 16A-14 C. All wiring shall he continuous from outlet to outlet, or from terminal to terminal. "io splices will he permitted in conduits. D. Splices in wires and cables shall utilize approvod type soldeeless connectors, In no rasa 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 "Ouicklahel" wraparound wire markers. n Where two or more conduits enter a single outlet mark each con- ductor with it's correspondinq circuit number. F. Color code all conductors. CONNECTIO3 OF IiFCHANiCAL F UiPMFNT_ Install and connect all motor sttartcrs`, connect a1T mntnrs and heating units and test motors for proper rotation. Verify exact sizes, types and locations of all motors furnished under other sections and ascertain nropar routing of electrical services throuqh walls, floors or ceilings, as the case may be. LIGHTING FIXTURES, A. Liohtfnq fixtures shall hp instailed plumb level, in straight lines, without distortion, and shall he clean. D. Pendant fixtures shall he provided with hall alignnrs, C. Recessed fixtures shalt he provided 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 nF FpNiPMF.NT AND CIRCUITS: Nameplates shall he provided to permanently identify PT'sw tc narrRs`, circuit breakers, panelboards. motor starters, relays, time switches and other cabinet mountedequipment 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 lass than 1/2" x 3". All motors and operating apparatus in Mechanical Rooms or in concealed spaces shall he identified with min. 1/2" stencil lettering in black or white paint. GROUiID111G: Except as otherwise specified, the complete electrical iastallaatTon, ineludinq the neutral eonductdr, metallic conduits and raceways, boxes, cabinets and equipment shall ire permanently and p� effectively grounded in accordance with all code requirements, whether ! or not such connections are specifically shown or specified. Ground conductor shall he Type TI•i wire installed in rigid conduit and ex- tended to a cold water line r,hich is not less than 1 1/4" iron pipe from point of qrnund connection to earth. Attach to cold water pipe 1# with T R R conduit hub and water pipe clamp. Ground resistance at any point shall not exceed 3 ohms. 1 ���•1�•3 16A-13 G. Electrical metallic tubing may be used in concealed locations above ■ grade, but not in concrete walls or floors. 11. Flexible conduit shall he used for connection of recessed lighting fixtures, motors, heating and ventilating and Plumbing equipment or locations where it is not practicable to use rigid conduit or electrical metallic tubing. In exterior locations or in wet or damn locations the flexible conduit shall he "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 noured 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 cnnduit, when allowed, shall he run parallel to, or at right angles to building lines and/or center lines of heams and columns. Exposed conduit vinrk shall he neat, of good appearance and free from irregularities and damage. INSTALLATION OF OUTLETS: w 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 viith 9/9" fixture studs. D. 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 mountino height of 82" unless otherwise noted nr indicated. Telephone and receptacle outlets shall be mounted at 12" above finished floor or 6" above tons of counters or in counter Splash, if nnted, or in a manner described on thn drawings. C. Generally, outlets shall he mounted on adjustable har hangers. 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 he, provided with plaster rings of proper depth to match wall finish. 11ISTALLATION nF 141RE ANn r.ADLFS: i A. No wire shall he pulled intn any portion of the conduit System until all construction work that might damage the wire has been completed. o♦ G. No mechanical means shall be used for pulling in wire without the permission of the Architect. 00242 16A-12 ■ EXECUTIOU: GENEPJIL: 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 I drawings. Where field conditions require indicated conduits to tie run exposed, annrovai of the Architect shall he secured prior to installation. The tem "conduit" ns used in this specification refers to rigid conduit and electrical metallic tuhinq. tia more than 3 bends for my 4ecnp.bone conduit between gutleLs or between outlets and telephone main acrvicL Ezcept es otherwise specified, Preparation, handlinq, and installation of products and materials furnished tinder this section shall he in accordance with manufacturer's instructions and technical data perti- nent to the Product specified and/or approved. IiISTALLATION OF MINIM A. Conduits shall he installed in a neat, workmanlike manner and in- stallation shall conform to the hest 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, ouliboxes shall be installed to facilitate the puliinq of �s conductors. Il, Ail conduit runs concealed above furred ceilings shall Ire installed to avoid conflict with lighting, heatinq and ventilating ducts and plumbing systems. Conduit in main room room shall he run in insulation above ceilinq. 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. U. Conduit terminations at cabinets And boxes shall he rigidly secured with lncknuts and insulated bushinqs. All conduit ends shall tie reamed after cutting and, if not secured to boxes or cabinets, shall be capped and protected during construction, E, Spare or Pmpty conduits shall he canned at dead ends and empty conduits shall have a lA gauge pullwire installed. F, Rigid steel conduit shall he used for ibterior feeders, sub-feeders, wiring in concrete wails and floors, underground and exposed work. ilhere riqid steel conduits are installed under floor slabs or undar- ground, thev must be enclosed in a 2" concrete envelone or covered with a protective coating of "Pabco Wrap" with threads and couplings covered with Scotch Tape. li 00"A1 16A•1 t i � Followinq this conditioninq and coatinn for increased resistance to corrosion, there shall he a gray, baked prime coat and two 1 coats of ANSI a49 medium gray enamel. 9utdnor enclosures, where specified, shall he qalvanized steel, pre-treated with Xylol and finished with baked blue-gray enamel. 1. Switchboard channel base shall he securely bolted to floor with ® heavy anchor holts. Align panel to true position. 8. Furnish lockouts for all distribution panel circuit breakers. eL. Disconnect Switches Shall be general purpose type., 600 volt, or groper size and rating, in NEMA 1 or NEMA 3 enclosure as required, with externally operable handle capable of being locked on or off. Switches shall be non- fused unless otherwise specified. Where fuses are to Ile provided, use Economy renewable delay type. Switches shall he as manufactured by Square. D Company, or approved equal. i1. Lighting Fixtures Shall be as specified on the dravrings, 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 by the Architect. Fixtures shall he wired with an approved type fixture wire. Ballasts for fluorescent fixtures shall he one nr two lamp IIPF as manufactured by Advance, Jefferson or approved enual. Ballasts shall incorporate a thermosettinq dry-fill and shall be protected by an automatic-resetting thermostatic tvne protector. Ballast thus nrntpcted shall he labeled "Class P" and shall he A CBM/ETL certified. Rapid start ballasts shall have an "A" sound ratinq. Lamps shall be as manufactured by General Electric Company, Sylvania, Westinghouse, or apprnvnd equal. Lamps selected for the project shall all be of one manufacture. 11. wireways and Gutters Wireways shall be built of not less than IS gauge galvanized sheet steel formed to size shown on the drawings and provided with 3/4" wide return for attachment of cover plates. Cover plates shall extend to outer edges of wireways. Adjacent plates shall fit with i close even joints. Cover plates shall he fastened to wireway return edges with evenly spaced cadmium plated machine screws in drilled and tapped holes. The interior surfaces of wireways and covers shall he given one coat of primps And one coat of rust-preventing paint. All exterior surfaces shall he given one primer coat and two finish ■ coats of ANSI son baked on qray enamel. 16A-10 n ,! Note: Ilrraker;: nut to be used ;u; ::alechcn. F. All wire ind cable shall he bundled with T r g TY-Rap series TU 525 and TY 535 bundle clamus. 7. Furnish lockouts for branch circuits where required by code. 8. All panels shall have spaces indicated equipped vilth provision for future irrrakers. 9. Panelboards shall he provided with typewritten circuit directories emounted under plastic in 611 x R" metal framo un intrrior surface of vanol door. Mach pnnelboard nhnll be l.nbeled. io. All panel bunning nirntl be Capper. .j K. Main Srtitchbnnrd Shall be as manufactured by Sylvania, or approved equal. Shop drawings are required. 1. Switchhoard shall Iravn provisions for patter company's current transformers and metering in accordance with porter co;apany re- quirements. P. Sti trhhoard shall be dead front, dead rear, free standing type complete with ail circuit breakers, switchc:, and accessories shm m on the dra+,)inns and conform to Standardized 11M.E.S.S.C. ■ design, or P.11.r•..S.R. design if acceptable to Powell company, shall bear 111. lahrl and shall comply with ail requirements of On sarvinq utility. 3. All bus sholl he copper rrith a current density value not in -- excess of login amperes per square inch crow section. 11orizon- tal bus for cross-bussing to adjacent snctions shall be lurated at the hack of the switchboard section an,[ wour►ted in a vertical edge-to-edge configuration. it shall be prepunchod to standard- ized dimensions in ampere capacities as specified. All joints shall be silver plated to assure maximum conductivity with a minimum temperature rise. Rus supports shall he of molded' e Sealtite havinq high impact strength, high arc resistance and low moisture absorption. All bus structures shall he braced as required to meet NEM Standards for a minimum of 313,00n RMS amperes short circuit current. e A. Cach circuit breaker shall he provided with a permanently attached engraved nameplate alU, sercwa. ■ G. Circuit breakers shall he 40 dngrens crnti!Irada ambient tompor- ature compensated. G. All hot and cold rolled steel parts shall be pre-treated by the gakite Cryscoat Process to provide an iron phosphate deposit of GQ to 90 milligrams per square foot of surface. 00239 lea-g ' 3. Thermal switches for fractional IIP motors shall be All RL-21 (surface mounted) or Ri.-71-f (flush muuntrd). 4. 1!eatherproo`r switches shall have Crouse-Ninds U5 116 covers or approved equal. ■ II. Receptacles Arrow-Hart, Ilubbrll, Sierra, or approved equal with ivory, brown or gray finish as selected by the Architect. 1. Duplex,, 20A, 125/, 3 wire, groundable-All 5762. !deathorproof recoptacles in exposed locations shall he in cast FS or FU boxes with Crouse-Hinds nS 136 threaded cap housing. I. novice, Plates 1, Sierra (S series smooth stainless stool) P ' 2. Telephone and signal system device plates shall have 3/81' diameter bushed hole. 3. for surface mounted sheet stool boxes use Appleton 0300 series box covers. ' J. Liahtinti and Rereptacle Panelboards Shall ha as manufactured by Sylvania, or approved equal. Shop drawings are required. 1. Branch circuit panelhoards shall be of the circuit breaker ■ type with nunbor and ratings of branch circuits as indicated on drawings. 2, Panels shall be arranged for service as shown on the drawings. 3. Circuit breakers shall be as called for on the drawings. ' A. Panel trims shall be,furnished for flush or surface mounting as nbted. Surface mounted pnnels and trims of flush mounted panels shill be finished with one coat of di-chromate metal primer and tyro coats of AiJSI No. 49 medium gray enamel. 5. Cabinets shall be provided O th stretcher-leveled steel doors ' of code gauge thickness with concealed butt hinges. Panel doors shall be single door construction %-dth corihination spring catch lack on inside edge of door trim. Locks on all panel- boards and switchboards shall he keyed alike. 00238 16A-o 1. Minimum conductor size shall be 1112 A1.1G. 2. Interior wiring shall be as folio;rs: ■ a. .ag AUG and smaller shall be solid copper type 71.1 or as noted. b. ;'G AVG and larger shall. bo stranded copper type 7111-1 or as noted on drawings. e 3. Color cod,- ed and smaller throughout. For 0 and larger use Brady phase color taqs at bores and other terminal points, E. Wirn and Cable ronnortors 5 1. T A, 3 one-piece type RP12, soli-insulated connector for 010 ' wire or smaller or 14111.1 Co. Scote11101 s. 2. For r,R and larger use T A, R compression connectors series 5A0M. ' 3. Splices 30n volts (phase to phaco) and bololi shall be insu- lated with trio layers of Okonite rubber tapo at 1/2 lap and two layers of Manson friction tape at t/7. lap. q. Splices abnva 3nO volts (please to phase) and up to 00 volts shall be insulated with one laypr of varnished cambric tape 1 1/2 times the thirlcness of the wire insulation and covered vif th two lavops of Okoni to rubhor tape at 1/2 lap and two layers of Manson friction tape at 1/2 lap. ■ S. Splices in wat or damp locations shall by covered with Clvo layers of Okaprene weather resistant tape at 1/2 lap, and two coats of Giyptol paint. F. Conduit Supports and Handers ' Y.indorf, Unistrut, or approved equal. G. Switches Arrow Hart, HuhbelI. Sierra, or approved equal, 20A, 125V to 277V rated for use on fluorescent and tungsten filament lamp loads. ivory, brawn or dray finish as selected by tho Architect. 1. SPST All 1991 2. Three way All 1993 Pilot lights for the above switches shall ho All T1376 with T-S-G G viatt lamp. 1 � 00237 IIA-? i such designation is to estahlish standards of desired quality and style and shall be the basis of the hid. ifaterials so specified shall be furnished under the contract, unless changed by mutual agreement. 11herP two or more designations are listed, choice shall be optional with the Contractor. PRODUCTS AND 14ATERIALS - SPECIFIC: A. Conduit i1. Rigid steel, full weight, threaded, hot dipped galvanized or sherardized. Conduit hushing shall be DZ type A or T k B series 2nD. Grounding bushings shall he T t, B series 3600 or OZ type IGO, 2. Electrical metallic tuhinq, hot dipped qalvanized or sheradized, connectors and couplings shall ha the compre,sinn typeset' screw type not acceptable. Connectors shall have insulated throat. i 3. Watertight flexible metallic conduit shall he "Sealtite" flexible conduit with T A B series 5331 connectors or equivalent by Appleton. 4. Minimum size conduit shall he 3/4' C. ' R. Outlet Boxes 1. Boxes for dry locations shall he one-piece, galvanized steel, minimum size A" square or octagonal x 1 1/2" deep. 2. Boxes for exterior use or in damp or wat locations shall be Crouse-Hinds Condulets, Appleton Unilets or Killark Adlets, complete with covers, neoprene gaskets and threaded hubs, G. Pull Boxes 1. .function and pull boxes shall he standard outlet boxes where. ever possible, otherwise code gauge galvanized 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. i D. Wire and Cable All wire and cable for secondarypower shall be new and shall con- form to latest requirements of N.E.C., shall meet ASTM specifica- tions and shall bear UL label. Conductors shall be soft drawn ca per with Ren y insulation as hereinafter specified. dire and cable shall be as manufactured by Rome Cable Company, General Electric Company or approved equal. i ��E , 16A-6 OU'23') 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 s delivered to the Architect in triplicate before final certificate of payment will he issued. U. At the time of occupancy, arrangements shall he madp for manufac- turer's renrpsentatives to instruct buildinq operating and mainte- nance personnel in the use of any equipment requiring operation and maintenance by building personnel. AS-11111LT DRAWINGS: A. At start of work, the Contractor shall he furnished one set of sepia transparencies of the drawings relative to this work. The responsi- bility of obtaining said sepias rests with the Contractor. 1 11. As -built drawings shall be prepared once each month, before nroqress pavmpnts 'shal`lhp approved, on a clean set of prints. As built drawinna shall show actual location and/or depth of burial of all equipment and material% so related to below floor or grade intallation. Final as-huilt drawings upon completion of the contractural work shall he on transnarancips, which shall show location and idpntificatinn of equipment, location of disconnect switches and size and location of conduits, Ptc., as built drawings shall he completed prior to acceptance of eloetricel work. TCHPORARY mun: A. Under this section include all labor and materials requisite to provide temporary power for lighting outlets, power outlets fnr 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 with the serving utility at an early date to provide facilities for temnorary power. If for any reason power is not available when needed, power shall hp provided by a gasoline or diesel engine generator at Contractor's expense until such time as ' utility company power is available. PRODUCTS AND 11WRIALS - cirNERAL: A. All materials shall I,p new, of the bestiquality for the purpose intended, and where applicable, shall conform to the requirements of Underwriters' Laboratories, Inc. and shall hear said Label. Except as othen•iise snocifipd, preparation, handling and instal- lation of materials furnished under this section shall he in accordance with manufacturers' instructions and technical data pertinent to the product specified and/or approved. ■ U. Where materials, equipment, apparatus, or other products are ' specified by manufacturer, brand namr, type or catalog number, 0023J 16A-5 SUOMITTAL. Atte SitnP DRAIMIGS: Within ?5 days after award of contract six f, copies of a complete submittal, consisting of catalog cuts or brochures of materials and shnp drawings of equipment proposed for use, ■ shall be 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 bound brochure form with covers and index. Loose leaf submittals will not be accepted. A. Submittals shall clearly indicate: 1 1, Tag, mark or number by which item is identified by contract documents. 2. Complete dimensional (lata and descriptive information. 3. Elevation views for complete representation. 4. Construction details and arrangement. S. Location and sizes of connections. b. nameplate legends. 7. Finish materials and colors. Q. SuhMIttals shall include: ' 1. Linhtino fixtures. 2. Electrical outlets and devices, ■ 3. Any materials or accessories related to the above, except of A general nature (piping, conduit, fittings, bolts, etc.). 4. slain switchboard (shop drawings). 6. Lighting and power panelhoards (shop drawings). 6. 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 w6rk might be affected by a change or substitution. ■ HAIMMIJAnCE AND t1PERATI IG inSTMICTIbi1S: ■ A. Upon completion of the work, furnish maintenance and operating instructions together with catalog cuts and service details of the ■ 16A-4 1 00231 ' doing work an the project as may be necessary for the proper com- pletion of the project. Refer to the architectural, mechanical, plumbinq, 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 be scheduled as to avoid any overlapping and con- flict and to effect such coordination as may he necessary for the building as a whole. PROTECTION Win U ANiNG. nurinn construction, protect all work frau theft or damage By accident or otherwise. Upon completionl 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 project site and leave site in a clean condition, satisfactory to the Architect. GUARAHTFE: All work and materials provided under this section shall be guaranteed free from defects in materials and workmanship for a period of one Year from the date of acceptance of the woo. upon notice, any such defects which develop durinq the stated period shall he promptly corrected to the satisfaction of the Architect and at no cost to the Owners. SUBST I TUT IONS: 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 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 he alternate to the original bid; shall he accompanied with complete descriptive (manufacturer, brand name, catalog number, etc.) and technical date for all items, shall indicate any addition or deduction to contract price. Proposals to furnish alternate materials and equip- ment shall he submitted with the original hid. ' C. (there such substitutions alter the desiqn 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. } Q. Acceptance or rejections of the proposed substitutions shall be 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 bear any extra cost of evaluating the equality of the materials and equipment to he installed. ' 1GA-3 ■ 01!233 Stubs and sleeves for future expansion. CODE REQIIIRE'SENTS: All wnrk shall lie 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. PFRHiTS AND FFES A. In qeneral the county will secure and pay fnr all utility fees associated with the utility connections of all electrical work on this project. This shall not, however, relieve thn contractor of coordinatinq his wnrk and nerforminq all work necessary for the complete electrical installation as shown on the drawings or further described in these specifications as related to utility company services. C. Provide properly signed "Crrtificates of Insnectlon" before work is accantad. VISIT TO SITE: Visit the project site, take requisitemeasurements, ■ and ver y 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. DRAWINGS: The electrical drawings, which constitute an integral part oris contract, shall serve as the working drawings. They indicate ' diagrammatically the general layout of the complete electrical system, including the arrangement of feeders, circuits, outlets, switches, controls, panelhoards, 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 be governed by actual field conditions. Review architectural, structural, mechanical and plumbinq drai,ings and adjust work to conform to all conditions indicated 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 an cc ompetent 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 COnPERATION WITH OTHER TMES: Cooperate fully with other trades 1fA-7 ■ r ' SUCTION I6A ELECTRICAL GENERAL C01MITIMIS: The general conditions, special conditions, and other contract documents, are complimentary and applicable to this section insofar as pertinent. SCOPE OF WORK: Furnish all labor, materials, apparatus, tools, equip- ment, transportation, temporary construction and special or occasional services as required to make a complete working installation of all 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 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 followinq items: A. Electrical service shall be as shown on the drawings. Main switchboard with provisions for Power Company's current transformers and metering. . ; Oranch circuit panalboards. Electrical feeders. tAll branch circuit wiring, 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 outlets for Telephone Company's telephone system. Conduit only for low voltage control wiring for 11VAC and Plumbing systems. As-built drawings. ■ 1bA-1 00231 Il!IAI'VITCr:_ lhr r,nntractnr'a attretion i,, w,;.!cl,rlly ralled to t!;r paragraph "G:nrral Gnmlitions' renardinn quarantfl •�, and the folly-.If-' The contrartor .hall quarnntee thr intim plunbinq sv,ter^ and anainst dnfjct� in matorial, 1-rnrLmanship, or failurn to frilln:I V drawinns or spacificntinns. fnr a n(-rind cf nrn vr''+r after final .+ ceptance, and shall mal•r± all nrlcnssary repair,;, rnplarnme,nts dt t+w rr+quest of. and to thn satisfaction of, the ^rrhitect. Inclu,!inn frr,. se.rvirinn of the, irlOpmr-nt furnished by t!+n r.c,ntractnr -•'ithin the, nr•,. year period. AS-UUlUr DRAWINGS: Must be current on a clean set of drawings. These wlrl be chocked at each payment period ,rnd the payment will not be apprnved if, the drawings are not currant. The drawings shall show depth of burin nd location from .r fixed location. 1 1 4s �t t d rt } t y 4Fl y s` 1 00230 1 t 11 l ■ sence of thq enQlneer, and tests shall he reneatnd after repairs are made until satisfactory test is obtained. Should and niece of apparatus or anv materials or work fail in anv of these tests, it shall he immediately removed and shall he replaced by perfect materials. STERILi7ATI/W A. All water lines, fittinns and valves and connections must he sterilized after installation. The followinn method shall he used and performed by a recognized testing laboratory. After all lines are installed, tested and made tlnht. a mt.- tune of chlorine gas and rAter shall he slowly introduced into the pipe as a small amount of water is withdrawn from the end of each line or branch. After t1w lines have been completely filled with the treated water they shall he left under full pressure for 8 hours, during which period all valves shall be nnem-.1 and shut several times. D. The concentration of chlorine must be fiftv (qn) parts in one million and this concentration shall he maintained throughtnut the n hour Period. After completion of the 11 hnur period the lines shAil tin flushed with clean water so that the concentration of chlorine will not exceed two (7) parts in one (1) million. 111111MIlM P.F,AI1IRC4EpTS FnR MIMI._ACCEPTANC.f: A. Prepare, or have prepared, the foltowinq dncuments for use by the owner: 1. Three copies of maintenance, and parts lists includinq exploded views for all equipment furnished. P. Certificate of sterilization of water ninino as prepared by laboratory. 3. Complete set of "As-nuilt" drawings dimentioned on a reproduceal-lo tracing. The As-nuilt drawings rmist he current on a clean set of drawinns. These, will he checked at each pavment period and the pavme.nt will not he approved if the drawinns are not current. The dray+legs shall show depth of burial and location from a fixed location. A. There shall be a valvp Schedule shnwinn use. t1.n. or N.C. posted in a frame under glass as directed by County. Each valve, shall have n number or a 1.114" round brass taq secured with brass chain Onvivin A,A. or II.C. 11. Furnish owner with all >Pys, valve wrenchel, cleanout wrenches, etc.. necessary to operate all enuipmpnt. C. All piping accessories, equipment, fixtures and trim shall Ile clean. factory finishes restored where damaged, and all equipment in operation ready for demonstrations. All debris shall he removed from site. n. Plumbing contractor or his qualified representative shall he present during inspection. 1511-11 Connections between copper and steel shall he CPCO dielectric unions or couplings, or equal in quality and utility, All hot and cold water piping shall he type L copper tuhinq above grade and type X 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 adaptor 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 coverinq or enclosing pipe lines. Tests shall conform nr to local code requirements, but in no case less than the follow- ing: Min. test ttin. test Method Systemrep ssure period� of test Waste and vent As required by lncal huildint) dept. Domestic hot 4 cold water ISO PSIq 6n min. hydrostatic Waste and vent in feet d hrs. hydrostatic. ii. This contractor shall test any portion of the installation as may �j be required by the Architect to determine specification compliance. Ej C. tine test on the comnleto 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- i 150-1Q 00228 r it Vertical Pipe f;isers - supported wi th PC-770. isolators - install ?715 or P716 isolators at all hangers and clamps supporting bare copper pipe and tubing. c� PPOTCCTIY!' rOATINC: Protect all steel piping installed underground !•iit,h YopjiPr's po,711-11 primer and i!o. 70-11 enarr:.1, or equal in quality and utility. Aoply' bpi the spinning nr�tlrnd to a thickness of 3/37," and wrap with 1!>-nound coal tar saturated nshestos felt while enannl is hot. Coat and wrap fittings and field joints with same :m terial to providr_ equal protection. Conoral !lrguiremnnts - fixtures shall be as shor-m iii-tie drari{iigs, cmm�lc+Le as desr.ribnd in rnanufaclurm•'s catalog unless modified herein. See drawings for locntions, qui!ttitins, fixtures, OW millers, and sizes of connections. i.namelwar•r, shall have "Acid Resisting Enamel". Fixtures shall be factory drilled specifically for trim and supports reouired. as faucet holp covers, etc., will not thr, arcepted. 11.STAI.I.AT1'1'I Or Ptpl_m: A. General Rprfuirem pts - contractor shall install all piping so that a minimum of space is occupied, furnishinn all necessary fittings ' and offsets. Snares providers in the design of the building for inst,iilatinn of 1nechnnirAl worst shall he utilirod and the con- trartor shall Prep all pipe within the furring lines established on the archit�rturai drawings, miles, pipes aro drown exposed. ' Should ariditional spar•n he required, it shall tin arranged for by the contractor in proem- time to prevent unnecemiry cutting. The contractor shall do all cutting necnssary to his work and shall matte all repairs. 0. Sleeves shall be. installrid wherever nipes pass through floors, walls and partitions. Slenves shall he 1" larger in diametel• ' and concentric with pipe. Ilhe.re nipps ge through fittings sheeves shall he "Adjust-O-Crete", or equal in quality and utility. All pines passing through sleeves undp.rground and/or slake or t grade. :hall have clearance caulkers with onkonr and mastic sealed to make watertinht. Chrome, cover the slemv, opr.,nings And inside diameter to fit snug arnuncl pine passing through finished floors, walls and ceilings. C. Oomestir hater Pining - run generally level, free from traps or unnecessary bonrls. Arrange and valve to provide complete drain- ' age and Control of each system, install all piping as to avoid undesirable noise from crater flow cider oporatinq conditions, All pipe sizes given are nominal inside diameter sizes unless othemisp, not^d. Provide 12" capped air chambers on each fixture i connection not havinq shock absorber. There shall ho a unian at each valve or PnOnmmrt. There shall he a dielectric union at each location there is dissimilar metals: Provide escutchens at all locations where, pipes pass thru finished surfaces. 159-9 00221 SC. Interior tint Slater 3/n" - All Interior hot watrrr. hot ,•tater re- circuTatinn.and tompert!d lines shall be insulated O th Fiberglas Sectional and Lnvt Pressure Pine insulatinn. Insulation shall be applied to the pint, faith side and end ,joints t>uti(,rf tinthtly. The factory annlierl ranvas jacket shall he, nast-I smnothly at lonni- tudinal and circumferential Joints. Ali fittings shalI.tie Insu lated rtith Fenco All-purnose Content to a thickness flush with ar13oinino insulation and finished with a light-weight canvas securply pasted in place. PIPC IIAiIGCRS Alin ACCCSVIR1CS: Sunprstrut as folloats: A. Individually Suspended piping - shall be sunpnrted h OC-71.1 or C-713 hangers, cnmploto lvith 411-10+1 all thread rod. <-713 hangers to he tired Shan nine is suttjnct to stinitt mavpmpnt due to thermal expansion. Pipe hangers to he manufacturod of i" minimum width steel. U. Trapeze susnnn,inn - for three or more nipn, in the same plane. M. Superstrut 1 5/9" ttidth channel of a sire suitable for load, in accordance with manufacturers puhlished load ratings. :In de- flection to exceed I/Iln of a span. C. Trannze sunportinq rods - shall he of a diame.tor sufficient to support the load with safety factor of 5. hods shall ho securely anchored to the building structure. 1). Pitta strans - to attach pipe. to channel, steal I ito 117112 for stand-^t,1 IN pipe, O'll for cnpnnr. F. Size - where insulatinn is r(snuireil, NC-711 pipe hanw rs !,401 Lr sizal to allmo pipe .insulatinn to pass continuously thr)ugh thn hanger. *702 and 97n1 pipe straps shall her furnished with «715 and 471F isolators, to allow insulation to butt to nine strap. OC-713 hangers may be attachad dirnctiy to pipe. insulate over hanger. PSpn Size Rod Siz(, ' 2" and smaller 3/fl" 1!"" to 5" 1/2" b" to V F. Hangers Spacinn - all horizontal piping,(other than soil pint))- shall he sunported with hangars spaced at maximum canters as liste.l helow. :tom. Pipe Size 1/2 3/4 1 1 1/2 ° y 1/2 3 4 5 C 'lax. Spacinn Ft. 5' S' 7' n' in, .11' 1?' 14' lf' 17' Soil Pipe: 5'-0`' an center maximum; 1 at each bell minitaum. • 1 151 00225 Type` Size Red-White No. Gate 3" and smaller 206 Gate A" and larger 206 Globe 2 1/7" and smaller 211 Globe 3" and larger 711 ' Check 2 1/2" and smaller 7311 Check 3" and larger 231 ACCESS PANELS: This Contractor shall furnish access panels where shown on tl�e"-3rawings or required for access to shut-off valves, shock absorbers and other nlumbinn items concealed in walls or ceilings, d M whether indicated on drawings or not. Access naneis shall be Inland Steel Products Comnany "rancor" or approved equal, complete with Corbin locks with BLL-7 key. ' 111SULAT ION: A. interior Cold Water Lincs 1J 2" - All interior concealed All• F. or above cola Water lines except sprinkler fire lines shall be in- sulated with Fiberglas Sectional Low Pressure Pipe Insulation with the factory anplied vanor harrier. Insulation shall he ' applied to the pipe with side and end joints hutted tightly. The factory annlied vapor harrier shalt be adhered smoothly and securely over all end joints with a vapor harrier adhesive to insure a continuous vanor harrier. ' 11. All fittings shall be insulated with Aerocar tightly wrapped and covered with a thin coat of insulation cement to a thickness flush with adjoining insulation. After the cement is thornunhly dry, ' all fittings shall he coated with a 1/8-inch thick ►•let coat of Oenjamin Foster C-1 mastic or anproved 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. 4 1/ 1511=7 00225 iGSTE WID VEOT PIPING: A. All underground waste and vent piping - service freight, cast iron sail pipe and iittings. U. baste piping 3" and larger - service weight soil pipe fittings or type M capper. C. haste piping 2" and smaller - standard weight galvanized steel pipe with cast iron (Durham) drainage fittings. D. Vent piping 3" and larger - service %night soil pipe and fittings, or type M copper. C. Vent piping 2 1l2" and smaller - standard freight galvanized steel ' pipe with cast iron (Durham) drainage fittings, or type M copper. F. Vent through roof shall be flashad with four-pound lead flachinp with flanges extended 10" an all sides of pipe. Counterflash all vents with "Mechanically Designed Products Company" cast iron ring. RATER PIPING: A. All above ground blot and cold water piping shall be type 1. hard drawn droxidimd copper tubing wlth brought copper fittings laado up with 95-5 solder. Screwed connections shall be laado With I.P.S. red brass fittings. B. All underground piping shall be type K copper. VALVES: A. Goto, glean, angle and check valves for crater piping sliall be Red-White, or equal. Valves for copper tubing shall have I.P.S. threads with adapters union ends. Solder valves are not acceptable. Note: 'i'hare shall he a univa at each vaive and at: ench like item. All equipment nhail havo unimis to disconnect all tiquipmunt. f • l sn-c proprr con-Aidation or that tHalit rause. ,u!s�riurnt sr.ttlrsnerrt. It shall he cnmpacte•1 thorout1hly by tanpinq in layers. H. kestore and/nr replace paving, curbing, side•ra11:5, )uttt!r,, shruhl,ery fences, sod ar other distirr1r4 surface or striacturn to A condition equal to that hofore wn O beninn, and to the sit(,,- faction of the 4rchitart. In rgstorinq fiaprovgd surfare. complety new pavement is required. I. All dirt, ruhhlsli and excess earth from excavation shall '.e r hauler' to a damn prnvidi�d by the contractor, and the construction site shall be left clean, to thp satisfaction of the Architect, PUT: A. Grass Pine: shall hp made to conform to A.S.A. S!ncificatinns. 1147.1, latest clition. it. Steel Hips: ,hall conform to A.S.T."t. standard +'.-1°^. pipe shall hq Schedule 44 except as othoniise sner.ifierl, black or galvanized as specified hereinafter. r,. Copper Tuhinq: shall conform to A.S.A. Specification 11-7511 late!t edition, and shall he Tvpe 1. or K as specified hereinafter. n, Cast Iron: shalt he snrvire wpigbt A.S.A. W,i, American P.rasa % Iron Foundry or hqual. hell and spinot with lead and oakum Joints. Clav pipe shall he Bell and Spiqot snap seal or ental. lit hw. not acceptahiq. FITi11M.S: A. 'ialleahle Iron Fittings: Crane nr waltirorth, 154 or 344 pound fittinns threaded, with flat hands, galvanised or black as here- inafter specified. il, !anions: rranr, Ito. SO or Waltrorth 'lo. 771r for stes.l piping 7" size and smaller. ilpl,lino flanges or standard cast iron flanged unions fnr steel pining 2 1/2" and larger. C. Flange 11olts and gaskets: Cranite 1/16" ashestns sheet nacking coated A tb thread lubricant when being installed. Flange bolts shall he open hearth steel, with square heads and hexagonal nuts. Q. Copper Fittinqs: includinq type M piaste and vent pipinq shall hr Mueller "streamline" wrought cngper fitiN nns and ground joint unions, ,Joints mane with n5-5 solder. F. brass Fittinqs: 125 pound standard bronze alloy, screwed. ■ 1 00223 aR �1(11`Ar,f AT) SKIP: Provi h all trrtrnrary stera,I+' trrl sr;�p roro�s tilts* W liwf'tie retjufreil t tilts site of the, lotr for tie safe aa"r proper storage rnf tools, materials, etc. lhese rommn shall I.n constructed nnly in the locations apprnved by the Architect and crust in noviav interfere with the pruner installation anti cennletion of ether tiort., and shall ho rpmnvp(l fly the Cnntractor at his rn-m rr.nnnsn -within Ulm bays after having been notified by the Architect that such tetroval is necessary. IfITERPt?IrTATMll )P !)RA_11IMS_ A. The drawings are di-iorarzatic anti estal lislt tilt, panoral rc{iulrr- ments of the work, the sizes of memhnrs and tilt- relations of pall. Before laying rnft nr installing any work, refer to the nenprai drawfnas (inciudinn structural, heatinf anti ventilatinn, plectri• ' cal), fnr cnnditinns and dimensinns, and tale all necessary measurements at tilt- huilding. il. If am" part of the plans lir thpse specifications miv not a:;poar clear lir definite, apply to the Architect for his interprotatio,i and Instructinnc, nn nnt nroreed with tl:e t"orl, aff-Joel until clarifiratfon is ohtainnn from the Architect. �► iIISPECTiOn OF IPPY: A. All uorl: and materials covered by these spc"cificati:ns shall ix subjrtr.t to inspertinn at all tines by the lirrhitoct and lift autlinrizr-d represontalivns, ■ i1, "c► lint cover or inclose anv wort hrfurt: all ra--iolred impt;,-Jinn" Alit! tests. Any vloO prrinaturrly sins"til in shall ht" ranplphud fill inspection. nnstor.,tion of all wort. (,,trui.tural and finishf�tl) a damagni thernhv shall lin mach by the Contractor t,-ithnit extra compensation therefor. 11711.ITIri: Comely with anplicoble rule. of lrca) uti)it' cumpaltila firrni–OW9 service. Vitrify locations of existinn utilities. t"e, ennnectett at ar", time 1:44t. host sere,�s the convenience of 'the th+ht-I ALIG't*ONT Arta rMN),," 9F OVInFRe,?nt1t"s P1P,F: R, Ali pipe shall he lairs to'tilt!»reguirod tin^s and gradus. fittin+rs and valve: shall he at the rfkluired lncatinn" an.1 lit; ' joints centered spignt5 homy and all valve stems plum". I% Tau+porar.v sunpnrt, a•ienu.atp nrntpc.tion aw! maintprrtnce of 111 ani-rtimund in.1 e,urfitre Utility strurturos, drains, fie."u'r", and other eh,truciit-ns encountered in tilt, nrogr.?,s of tite wort shall • be furnishad Iw the Cnntractor at his nwn exponsp ander tilt- directinn of Ute lrchitect. 00222 t v,1n!'Ar~r A'!b SH111); Provido all temnnrary storann arrt roons that fiiay"t,c requSre+1 at the site of tho tell for the, safe aryl proper storage of tools, materials, etc. These row; shall he cnnstrurted only it the locations Apprnvod by the. Architnct anti rust in no wAv Interfere with the proner installatinn and cemnlntion of ether ararl„ and shall hp remnved by the Contractor at his rrrn ernen,n within tfrrr days after having heen notified ;,y the Architect that such removal is necessary. IIITERPPI-TAT1n11 '►F !MA'111_rS: A. The dravrinns are diacirammatic and estat.li4h the peneral rtsluirr- ments of the work, the sizes of memhers and the rnlatinna of pact- Ilefore laying out or installing any worl:, refer to the•ri^neral driiviinns (incluriinq structural, heatinn And vnntilatinn, elactri cal), for eonditinns and dimensions, and tape all nrtess,ary measurements at the, h,rildinq. R. if anv Dart of the plans or these specifications nav not a;,pear clear or definite, apply to the Architect for his intcrl+rritatio'i and instruetinna. nn not nrnceed with tt;e vork affe':te,l until clarification is ohtainpd from the Architect. �- if1SPECTi0111 OF VnRr: A. All +uorl, and materials covered by these slaeeifirati,ws shall I,r suhjer.t to inspertion 0 ,all time% lav the Prr,hitnct and his authorirr:d represpntativns. 11, no not cover or enclose+ ,any wnrl before all ro+auired Wu p,;.tinnv and tests, Any work prematurely O wid in iha11 he raupni,cd fns inspection. Restoration of all v,orl. (strurtural in It finishrrd) damagni thcrahv shall he made. try the Contractor without extra componsation thornfor. ' 11TILITir: comm y with applicable rule, of local utility cumpauiur. fiiFM*1iing service. vnrM. locations of existinn utilities. hn connecter! at wt time that belt serves t+tie convenience, of tin 11pnr+ "t.IG'yttFNT nqn rnAN.* 4F rl!!nrRr;R11111!a PIPE: 1.^ All pipe shall _io `laitt to the.requireri ]Ws and grarivi. 17ittinns and valve' shall he at the rdquirod locatinnt, anA oit', ' jnints rnnteror; spigots home and all valve steals plump. C. Temportr;: sunport, a1rauitp nrntection ind mainternancp of all tund-rgrnumi awl surf-are utility structures, drains, iprwr,, and nth,r nh,tructir-m encountered in th,, prone-,ss of the worl shall • be, furnished by the Contractor at his nvm cxpnnse andnr the direction of the lrchitect. 1's, 00221 A 'Igl!K IMT TgfLUofn: Thr following items, relate,l to the wnrk undrr this heading, am incluAprl under the section Indicated or are not includnH in the contract. A. r.lectrical work, U. Painting, unless specifically required, shall he dontl as specified under "Painting" section of the specifications. C. Architectural, sheet m'tal. MATERIALS: 'lithin thirty-five days (35) after thr award of the cors- tract, sjbmit to the Architect for approval five conitS of A complete list of materials and equipment proposed for use, includinn etanuf- acturers' names, catalog numbers and published data, For proposed substitutions include sufficient infoniatinn to npnnit judgement of equality with the items Snnciflnri, Suhstltutions of items which, In the opinion of the Architnrt, are equal in quality and utility to those specified, will he permitted, provided nnrmissinn for Such substibitinn is issued by the Arr.hitert in writing. Install no equipment or naterials without thn Architect's consent. The. Arch- iteet may require, the, rpmnval and/or replaeemnnt of any unapproved materials or eguipnnnt installed without change in contract price. RULES ACD R101_LATM115: All word and material,, shall hp in full ac- corcance with th'c+lat�St rules and regulations of the State Fire. 'iarshal, the Safety grdgrs of the M visinn of industrial Safety, the Nationai firctric Code, the Occupational Safety and health Act, the. , Uniform Plumbing rode, published by the Nestern Pluml:inq (lfficials' Association, Local 'Ititity Company, •later rlistrict and Sanitary District, Department of Public Works and other applicable State last, or rnqulations. Nothing in these plans or specifications shall N.- construed pconstrued as permittinn wf)0 not ennforminq to these-coder— PERMITS hese codes.PERRMITS Win FFFs: In general the county will secure and pav for all Itility for, l associate wftli the Iitility of all plumbing work on this Protect. This shill nn;. however, relieve the Contractor of conrdinatinq his work and perf6rminq ail wirl necessary for the complete plumbing installation as shown on the drawings or furruor described in these specifications rplatpd to 1Itility Companv Service. VISIT To SITE: Visit the site of the building, take measurements and obtain such other informatinn as may he necessary for bidding. No € allouance will he made for any failure on the part of the bidder to fAmiliariie himself with the extent of the ovrk, or the circumstancrs under which work is not to he donn. 5I1PERVISI0:i AND 4nRNANSHIP: Constantly Supervise the work and as far as possible, keep i same foreman and vorl:mnn on the vrork from commencement to completion. The workmanship of the entire job must _ be in every way first class, and only experienced and,competent workmen will he allowed no the job. 15L-. O0220 © Idontarabay Recreation Center I� SECTIM I5B PI.!P1UItiG GENERAL CQHDITIO;IS, The General Conditions. Supplementary General + ConaftTons and_9p_ecial Conditions apply to work, of this section. SCOPE OF WORK! 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 vork the procurement and installation of all equipment, materials and devices, and the furnishinq of all labor, transportation, tools and service necessary thereto. D. All work and materials shall be in full accordance with the latest rules and requlations of the Fire Marshal, the. Safety Orders of the. Division of Industrial Safety. occupational Safety and Health Act, the local pit1wing code, inglicable laws or req- ulations. rlothinq in these plans or specificatinns is to Ile con- strued as permittinn work not conforminq to these codes. The forenoina shall be construed as minimum requirements; where 1 drawings or specifications require quality in excess of these requirements the drawings and/or specifications shall govern. C. Hajor work included in this section is; 1. Complete system of snnitary waste and vent piping, includinq all connections. 2. Complete system of hot and cold water pipina, including all ■ connections. ' 3. Plumbinq fixtures, supports and trim, floor drains, traps. access panels, etc., as required or as indicated. ' A. 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. L F, Complete system of raimiat,i 1-a lers incluAinq all cnnnoctigns. 00219 1 175 2. Mr:taria Is: it. Time Clock: pnrngon No. 7217-0 or equal, 7-day program clock with spring carry-over. b. By-pass Timer: Mark-Time No. 90.002, spring wound 0-12 hours interval timer. c. Wiring: In necordnnce with Section "Blectric Work" of those specifi- cations and color-coded. d. Control Panels: Cnbinat-type with hinged, locked door and baked enamel finish. Wiring shall be neatly routed and tied. 3. installation: The temperature controls, control wiring and rccessorie+{ shall be installed by control manufacturer. Motorised dampers, valves rand 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, ate.) located In play areas, locker rooms and other hazardous locations shall have metal grille protective covers securely affixed to the construction. 11. Testing and balancin►c: 1. Air Supply and Distribution Systems: es p. Fans shall be operated for sufficient time to adjust air distribatlon system. After nir distribution is adjusted to conform with drrwings, static pressure, rpm and ampere readings shall be taken for all f.vrs and motors. b. The complete system and/or systems shall be operated for one d:ry .ind temperature control system sholl be chocked for proper operating ,nd satisfactory operation of the system shall be demonstrated. c. Three copies of final toots and prior tests shall be submitted to the architect for approval, Toot forms shall conform to Associated Air Balance Standards. After approval of the systems, nil filters oh.ill be replaced or clanned, d. Test records ahall 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, 1 Ampere readings for all motors. ® Static pressure readings at auction and discharge of all fans. Rpm readings for all fans. ■ 00218 15A-5 ■ 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 slinll be-labeled with 1/2 inch lettere FIRE DAMPER. (3) MultLblade Volume Dampers: American Warming Co., or AFFCO or equal, Type P-IB opposed hinds with oil impregnated bearings and welded steel channel frame. (4) Damper llardwnre: Ventfabrics or equal, No. 641 and 677 sell- locking regulators. (5) louvers: Air-O-Lite or American Warming Co., or equal, typo on indicated. c. Flexible Connections: Ventfabrics "Vontglas" or equal, neoprene coated glass fabric. d. Inlets - Outlets: (1) Registers: Barber-Colman or equal, Model CMA-CVOL with damper and removable core. as (2) Return CrLilos: AgLtaLr or Barber-Colman or equal Model CER, fixed fin type. a. Turning Vanes: Barber-Colman air turns. ■ f, insulation: All toilet room exhaust ducts, all supply ducts, all ruturn ducts within 15 fact of return grille and ducts whore noted on the drawings, shall be lined with Johne-Manvillo or equal, l" thick 1-1/2 PCF (K -.25) MLcrolito liner. Application and finish shall be In accord- anca with SMACNA application standards. G. Controls: 1. Scope: n. The control manufacturer shall furnish and install a complete system and/or systems of automatic temperature controls. Barber-Colman control equipment is listed as standard. b. System shall include time clocks, bypass switches, control panels, relays, thermostats, auxiliary awItctes, transformers, control uperetors 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 operation sequence. A complete control diagram including interlock wiring and ■ operation sequence shall be submitted for approval. ' O0217 15%,3 ■ 175 ' L. Air 11nndlint; L,,Hrimr•nt•: 1. Scope: Includes all electric hentiug coils, air handling units., exhaucl_ fans, supply fans, filters and appurtenances. Size and capacity a9 indL- cated on the drawings. 2. Dans: All fans shall be rated and rested in accordance with ANCA require- mento. oilers shall be extended to accessible locntiona. Enclosures rad housing shall have access doors for bearingo, coils, impellers, drives, filters and tackometar readings. 9. Drives: n, linless Lndicitted otherwise, all fann nitnll linvo 110 bolt drives rnLr-d j not leas than 1-1/2 Limon motor horsepower. J b. Balt guards ahall comply with Stnta and local ragulntions. Bolt ru^rds shall have 16 gaga expanded metal or wiro fronto with at leant 70% free wren and tnelcometer holes. Also provide expanded tnet'n1 or sol.ie! ::1cLo1 backs for guards por OSHA requirements. c. Motors shall be provided with ndjuntahlo pitch motor ahenves with n10- point of the adjustable rangu equal Cu Clio opecificd roquircnent or i r. d. After tenth have been performed on ventilation nyntem, or no coon rc arcartainnble, contractor will be required Co mnko without cost onr change in Cho size of Lho shone., if required, to obtain Lite requlrcd air quanticlos. a. Stntic proacuran gLvon on drawings and allowance for duet lessen rc approximate. Contractor shall test Cann and malie any uoccasc-ti c;: in Can drive to secure required air qunatiticu. i 4. Vibration Eliminntaro: I.1Lminatorn for fawn and equipment shall be r,-.t, for ono inch deflection and shall ba no manufncturad by Vibration I:1Im c• star Co., Korfund Cu., or Kinetics Co, Eliminators shall to:.et st...to o;I h- quake requirements. 5. lienting CoLl: Ul. listed 'hinrver" or equal electric duct lienar %lith t71, listed contractor and limit controls. Capncit:y as LndLeated. G. Cabi.nat Fann (Blower 11nit);. Shall be Now York Itlower, Jnuitroi or equ^i. e forward curved centrifugal Can. Units complato w hit Lnsulatod houcin;; .oal filter section. 7. EXbausL Fans: Jann-ALr or equal, cabinot typo coiling mounted fans. F. Aix Dintribution Sv::tcm: 1. Scope: Includes all duct work, air outlets, relief vents, vcnti.latorr, louvers and accessories. Finials as selected. j2. Materials: n. Duct work galvanized sheet metal gages, construction and methods nC bracing shall be in accordance with latest edition of ASIIIIAI; Caidu, y 71 GrinH 1911 HEATING AND VENTItAl'IHG The general conditions, special conditions, and other contract docwnents :ire compll- mentary -nd -jpplicable to this section insofar as pertinent. A. Scone of Work: 1. Wnrk Included: All labor, material and service required to furnish and install complete operating systems no hereinafter specified, including but not limited to: (1) Air Handling Equipment. (2) Controls. (1) Air bistribution.Systom. (4) Insulation. (5) Testing and Balancing. 2. Related Work in Other Sections: (1) EIectrical B. Standards Applicable Spoc fical' ons: ( ). B.^ch item of equipment (including controls) shall be tits product of r manufacturar who has for it period of not less than five (5) years been successfully mtnufccturing the specified equipment and who, during the period, has published n nationally distributed catalog. Where wo at* more units of the same class of equipment are required, 'those units shell be products of a single manufreturar. 2. Workmanship shnll conform to best standards and/or methods of the I+ rticul t tr+:de. 3. All materials shall comply to referenced standards and/or published speci- fications. 4. In cese of conflict among referenced standards, codes or specifiea•tiotis, the one having the most stringent requirements shall govern, C. Governing Regulations: 1. All work and mnterials shr.11 be in full accordance with the latest rules and regulations of the State Fire Marshal, the safety orders of the pivisiota of Industrial Safety; Department of Industrial Rel+:tions and Part 4 -nd 5, Title 24 "Basic Mechanical Regulations" of the State of Californt.. Adminis- trrtive Code; the N:tionnl Electrical Code; the Uniform Plumbing Code :ind Uniform heating and Air Conditioning Cole published by the Western plumbing Officials Association; Occupational Safety and Health Act; Contro Cost,, County regulations; and other applicable State and Local laws or regul,.tion,. 0. Licenses Permits and Fees: 1. Provide and obtain :all permits and licenses required to carry on tad complete the work, and pay for all fees charged therefore including inspection fees, • 15A-1 00215 OI SIMASIIEK t One Jackson Model .1C24H under-counter dishwasher, 1/2 ill'. Contains three racks (two dishwasher, one glassware/silverware); capacity at 10OZ-21 rncl<s per hour 7 of washing, 600 dishess'Itour; one complete cycle- 150 seconds, All hook-up by plumber, electrical by electrical contractor. C"mplete package with hot water booster;size 24"w x 24"d x 34-1/2. CAIMACE DISPOSER Waste King Model No. WK50-I; 115V -230V single phase, Ig-1 '16" height. Do all required hook up by appropriate trades. VENTILATOR & 11001) Thermador or approved equal, stainless steel bond 1162, 4811 length with control housing, VK1000,900 CPM contrLfugal vontilator; 10" round duct thru roof, will cap (rain proof) complete. A 'k F Jy 1, 00; 14 1OA-5 I1� F s. 'f9011NY CASF - Alternate No. 6. Furnish and install Greensteel, lac., or equal. slidinf; door Display Cnse with fluorescent light and front shield, Series "NX" complete with wood veneer bort, standards, brackets and 1/4" plate glass shelves where shtnan on plans and elev.itlous. All exposed metal shall be extruded aluminum 6063=r5 alloy, anodized satin finish. Doors shall be 1/4" plate glass with special extruded aluminum "H" moulding It top and bottom and shall be provided with lock. Each door shall have finger slot; doors shall slide smoothly, easily and quietly and alFall have fiber wheels at the bott;xm and rubber guides at the top. The rear wall of the case shall be fitted with Tac 'rex vinyl, color as selected. BUI.1.E'1'IN BOARD - Alternate No. 6. Furnish and install Groensteel, Inc., Waged Door Bulletin Board Cases Series "CX" 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" plata glass framed with heavy aluminum channels reinforced at all corners. Door framing shall not depend upon Lila gloss 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. BUIWING IDENTIFICATION SIGN Furnish and install one redwood sign where shown on drawings and detnlled on Sheoc A4. Sign shall be made from 2" thick clear heart dry redwood boards, with shiplap Joint!; 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 onch lag screw at back or board. Letter style: Microgramma. Submit shop layout for approval prior to manufacturing sign. Apply exterior type Varathune,satin finish over entire sign, all surfaces, FOOD SFRVICE EQUIPMENT Furnish and install and hook-up one General Electric (GE) standard heavy Jury range Modal No. CR50 or approved aual froo-standing with thurmostntieally controlled 24" x 24" griddle and two 10' French hotplates. include GE's CN 40 standard one-,,.e„ o'+an base. Range to have two 1.5-1/4" wide grease drawers and two 5/lb" high combl- nation vont%back splash at roar and large front and rear grease troughs with dram openings. Provide adjustable 6" logs, Stainless stoat front, sides and back standar.], pormalucent gray; oven deck reinforced stool; lining non4chlpping aluminized steel. Dvon is insulated on six sides. Electrical power input 21.4RW. Unite wired for 208 volt single phase power supply. Oven temperature range 200 - 500 F. Switch circuits protected by double-polu cut.nrt n properly fused with standard cartridge fuses. Range to meet U. L. and N.ltlon+l Sanitation Foundation Standards. Minimum of one year warranty against dl,f LCtK,cuvGr parts and labor. Addition;;], Hot Plates Top: GE or approved equal), Model CR45, 12" wide, Sit" c.a,kinti top depLh, two (20) size stockpots quarts, "AD-A-Foot" range, freestanding with two 10" French hotplates, 12" wide range to accompany Modat No. CR58 above. Cont,.in:; full width grease drawer; front and roar grease troughs. Standard stainless :;Leel ] front. 208 volts, single phase. 6" adjustable legs. 4.1 V rated power input. Temperature range 200-850 F. Meet U. S. and National Sanitation Foundation SLond.11';L;. One year warranty against defective parte and labor. 00213 1141-:, IM31IAlto CMIT111^"I'S 1'.rufacturcr J. L. Industriea, Wilhirt or npproved equal. Late an ahoti:n. Firc e;.tinguinhern 611311 be Series Cosmic M, Type cabinet an shown. Unacity 5 gnilan, A11,C fire class with 2A-1011C U/L rnting, Cab�not type shall lie full recons typo. r .:zclel Pnnornma 1000 clenr acrylic door, 1I" face trim, aluml:uaa or stainleac secel finish. Mounting height to bo 5' to top of cabinet. J, t_ff,,1AL TOILET PARTITIMS approved a Ual. ' 1'tsrntnh and install Sanymotnl,gobrick,Gonaral Partitions or/ Submit color charts and shop drawings. Colors no aelectod from manufneturer's ntondard colors. Locntc ;:a rbown in Man and Women's rent rooms. 'Toilet partition nholl be floor cupported, flush tap line "Regal Model" niza to suit room aht%4n, door ciao 2'-b". Wall mountcti urinal acreen Type Wil, size 24" x 42" mounted up 12" from floor. ' Construction of doors, pnnoln, pilaster and hardware shall conform to latest publincrd manufacturer's apecificationn for the modal heroin opecified. Accesnories: Furnlah and Instal door bumpers, two prong cont hooka, (toilet paper ' holders under Toilet Accousocies.) erns sas41ltO Mivre shown on drawings at wall nbova noffit in meeting room, furnish and install 1/2" thick corkboard panels an manufactured by Rector Mineral 'Trading, Carp, or aplzr d rqu•7l. Cork panels to bn of reetangulnr niza and unifortu thickness thronghcalt, A1,111y to valt with the adhoaize an raconuounded by the manufacturor. Cork board and nd- 11001Ya to bo odorless. • 1'llt(1!_OL1: (ALTERNATE No. 4) L. Ph. golandor and Sons or approved equal, 30' high fiberglnn flagpole Nodal I'u. C-4-30 as m,inufacturad by Plastic 1.0miuotas Products Co., net in concrete foundn,Ion. Gold loaf copper ball at cup. Include all accessories (nonferrous tyre) anehura�c- and fittinPs an required for a colnpleto Installation. 1/411 811411 be palyester'wlth llalvanized steel wire cart!. Panufacturer ahatl furninh compute shop drawirigt=, rhz•. - ' in$ all details. Entire nanembly and mnterial 811011 moat all OSIi1 rcquircuentn rad U.B.C. latest edition. Genernl contractor shall provido and.inscnll file rainforeco. concrotu foundation according to details. ' 111A1H: Manufacturer: A. J. !layer, Span,jor or approved equal. Submit: shop drnwirrs: shaving exact lnyout for approval. Si.ro: 18" x 24"; border u54 Style. Letters nv ' selected by architect from manufacturer'a,standard letter ntylen. Plaque will v�jnt�l r approximately 300 characters. Mounting to be done by General Contractor. ■ 00212 i0A-3 I 175 G}:1'ER I(Mt mi;; E;;rR erica' SECURITY GA'Z'E ' Futnish and install wrought iron (galvanized after fabrication) per Detail 1/4 Sheet 4. hinged leafs. Provide lock box for hardware. See Section HD. Gate leafs t.. swing 90' and operate in ensy manner. Provide catches when gates are open. Submit shop drawings prior to fabrication. SIYLIGIfr - Alternate No. 5. Refer to Details IA/6. Where shown on drawings, furnish and install one hexagonal, ' segmented, curb mount Panalux Translucent Sandwich Panel Skylight as manufactured by Cemcel'Corporation or approved equal. All panel skins shall be as follows: 'I op skin clear color, smooth finish; Bottom skin clear color, embossed finish; Percentage ' of daylight transmittance value a 62.87.. 0.401) factor. The translucent sandwich panel shall consist of non-metallic, nun-conductive inter- locking grid core bonded to the specially formulated skins consisting of flberglas- reinforced, light stabilised, shock resistant, acrylic modified polyester resin. the smouth top skin shall consist of three chemically aurenetive layers--a 10 mil ?Lmogard 40 wenthercoat, a fiborglas-ralnforced shoot layer, and a fiherglas-raLnforced bonding layer, forming a skin thickness of .080 inch minimum. The embussed finish bottom skin shall consist of n fiborglas-roinforcud shout layer and a fiberglae- reinforced bonding layer, forming a skin thickness of .060 Inch minimum. ' The perimeter curb flashing shall be of 1/0" fibarglns-reinforcud shout, embossed finish, black in color, fnbricatod integrally with the top skin to provide a flat , Joint free top surface to the skylight unit. The panels in Multiple-Panel Skylight units shall be joined to each other with a, anodized aluminum compressive batten system par the manufacturer's standard detallb. Supporting fin battens shall be provided where required by span or loading coodittonb. Installation of entire unit shall be made In a manner as not to csusu any wntur le.iks making certain that during installation proper and effective sealants, flashingb and curbs are installed. Water-hose test skylight after installation in the presunce of project inspector and, If required, immediately correct any evidence of lurks from this test. 1'OIIET ACCESSORIES: Towel Dispenser: StainLoss steel 300 Sorlos Bobrick B-263 11-7/8" x 7-1,::" n" at each levatory. Waste Receptacle: Two S.S. Bobrick B-275 21 gal, capacity, Bradley or approvad aqual, location directed by inspector. Toilet Tissue: Bobrick B-266 st each water closet. Seat Cover Dispenser: Chrome placed "Protecto" at each water closet. Wall Mirror:Bobrick No, 8-290 or approved equalt, 1/4" place glass with concealed hanger in Men and Women's, 16" x 20" plate glass. Soap Dispenser: Wall mount Bobrick B-11 112 oz) 4lquidurn at eacli lavatory. Grab Bar; Bobrick S.S. B-610 x 48" and B-6164, Bradley or approved equal where sltowil, Sanitary Napkin Dispenser: N.I.C. by County. ■ 00; 11 IOA-2 :u,citu, 10A 211t1i;lil,lAitliOU:i SI'IiClltCl'IL':i 1 General Conditions and SuplJcmvoL.rry General CondiLiunn of hese npeclficotions . S,1111)17 ::nd install nll minrel.l:itrcoor. r;pecislCy itcmn on rhown on drawings :nd as �,pcci.fied herein, Per Ccnernl. Conditionals submit brochures and rtup drawinf;s of all Lteran heroin slrowilip uizea of members, meLhoda of consLruction and mounting techniques. Snrrpl.ea: where specificnlly mated herein under the particular item of work, rubmlt 2 riamples per General Cnndi.el.ona. Gunrantee per Gonurai Cuuditiona. 1 1'crlfy all dimensions shown on dr.iwfilga by taking f.luld tilvar.tarement's; proper fit :Ind ;ittnclunenL of all parte in rcquLred. Coordinate work and cooperate with :111 Lr.m(Ivn whose work reinter In silty wily Cu Lira LLmns specified herein so that vork progrennert smoothly and without delay. 1 I.Y.:,mLfle all aubnurfacen to receive work of Chin section. Report in writing to Lieu sI;enoral contractor, with n copy to the inspector, any conditions which may provo detrimental to the work of cilia neeLlun. Pailnre to obnorvo thin injunction will cnnscLLuto n waiver to any aubacquenL cinima to Cite contrary and will m,1:c this 1 contractor rerlpoa:;lble for any eorrocLLonn the Lnapector may require and thin contractor wi.11 ba required to mnke uuch corrections sit Ilia own erpenne. Commence- monL of work will bu construed nn accepcnnco of aLl nubsurfacca or conditions. Uollver rend nLove all items npociffad hnroi.n in dry, protected arena. Reop free ,f curronirn ter other damaBe. Replace tiny dnmaTed items, or parts thereof, at no adtILLioneL cunt to owner. 1 All vorlonanshLp ahnll ba f.Lrnt-clnnn for thn various trader required for fuvnisbinp, and Inatalling the work heroin npecif.ied. All matorialu shall be now and tl;e bast of thuir respective klndu, free fres defectis anti of Lhu brand and quality apecifLed, or nn approved by the architect or inapecLor. I'urnL•;h and install all anchorage devices as required to secure all items to Chu e)n:.rr•uction, as dotaLled on drawinBn ter as necensnry to install the item and ftc :appurtenances, couplete. Providu anchorage in ample time viten required to be built in by other trades. Clean-up liar ;upplemontary General Conditions. 1 I:ot.LfttG PASS li11mt:I1 Supplied by Curnell,Cookson, Balfour or approved equal. Install in accordance with deLa lla ns rhotm on dr.twings ;and per manufacturer'n specificatioua. Si;:o upeaint; 11011g eiBo and 301 s 27'. ,r4l'inish rtainlcar. steel rolling door and frame assembly. The upward coiling stain- lo:::; steel curLain Shall consist of flat slaty, fitted with end locks to maintain propur al.ignmcnt. A stainlc:ts nLoel aiirle bottom bar shall aLtnelt to Cho rolling Slat curtain and stainless atcal lift handles and slide bolts vo loci: curtain cloned :at each end. The barrel stall be nuitable thickness :and dtameVer to insure smooth upernti.on. Internal torsion sprint; to counter bnlanec door uotght. Provide ntain- less st'oel hood and facia, 'file aL•ainless steel 'frame Shall he provided with LG ;;n. j+nnbs ;esti hand with a 24 gals sill. 00210 10A-1 17i Frbric sh•-1l be wrappvd b inches: beyond In:;ide rand outside co ners; nn cutting , t 1 corner: shall be permitted except when different fabric Ls used oa odJ.-cent walls. Ao horizontal seams shall be permitted. Fnbric shall be installed before the innta'L,tio,n of plumhing fixtures, casings, bases r.nd cabineCs. All :•air pockets ::hrl1 be eliminated. All excess adhesive shall be removed from each se;:m :.s it is made and wiped clean and dry. The installed fabric shall be secure, smooth, cler,n, Without wrinkles, gaps or overlaps. ® Cleaning: Upon completion of installation, all surfaces shall be thoroughly cle:.ned of r 11 dirt, finger marks, spots and foreign mnterinls. tlaerials & Manufacturers. Burlap pattern 32 oz, lin.yd. finish weight, Hokkaido fabric, 54 inch width; color is to be Impromptu 512 as manufactured by Stauffer Chemical Company, or approved equal as manufactured by Genon, W e rtax, Koroseal, B. F. Goodrich. Adhesive shall be heavy bodied, water soluble, mildew inhibitive paste, manuf:,cturul expressly for use with vinyl-coated fabric furnished for installation. Primer shall be typo manufactured expressly for use with adhesive furnished for Lnstnll.tLon. Colors as selected from manufacturar's standards. Alla+ for l 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 ntrrting application. Surfacos shall be sound, hard, smooth, dry rnd fl-vu from surface chnik. Gypsum board with rocessed fasteners rnd joints covered with embedding and finishing compound nanded smooth. The application of vinyl-coatod wall covering shall be construed to constituto acceptanco of the condition of the surfaces and preparatory work of uthur trc:dcu ars untiafactory for proper installation of this work. Installation of Vinyl-Contod Fabric: All tnaturtal ahall be Lnstnllud In rccord.ace with manufacturer's instructions. Special care shall be takon Lo insure cumplety idhusion at Joints, odgos, and corners . Sams shall be cc:rofully butted rand practically invisible and matched for grain and calor with proper r.11ownnce for ahrinkage of material. All wrinkles and air packets shall be worked out complutyl%. VLnyl-eocted fabric rolls shall be used In consecutive nuinorLcel sequence of manufacturer. i 00209 ■ 175 t>IM,113 9F ■ VINYL-GtNI N) FArRLC WALL COV'IMING) Sett Alternate fro. I General Condititms and Supplementary Gencral Conditionf: of those specifications apply, x., Provide all wort: and materials necessary and rccluired for the complctinn of Liii-, sror!: and to include but not trr,•r:rsnrily Ifmited to Vinyl waLi cover, final surface preparation and ;surface primer. ■ P.,farence Standarda: Wintifacturer'n recortnaondnlionc: and specifications, Uudcnmitcr':: ■ L.•iborntory and American Society for Teating Materials (ASTM). Code Requiremmits-Fire Hazard Clannif.icationa: hire haxnrd clnanificationn for nil m;iterinlu in thf:; nect£un shall be oquni to or lawcr L.haa Flanin apread Clnns III. Fire hazard classification alutll be., determined by AIMI I.A. Vinyl-conte) fat-tic shall be dalivorod to the job fit sealed packagon with tenting iuboratory cercLfic:- tion of fire linzard c lane,ifient ion on cinch paekngo. ■ Znntallatfun applicator nb;til lin by no experienced applicator approved by this mntu+- facturer of the material supplied. ■ Subtnittala: FuroLnh sam}ile 11" x 10" for arch color and pattern. All inatertala shall be delivered to tbcn nice and ntorrdiit a cjenn, dry uturage nrcr. In Lite mnnufacturcr'a originnl unopened contninern or rolls With scaln and l.r.bvlu intact. All mttorLnls nhnii be ndatitintoly nafenuardod nainst poaaitrl.a injury in LrIolvit, delivery, scurngr, innl:allnL•inn and clanning until final necel,ttince of 0; - ■ coniplctod work. Vinyl-coated fabric rolls ahall nor be ato,rod in an upright pv.iitiaa. Storage temperature shall ba mni.ntained above All de}Troon P urltlt nornint IiumidlL,,. ■ Vinyl-coated fabric shall be iniitailad only rattan teiniier•nture and humidity conditf,:ri approximate the conditions that will exi.nt what builaiun in occupied. Arca Lu receive fabric ruveri.ng abail be a cunatnnt tempora Lore of 70°1' :mensured at ficvr. lsutntlation temperature nbali lie mnintuinad for 72 huurn before, durin;i and 49 ■ huura after the application. Vinyl-cuatod Inbric nh<ill. be romoved from pncl:n,-jo:; and allowed to ncelimitiva to the area of inatnlInt Lott 24 bours bo[arr. appilcntioi,. 14.�intanance Inntructinor.: Contractor altallfurniah the inspector and nichitect 1"" copy of rbc vinyl-carted fabric nianufactureria maintonnoca inntructionn. lnntvuci . ions shall contain Cho viuyi-coated fabric manufac.LurcOn reeuotmended clennin v t. rislG ■ and appli.ent'lon methods ineiudin, prec autiona its tiu� nae of cleaning mutcrinlrs may be dal'rimontnl to the aurfacq if improperly npl.Lied. Extra Stock: Contractor shall provide full width material of each color nod p::tt, •r ti, the iiia rector for extra stock oqual to 27 of the inatrillad nrun.for at Ica..n.t run frixm fluor l:a cuilii%. rubric p;:ruin shall ba placed asriacucivaly' in exact ardor they are cut- frost cite i Including filing, all spaces above or balsa windoun, doors, or nimilar pcnrtrsalt,. , Fetbric shall bu bung by reversing alternate scrips accept on miLeh pattarna, Additional aelvale shall ha trimmed where required to achinva color and rintclt p:.s t rii at seams. I-lanufacturer'n printed inatructions for applying and inixing adliasfro oh. jt be. followed. Dust surfaces and prime with one coat of printer. Adhesive, shah b:, applied to fabric back uning a roller or pasta brush. ' Non-:matched patterns shall he !sung by overlapping t:lie. edgen and doublo cuL•t or, r:i,•i both thicknesses over a natal strip backup to pravoot cutting into sub;itrnto. ■ 40208 175 L'lean-up per Supplementary General Conditions. At completion, point loose "r "pen ' joints, carefully and thoroughly wash tile leaving free from stains and discolora- tiOtis. 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. i Protect tile and adjacent work from damage. Curing: Immediately after initiot sat of grout wall tale to be damp cured for 72 hours. { f � F ,t a4 t t �' 1R. T 7 f L 2 TJ i r 1 Mle ii � t ' z 0020'7 ] 9D-] ' 175 SobmitLaIs: 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. ■ Tiles in Cement Mortar gad (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- nble 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 bad over dampened scratch coat that has cured at least 24 hours. Pleat mortar setting bed over nreas no greater than may be covered with the while the setting bed remains plastic. Apply the in position and beat firmly into mortar to obtain a strong bond. Provide local slope to drains. t Glazed Coramic Tile shall be "Pomona", "Hermosa", "Mosaic" as manufactured by Pomona, Cnmbridgo, Gladding McBean, Mosaic or as approved by architect, standard qunliLy, dust pressed, white body cushion adgo, machine made tile, in colors as salucted from standard pallets. Field tilos shall have two lugs on each edge Ld assume a unLform joint, approximately 1/16 inch. Size shall be 4k x 41t inches, Matching surface trim shall be as required to provide 7/16 inch radius cave at all Internal corners, square-up angles, bullnoso at all exterior corners or where tile terminate; Oil the surface of another material, as shown on drawings or as raquLrod. As Wall Tile Grout: Whlto, non-stainLng, waterproof commorcLal grout, no recommended by the manufacturer. Wall Setting Beds: Membrana: 4 mLl polyethylene film. RuLnforesment: 2" x 2" 16/16 gouge welded wire mash for floor plane and copper huar- Lag flat expanded metal lath weighing 25 0/s.f. for wall planes. Cement: Portland cement, ASTM C-150, Typo 1 waterproof. Sand: ASTM C-144. Hydrated Lima: ASTM C-206, Type S. Water: Potable, Application: Apply and mix the above materials in accordance with ASA Standord Specifications A106.1 and A108.2. Use "one coat method" for wall settLng beds. 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 the 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. Extra Material: Provide 5% of extra material for future use. Deliver to project inspector. 0020`) >. 9U-2 175 SEt TION 9U CERAM!.0 TILL WORK GeneralConditions and Supplementary General Conditions of these specification;: apply. Supply and install all Lite work as nhown on drawings and na specified herein. Reference Standards: American Standard SpecificaLions; Tile Council of America, Manufacturer's Specifications. Per Supplementary General Conditions, submit 2 samples of ench type of tile specilled herein, plus as many its 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 trader who:.,- work affects, connects with, or is concenled by tile installations. Before proceed- ing, make certain all required inspections have boon made. Examine all subsurfaces to receive work of this section. Report in writing to the general contractor, with copy to Lite Architect, any conditions which may prove detrimental to work of this section. Failure to observe this injunction will constl- Lute n waiver to any subsequent claims to the contrary And will make this contracLor 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 shnll be delivered in original, unbroken conLninerr or bundlas bearing the name of the manufacturer, brand and grade seals. All maLerLtlet shall be kept dry and clean and properly protected Against chipping and deterioratiou in any form. • All mnterials and workmanship shnll conform to thu American Standards Association Specifications (A-108 $arias, latest edition), insofar as they Apply, rind to th. "Tiln Ilnndbook" of the filo Council of Amoricn. Ceramic tile shall boar the Hvil ..I Lite Tile Council of America, Inc. and shall be equal to or exceed Standard Grads. All tilos shall be sat by export journeyman talo sottors in mannor conforming will, the boat current practices of oho trade. Products of other manufacturers may ala,- be acceptable, provided that such products aro equivalent to those specified. Installations Lay out all work so that, insofar as possible, no tiles loss th..n half full size shall occur. In any avant, 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 h.o neatly done without marring tile. Aub smooth Any necessary cuts with it fine atone and set no cut edge against any fixture, cabinet, or other the without a joint at least 1/16 inch wide. Cut, fit, adjust, and establish tiles neatly and accur,:tely to accommodate accessories, interruptions, charges, 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 10 fact when a straight edge i:; laid on the surface in any direction. Provide all trim pieces as detailed and as required for the various tiles specified. Thoroughly wash out tile joints and saturate with clean water before grouting. Crout shall be thoroughly forced into all joints to fill entire length and depth. Joints y 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 175 ]id;;e 'Grin: U. S. Gypsum 14,,. 200-1; or approved equal. Sirs Lu fit. F::;Cencr 1-1/4" Type 11 Bugle Ilcad U.S.(,. Brnnd re:rews. Nalln not permitted, 1lorlmwmship: Verify dfinensiona and condition of nuhrurface at building rite. lm;cnllntion shall be in aCrict conformance to manufacCurer'n recommendnlionn rnd by nP.Mcd workmen. metal Metal 'Prim: Apply/corner band at all. external wnliboard corners; casi"r trim rt dfacontinuad edges, where abutting smother material and where shown. ' All Joinla: Including internal corners and angles, raconned or butt, relnforcc�! with tape and cttnented whether or not wallboard Ls expored. Erternal corners sit;; meml bead altall have flanges completely npackled and feathered off smooth from Ole none. I'l.rnt lnyer of compound to fill beveled or anoed odge apacon an recommended. All e Lnpo centered on the joint with the joint compound of sufficient depth and width to recelve it with no holidaya for entire width. Entire area firmly embedded and Incnedi.ntel.y covered with compound to bring the joint fluuh and nllow to Lhoroughly dry before succeeding contu are nppliad. A)1 JoLntn,acrow depreaaioaa,. gougan and cerntchon nitn)1 receive throe coats, 1e7,•i sham even and flush with the surfaca of the board, When dry, nand finials cont: Lr, lcnvu Lhe surface flush and smouth, ready for docorntion. Pncelting and Clenninn: Repair nil defecta due to defecti.vo worlwanchip and/or materinl.n and leave area clean of all Loolo and maturinln. l't•v.rurn: Evan textured "rollod atippla". Apply to one entire wall for fnrpccu - cr m•chi.tect'a npproval before proceoding. In toilet roomn tntd tit itiCchen oink v.-I1 ■ above barlS-apinnh, nand gypboard juinta, otc.,smooth to receive cnamal applicatiiv. Stipple cnamal in Section 9A. Surfnca treatment only may be applied to nypaum t.allbonrd at surfncoc behind pet.. - nest cabinets, plywood panalinn and at vinyl wall covertng. Sand smooth nt vLnyl wall covering applications. Apply scaler prior Co taxturoing if recommended by mmnufneturer. Note: Urc NO nails for fastening drywall whether for temporary or permanent inntallaCina. a , f e . ; r! 4 00204 1/5 SECT C t,19 r' (;Yi';;Url DRYWALL SYME1,1 & F11IIfAIING Gencrnl Condition:: and Supplementary Genernt Condition:: of tlscre specifications cin l . Supply ind install ill drywnll wm9t nn nttown on drnwingrs snd as rpeciiicd itcreiu. .� Rolerenec Stnndnrds: Federal Specification SS-11-0051.; tinnufncLurcr'a r.pceLficrttex; and reconmendationa; UnderwriLer'a Laboratories; conforming to ASTI.IC-34. Guarantee per General Conditiona. All drywall shall be no supplied by en^ manufact-rcr. A1.1 work herein requires coordination with trndco whose worts connects with, is rffo,.�cd ur concealed by drywall. ilefora proceeding with drywnil work, Matta CCI!teiu nll rL- ' quired Lnrpecci.ons have bran made. Inspect rurfaces to receive drywall before atartluB thin work and do not start ur•' I! aurfaces are ncceptable. Starting work under titin ncctLon nhnll imply acccptcncc of. the ourfneca an acceptable. Store materials off ground and cover against centher. Remove any unsuitable matcrinla from Lila Bite, ' All work specified heroin shalt. ba in accordnneo with "American Stnudard Specifica- tions for rho Applicntian and N.nl.nhing of Gypsum Wallboard" as npprovice by the /uncrl.can SLandnrds Ansocit:t•ion, Intent edition; npplicnblo panto thorenf are hereby ' 'n.,dc a part of this specification, except where mora strl.ngent requirLventn ere called fur in this apecifieations in local codes or by the mnuufacturer of the gyprum wall- hoard, chose requirements shall be followed. Do all cutting and patching of wort: in ' - this section no may be required to accommodate the work of other trades. 1Liintain temperature of drywalled apacan in range of 55" to 904 it until building Lr: ' entirely closed and ventilate to eliminate excausivo moiaturu. Monufncturera; U. U. Gypnum; Kainer Gypsum; National Gypsum; Johns-Unnvillo Gylu:uri or approved equnt. ■ M:terinls: Gyprttm Board: 5/8 inch type with tnpored edile.Uso moisture resistant typo where hu:ic"ted or required (LoLlat rooms, janitor clusot). Adhesive: An rocomnendcd by mantifncturer for parmanont bond. Screws: 1-1/4" 'Type 11 Bugle Head U. S. G. brand screws or typos and ai^ot: an re^_n by manufacturer. Apply screws G" on adges and 12" at field and wails: G" edgen caul at ceilings. Worlananahip: Application - Loan dimannitn perpendicular• to frnnihin and with end •joh,! on solid blocking or framing. 5111e:: in moderato contact, not crowded. Gad joint.: staggered. Plumb, true and solidly fastened. Cutting by scorf.na and brenking or sawing, worhinn from Tido to aido. All cut ct''ror and ends shall be trimmed, in order to obtain neat jointing. Cut-auto for piper, fixeuroa or other npaninan scored in outll.no before cutout; out with a Pt, °:gut usu "Dom-Uma" method for maki.nl; holes or cul:-outs. Soal edges of cut-nut:; with r varnish type scalar. To minimize end joints, use wall boards or maxitatiia prnatical lengths. Gypatun Drywall Finishing Mntarialo: Joint Treatment; Perforated tnpe system, U. S. Cypsum Co., National Gypsum Company, Kaiser Company or approved equal. Products shall conform to ASTM C474 and C475, 1'+;,v, compound, topping by same manufacturer as gypsum wallboard. External Corner Lead; Calvaulred corner reinforccmaut with 1-1/4" taping tangs; similar to 103 Dur-A-Bead, U.S.C., Kaiser Gypsum or yl400equal. i 175 j 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 Lxcelon, 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 fire 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 intest 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" gnuga vinyl top set cuve hake 4" high with preformed internnl and external corner piacos. Manufactured by Armstrong, Burke or approved equnl. Selection of colors from mnnufaeturer's currently nvailfible from manufacturer. Apply cove base only with adhesives recommended by manufacturer. During the normal heating season, as determined by the inspector, the general contractor shall provide a constant temperature of at least 70"F, 48 hours prior to inst.111.1- Cion. A minimum temperature of 55"17 shall bu maintained thereafter. Guarantee per General Conditions. Coordinato all work heroin with other trades whose work affects, connects with or is concealed by resilient tile installation. Before proceeding make certain all required inepections of the subsurfaces have been made. Leave on promises, delivered to inspector, one box of ench tile pattern and baso pattern used in this project for future use by owner. s U. } ti 00, 02 9B-2 f 17s ( SR1,I'IOt4 913 RESILIENT FLOOR TILL The General Conditions and Supplementary General Conditions of these specificaLimms 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 tl:e general contractor, with a copy to the architect, any conditions which may prove detrimontnl 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. CommencemenL 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. Subsurfacas shall be thoroughly dry (verify by moisture motor tosts), free of uneven- ness, foreign material (oil, grease, paint, ate.) and boom-clann. Maintain temperature as recommended by the manufacturer, in spaces where work is being done and where material is stored for periods of time. 1 Install all work In strict accordance with mnnufacturor's written instructions rad only by contractors approved by the manufacturer. Apply primer in accordance with rueoxnmandattons of the manufacturer. There shall be no the less than 1/2 tilu or h,�s.• loss than 18" long. Racking 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 edgos to prevent protrusions or bulges after resilient materials arc laid. Fill cracks, joints or depressions with approved floor patching so no marks will allow. 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 oponings between spaces having different types of flooring, at which na 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 material not otherwise protected so that top of strip is at same level as top of flooring. Set all specified gases in adhesive as recommonded by Lite manufacturer, thoroughly coated, and firmly set so that lower edge of cove fits tightly against flouring. All joints In bases, including those at any preformed corners, shall be plumb, flush tight and inconspicuous. Sent top edge and back of base firmly against wall. Interior corners shall be mitered and tightly fitted. All base shall be cove using unly long lengths. After installation, swoop floors clean of particles and other foreign material which may be harmful to flooring surfaces. Neatly apply nonstaining building paper, firmly fastened down, to resilient floor surfaces. At a time near the completion of the (10201 7 9R-1 175 /3 L,nve un premises 41,:h the Lnnpcccnr sampler+ of the vnrL us painCs and str.ins used on this project for owner's touch-up in future. One quart each color paint ..nd stain, properly scaled and labeled. SL•ure where directed by inspector. Glenn-up and Cleaning. Upon completion of Lhe painting work, remove from the premises and dispose of rill equipment, surplus maternndosumpty containers and othe' debris resulting from Ilia operations. The building B left clean and neat in all respects. Clean and re-touch work no necessary to :;cunu- plish a first class yob. Leave all glass areas, masonry walls,.flaors and cwialks, hardware onorany otestuhich surfaces clean and free from any pnint, stain, sp 11 ] are the rasult of painting operations. Altertape,nate Nocement•joints, etc. vinyl 1: In lieof andpointwfinishcovering furnish and install perSpecifications r N � � 7 t � 1 F � p 1 Y it ■ 5 y'F 9 i V t _ FtC k 00 m .... 9A-6 175 Interior Woodwork, Stain and Vnrnish: First cont: Stain over sealer as required. : Second cant: Semi-gloss varnish Third coat: Flat varnish or Y 2 coats Vnrathane overstain over scalar, Interior Steel, Enamel: Primer (or spot primer): Primer, ferrous, Q,D. Soeond coat: Enamel, alkyd, flat. Third cont: Enamel, alkyd semi-gloss. Specinl Note: At interior masonry walls of main roans, apply 2 cents of Fuller Pen-than Ultra Clear Pon-61irome No. 652-01 stain to base of exposed masunty block wall to height of approximately 6" or to first visible mortar joint, General: The number of conte specified is the minimum to be applied. l.t is inteadiO that paint finishes of even, uniform color, free from cloudy or mottled sur£ace'a, be provided. Whenever practicable, each cont shall differ in color tint. Each co.a ehnil be approved before the next coat is applied. Areas or items not specifically mentioned requiring paint, to be pninted similar to specified areas or items. There shall be total coverage, if not, another cont shall be applied. Preparation: Surfaces to be painted shall be clean, dry and prepared as ruquirud to provide acceptable finishes. Woodwork: Sand smooth and cover knots and pitch streaks with a thin coat of orange shellac, or a rosin scalar, except at stained wood. Fill nail holes and minor impVr- [actions with putty between first and second coat. Color putty to match stained teorl_, _ Exterior and interior wood trim and millwork shall be back-primed before ineialIALuo with house paint primer, Pro-stain Douglas Fir trim in contact with Redwood. Thoroughly dry all coats of paint, varnidior Varathane before applying succeeding coat($). All primer and intermediate coats: Lightly sand and dust before succeeding coats .re applied. Access doors, exposed plumbing piping, 411 galvanized metal unless specifically excepted, projections through roof, service entrance conduit, exterior electrical equipment, and intorior electric panels, telephone terminal boxes, fire hose cubinuta. hearing grilles and ether exposed mechanical equipment regardless of material 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 att:tchud. 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 fLeld as required before succeeding coats nra applied. I Work shall be done by skilled mechanics and paint uhall be uniform in coverage and appearance without sags, runs, skips or brush marks. Edges sharp, Defective work- manship will require proper preparatory work and additional coats to cover sr.tls- 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. t 00199 9A-5 17� Sherwin Product Type Puller WiIIiams Glidden 'e Primer, galvanized iron, interior 220-22 11-42-W100 3416/5019 Primer, masonry 120-01 B-46-W-5 M-55 Primer, wall alkyd 220-06 B-49-W1 5016 PVA scaler 220-22 B-75-WC-52 3416/5019 Stain, exterior wood Olympic, Cabot's ns selected Stain, interior woad 604-XX A-48 Olympic, Cabot's as selected �. Undercoat, enamel 220-07 B-49-W-2 555/5005 Wood sealer, exterior "Pontaseal" by Zehrung Mfg. Co., "Woodlife" by U. S. Plywood Corp. '71 Paint Finish Systems: See Finish Schedule on drawings for location of work. Exterior Finish System: Coverage 011411 be that which will provide at least the following minimum thickness: 011 paint systems: 4.5 mala. Acrylic-latex paint systems: 3.5 mils. Exterior Ferrous Natal: Primer: Primer, ferrous, Q.U. Second coat: Commercial grade metal paint, flat. Third coat: Commercial grade paint, alkyd, gloss. y `+ Exterior Galvanized Metal: Primer: Primer, galvanized iron, ext. Second cont: Metal paint, flat. e 'third coat: Metal. ` ExturLor Woodwork, Paint: Primer: Primer, wood, ext. oil. Second cont: Paint, alkyd flat. Third coat: Finish coat paint. Exterior Woodwork, Stain (2 coats): First coat: Exterior stain. ' Second coat: Extortor stain. x� Intoriar FlnLah System' Interior gypsum wallboard, paint one coat latex. , Second coat: Wall paint, latex, scrubbable, Interior Gypsum Wallboard, Enamel: Primer: PVA sealer. Second coat: Split-enamal,a lkyd, flat. Third coat: Enamel semi-gloss stipple. b � � Interior Woodwork, Enamel: ° Rl First coat: Enamel undarcoater. * 6J Second coat: Split enamel, alky4, flat. Third coat: Enamel, alkyd semi-gloss Interior Woodwork, Stain: First coat: interior stain. Second coat: Interior stain. 001915 9A-4 175 Paint no items fitte(i will: finish hardware until such hardware has been tempi,rariIy removed. Saud carefully between cants nil finishes on sntootlt surfaces so as t,, a:a ur proper adhesion of subsequent costs. Where coverage is incomplete or not uniform, provide an additional coat at no extra expense to the owner. Each succeeding pig- mentedcant shalt be distinguishably lil;hter than the previous coat, Tint all prime and undercoats to a color similar to the finiah cont. Putty, calk or spackle is to be applied after the surface is primed and the primer lr dry. All coatings shall be applied without reduction except as specifically require.l F by label directions,or required to be reduced by this specification. In such case::, reduction shall be the minimum permitted. Materials: Points: Fuller, Devoe & Reynolds, Dunn-Edward, DuPont, The Giiddon Co., National Load, Pittsburg Plate Glass, Pratt & Lambert and Sherwin Williams or as approved by the architect. Stains: Olympic Stain Co, Cabot's Stain Co., Rex, Watoo or as approved by .n•chltec:. Putty: Conforming to Federal Specification TT-P-391A, colored to match stain and paint finishes, ' Painting Systams: It is the intent of this specification to establish procudure, quality and number of teats; the architect will determine the exact finiah douirrd. Do not start priming or painting without having notified the architect. All paint coats specified heroin are in addition to any prima coat which may already be on .� surf:ca. All surfaces specified heroin to receive 3 coats of finish shall rucuivi. 3 coats of finish; there will be no exceptions. Unless noted or otherwise spucified, all materials in one system shall be the product of one manufacturer. Following is a list of equivalent paint brands and numbers, and their aurfacu appli- cations. M.otorials: Factory prepared, unadultornted, of highost grade for each type of paint. Materials for each general purpose and multiple coats of materials shall be of the same manufacturer. Sherwin Product Tvna Fuller Williams Glidden En,mel, alkyd, semi-gloss 213-XX 6-52 4600 Enamel, alkyd, sbwl-gloas stipple 219-00 B-47 NY 7 M-20 ' !louse paint acrylic fine 161-XX 8-42 3600 Rause paint alkyd glass 260-XX 8-46 1801 G,cquar satin 251-01 T-70-P-13 6069 Lacquer gloss 251-03 T-70-C-10 6081 Lacquer sanding scalar 222-01 T-60 6059 Latex washable w/acrylic 202-XX 8-79 5300 Masonry paint latex 262-XX B-42 3500 Primer, exterior aluminum 121-08 8-50-Y1 5229 Primer, exterior wood 220-03 B-46 last Primer,farrous.structural 121-00 A-57-R-17 585 Primer,galvanised iron, exterior Federal Specifications TTD-641-Type 11 Exterior OOVY7 Ili Surf;,ce Preparation: ILems not Lo be painted shall he proLected, or rem,rvc.d I,ri ,: 3 to painting. If requlred to be removed, such iLems shalI be repnsitionecl after painting. Any exposed misee llntteous meLal items, such ns steel supports, .nehnr.:, bucks, hollow metal frames, and Utc like, shall be clean, free of rust, dust, gre.,::e and dirt. 7 Any visible portions of throats of gnlvanized steel duct work shall be cleaned with solvent, wiped dry with clean rags and pointed flat black. Wash any unprimed };:,1- vanized metal with a solution of "Cnlva-Cleaner". Allow to dry. Any wood surfaces, to be painted and stained, ahnll he clean, smooth, dry +•nd fully snnded. Knots and pitch pockets under paint finish shall he sonled with shellac. Fill. Joints, cracks, nnil holea, disfigurations, etc, with specified put•Ly after priming; then send smooth. Any concrete, masonry and similar surfaces to be p alotcd shall be scaled and filled to smooth, even surfaces, after neutralizing with w.::,h of 4 lbs. sulphato of zinc and one gallon wator, Remove granso or ail with benzinc. All wallboard surfaces to be painted shall be cleaned thoroughly. Spackle aoy nail holes after primer line dried. Sand nil rough surfaces smooth. Workmanship: All work shall be done by skilled and experienced mechanics worlclnl; under the supervision of n cnpnblo foreman. All workmanship shall be of the h1l;hest quality. No painting shall be done under conditions which Jeopardize the nppu,r;ncv or quality of the painting or finLshing in any way, and the inspector shall have tar right to reject all material or work that is, in his opinion, unsatisfactory, ;•1141 he reserves the right at all times to replace either or both at the expense of the contractor. Loch cont of paint shall be applied at proper consistency and brushed evenly, fru,- of brush marks, sags, runs, and with no evidence of poor workmanship. Care sit+,tI bo exercised to avoid lapping of paint on adjacent surfaces. Paint 011,111 be sharply cut to line. Finished paint surfaces shall be free from defects or blumishes, Al materials shall be applied in accordance with the manufacturer's dlroetions. Use protective coverings or drop clothe to protect floor, fixtures and equipment. Cara shall be exercised to prevent paint being spattered onto surfaces which are profinishod. Surfaces from which such paint cannot be satisfactorily removed, al,.,ll be painted or refinishod no required to produce antiafactbry finish. Finish work shall be adequately covered with uniform color and finish. Tho number of cuats heroin specified being a minimum, this contractor shall provide any ndditiun;.l coats to produce a first-class job antisfactory to the county. No spray painting permitted unless as approved by the inspector in writing prior Lo actual work. Any firehoso cabinets, air registers and grills, exposed electrical panelbu;;nls, primed hardware, etc., shall be painted to match adjacunt surfaces, unless otherwiz;e directed by Inspector. t 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 7 areas that are not iree from dust, dirt and rubble. Painting shall include all exposed surfaces of every member; anything required to bo painted, inaccessible after installation, shall be painted before installation. 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 be finished. 0 119 i NA i 175 sl car i ix� 9A IIAT14TING 6 FI14TS11ING AIMERNATE 14 0. 1 (See 9A-6) General Conditions and Supplementary General Conditions of these specifications .ppiy. Supply and apply a]1 painting and finishing work and materials as required for U:r completion of the project as indicated and no specified heroin and as noted on draw- Ings, except for work which may be specified elsewhere as being the particular responsibility of another section. For purposes of definition, the terms "Paint" „r "Finish", as used herein shall be considered to include all formulated finishes, such as sealers, primer, stains, onamels, 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 ponaiing, equipment and other materials with a complete factt+ry applied finish. Finish hardware, unless specifically noted otherwise. Surfaces of natural finished metals such as stainless stool, chrome, aluminum, etc., unless specifically noted otherwise. Plumbing fixtures. Lighting fixtures and trim except as noted on Cho drawings. Any concealed rough hardware and miscellaneous metal in unfinished spaces. Any acoustical surfaces, unless otherwise noted on drawings or spoeLfied. Any glass, plastic, floor tilas and top out bases. Any areas noted as "unfinished" on Finiah Schedule and/or Drawings. Masonry except as noted otherwise. Submittals before submitting samples, submit in triplicate a complete schudula of manufacturers of all products required throughout the work, together wLth spocifica- tions recommended by each manufacturer. General approval of such a schedule shall = not constitute a waiver of tits specifications, and tits architect may require specific guarantees from a manufacturer regarding his product. Before work is begun, the architect will furnish tits contrnctor 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 calors. Two S" x 10" samplas of each color on heavy cardboard shall be submitted, except ch»e sealer and stain finishas shnii be submitted on tho 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 npprovud 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 Cho sei:arai contractor, with copy to the inspector, any conditions which m;y prow 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 rnd labels intact, Store materials and equipment as approved; enforce good housekeeping practice. Do not remove empty containers from job site until completion, or until directud to do so by the architect, 001 9i � 9A-t Group 6, Ooor °i3 Innitor tl^• L pr butte 1279 4" r 4" 10 1:,- 1 ::L an Iockset 830-1457 7SC04G1t 10 • Group 7. Doors #2 to Men And Women Toilets 3 pr butts 601279 A r. 3'f 10, Vac-Or 2 CA push pintos 8 x 16 2300 10 CrrbSn 2 as pull plates 4 x 16 2330A 10 C(•.r! !, 2 CA closers 54-0 Utz, t ' 2 Oa kick plotes 10 x 34 16 go. 10 C r+t: 2 oa deadlock 14-477 10 Sv Group 8. Door 01 to Hechnnical 1 pr butt 661191 44 x 0 NPP 10 )IrUcr 1 lockset SCO4GH 10 Fct,c.I L lock astragal 9615 BOW CM„ Group 9. ' 3 pr butts 6Utl91 A x A MP 10 ROBOT 1 lockeat 8G04GR to Snr;•,(,nt deadlock 14-475 US10 Snrw nt 2 flnshbolts 3450 1D Sargent 1 lock guard 9615 . UEW eHotel Cate: L pr pivots 4057 CBicr;•o ■ 1 deed lock 4874 US10 (Double c; llndcr) 2 holder W-9060 U$10 HE17 Surthor Im.tructioon: Ifardwarc supplier shall notify Contra Costa County when Imrdwnrs nrriven. ilio hnrdware shall be checked and all keys tumed'i+var to Or- County heCounty before nny hardware is delivered to the job. Note: all finish hardware ahnil be removed for palating and later roplacce. 4 t a 00191 � I,u o5 d Finish If:rd.rare for Cabinet Door:, and i"rawern: Aauc ind riwi-uck wil.h :"•I'-cl ,,i;ir, hinges for lip construction. No cater Ito required. Ful-nit,h One pull IIBW7e on c:ch door and drawer (two pulls for drawers over 24"). Drawer slides FVI395. Miscellaneous Items: Shelf standards and standards shall be No. 80 standard w/180 brackets. Door labels shall be engraved "ML'pi" and "61GMBN" quality 01.004 bronze. Door lnbele at emergency oxitu shall be quality 1004-P plastic, color as seluctud, engraved. Finish Unrdwara Schedule; jGroup 1. Pair Doors V. Y.U.NU. 3 pr butt$ 6111191 0 x 0 NRP 10 Unger 1 as exit bolt 9904 STS 10 Sargent 1 an exit bolt 13-9710 STS 10 Sargent 2 as closers 154-P9 DUL Sargent 1 as threshold 1776 6611 Ort. Pumko 2 as holders 2815( 10 Corbin Group 2. 3 Doors #1 3 pr butts BB1191 4k x 4§ NRP i0 Iligur 2 as exit bolts 9904 STS 10 Snri;ent 2 as threshold 1776 40" Urs. pumko s• 2 an closers 54-P9 DBL Snrl;unt 2 astragal 9615 BOW Group 3. Pr. Door 06 • 3 pr butts B01279 0 x A 10 Ilogvl 2 an exit bolt 9904 STS 10 S.,revot 2 ea exit bolt 13-9710 STS 10 5.0 tir,u 2 ea kick plates 10 x 32 i6g,lBronsa 10 Sar t 2 ea closers 153 P9 Brs. :1•�+'r t a+ 2 as holders 2815h 10 Corhia Group 4. Doors #2 to Office/Storage Doors #3 to.Storage 2 and 3 Doors #4 to Storage 1 and Pantry 5 pr butts 1279 4", x 4" 10 Uahur 5 es locksets 130-1461 8GO5GR 10 Sargent. 5 as stops 384, >0 Corbitt Group 5. Doors #5 to Uniforms, Kitchen, �4ork eomj 8 pr butts 1279 4"x 41" 10 Hager 4 ea locksets 830-1461 8GO5 GR 10 Sargent. 4 ea bolts 1262 10 Quality 4 as stops 138 (upper leaf) 10 Corbin 4 as stops 381 (bottom.leaf) 10 Corbin 911193 boa r Cloncr,,;: 1)...... ;,c,, and ph'ioll' --AC jj.'r', ;jf11 j- M1,111 be mounted for 1 0 do;rce:; ,f miing whenever A!I by one manufacturer; LU type Smool-Ilee or concealed in door W.tb door ari.t. I'Li to be statuary bronze lacquer. Lockets; Locknets and latchseta shall have n steel cylindrical case with all ittrt-fur parts made of steel, zinc-dichromatc pJaLial, to realm rusting and corr(>:;Lon. Vcy-j-j- Che-knob type locksets shall have accera to cylinder sittliour rcmovinr, the lockset from the door. All locknots aball have n backoot of 5 inches, unions otbar-,licc acted ordirected. Design shall be Washington-VA or as selected by county. St.ikos nball have extended 11pa where required to protect trim from being marrctl by Intel) bolt. Strike lips oball. not project more than 1/8 Inch beyond door frame trim. Wrought box strikes shall be furnished on nil locks, latches and deadlocks. The lock cylinders shall have six pins. Doors from all rooms or closets pre to have 111chn, Intchas or panic bolts of a type. which are aparinble at nil times from the inside by merely turning the knob or pushing a crossbar and shall not require apecint lunA41odge or effort. Wrought box ntrLlwa shall be supplied with nil locks. Keying; Unless otharwilic indicated, nil locks Oball be mnatorkayed. All keyinr, Multi be as directed by the county, VurriLah three lloya per lock, furnish oil mnatorkeya. All keying shall be done by the lock tannufacturor. Cylinders obeli lic roadjuatnil after bul Iding in accepted and.turned over to ostner. All int part of Lit f!. work without extra coat to owner.Sao pg. OU-to for furtbor lastructLons. Door Stops; Wturial shall be solid brain; or hanyri; Types F813 and F014 to suit Door lioldars: All material shall ba solid brans or butirzo. Unless aLliervice t,,pFci.- fict), door holders shall be Glynn-Johnson 1443 Sorias. Where conditions will not ■ pormit ut;npo of tile wall holder, floor type Glynn-Johnaiiii F43 Series shall be With strikes of suitable height to cuittponsato for clearance bamuen door and Thresholds- FurnLah nil metal thresholds as indicated In hardware groups or as detailed on the drawings. Posh Pl.'itaa and Door Pulls; Nn. 2340 and No. 4340 quality, 4 inchas Y. 16 incilen, I be cut for cylinder and thumb turn as required. Ykelt Pinto!;: Unless otheiviso Indicated, kick pintos shall be 16 gn,, size to be 10" high x 1-1/21' loan door width, Silencers: All doors with metal frames aball bavo Glynn-Johnson 064 door ailencure, Installed in the stop of frame. Scrown and Fastenings: Finish linrilwaro'shall be furnished lifth nil navounary ocrevit, bolts and other fastenings of suitable si-.-e and type to anchor the hardvara, in position for boavy use and long life. All ::crews idinl] be Phillips hand typo, thl:eb the hardware as to material and finish, except use no n1tuninum ocrova. Appropriate anchoring devices as rocouvionded by manufacturer, Mirdwara fastened to concrete at, MsHunrY sh-111 be by machine screws and tampins. Ft"Ilish templates and lock rein- forcing units for all linrdwaye for metal door frames. JAW 175 Fi111511 it'tl:Utlhl:Si Concrni Cnnditiox; and Ssli,plcmnutary Cauernl Cnnc11tt4,w,, i,f Lhu,,c npec'C,r,•:l( Provide all finisls hardware and required fsaLencrn all ahu:m on. olrnwlt ,. nwt fied herein unless npeclfically excluded slid called for in other ooct;cw.. Slv,p Drawings: In accordance with the Supplementary i;oncrnl ContIltion,t, submit t inspector a complete schedule of all hardware. Submit 5 copies. Guarantee: Par General Conditional, all hardware work shall be guarnntotrd for t,•.• years. All hardware ahall comply with appiienble five, nocurity and buildiul, c(.,.' ll.nrdwnro shall be dolivered with anch unit mnrkad or nunsbarod in .Aaortlnnee wit,:, r: _ hnrdwnre schodulo submitted. The finish hardware cotsndule altnll idontfiy ores ; : of hnrdwarn with the name of the mnnufneturer to facilitate chockt;;U avi job hoz - Cation. Stora motorial in dey, protoctod nroan. Willa the hnrdwnro oehedulo is intended to cover all doors and other m)%able t+n;i of Out bulldin3, and establish a type and standard of gtutlft.y, it 011i11 lea the npecific duty'and reoponnibility of the fiuinh hardvato supplicr to tnrs,tn'l the I *� and npeuificatiuns and furnish proper hnrdwnro for nil openings c:hntlwt lior.ed w, if titers are any calonionn in hardware Arnupn they uh41 bn callett to ti.c J`X.:tit oT the areltitect 5 dnyo li iur to bid oponlull for Innttuetionn; of.linrwioc., t~htc lint be cons idured complete. 110 outran will be allowed lar esroinnton, chartior. or covi m.•cununsy to facilitate proper installation. Special nttentinn is b+ivecs eta Lhc . in,l of uucurity fuaturon and locations for titin type of hsnrttunro. e Any h,rdwara applied to mntnl doers or jnmba shall be tatute to Lampintu :'oil uuc,r m.70hino screws. Aainforcln;5 units ohnil be furniuhad for any matnl doom cher, cylindrical locks are specified. Furnish any tompinton, lock rrin£orcty unit.., te,ap2nto hardware to metal door and frame manufacturer for epplirr•.tion rt the, ■ unless otherwise requested. Finich hardwara shall be,furnished with All necessary norewn, bolts or other fsatcninl;a of suitable aixo and typo to anchor etre hnrtlunre in position ft+s hc..ty; use and long life. Note fastenings ahall be furnished hhara necessary oaith c ',v ablul.da, anx bolts, tonalu bolts, anchors accordintt to tbu %iintcrinl to 04ch It 1. n pplitd and an recommended by the manufncturer, but nubjoct: to .rprov t' og as..+.�'. ll::rdwnro fastened to concrete ahsll be furnished with c;1musion bolts vlth st t r ur approved equal expansion abiolda of a type Approved :.; orcitl.trel bcrawt tit iio,v wood shall be full threaded ahgc:t notal typo. ' Inatallation; Sao Finish Carpentry, Suction CII. All finish hardi.rnru shill ha %t..,t;M ed by the general contractor. 1;utt5t Exterior outswinging doors ,ball have non-ferrous. butts with nan�srrtr it, pins when the door is closed. It steel butts are rpeciflad for o�tasir, •rie�t£ they shall ba nheradized or sine plated prior to the final platillf- Unlu:tts c•,?,t- wise cpacifiad, tiro aiza of Lltn butttl will be dote:inin%M1 by stn= following, tablet Doors 1-3/4 inch thick and up to 2 ft. 4 inches wide to lutvo. 4 istch :t It holo bill t:'. Doors 1-3/4.inch thick and up to 3 feet 4 incites wise to have 4-1/2inch .. 4-W, i tc% butts. 1;utts will be of proper width to clear trim in projection and will bu datos*tned liv L110. follocrissg, table: For doors up to 2-1/4 inch in tbictcuaan, ttai.cu titct_door r;ti;•.tt- ness plus trim projection minus, 1/2 inch, equals this proper hinge width, Q0191 175 S1 C'fI0i1 8r, GLASS & GIAZI14G Gencr::l Conditions and Supplementary General Conditions of these Speclficrtt�ms 11111 5'. Supply and install interior and exterior glass and glazing as shown on dr:noings :.nd as specified herein. Reference Standards: Applicable portions of Flat Glass P4nnagament Associations; Manufacturer's recommendations and specifications. Manufacturers: Libby Owens Ford Glass Co. (L.O.F.); PPG Industries, Inc., (PPC); Combustion Engineering, Inc. (MISCO); American Saint Gobnin Corp. Guarantee as par General Conditions, glass and glazing shall be guaranteed for 2 years. Verify all glass dimensions by taking field measurements before any glass is shipped to the job site. Coordinate work with components to be glazed to proven[ delay in work. Examine all subsurfaces to receive work of this auction. Report in writing to the general contractor, with a copy to Lila 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 wLll maku thk contractor responsible for any corrections the architect or inspector may require .ind thin contractor will be required to make such corrections at his own expense. Commencomont: of work will be construed as aeeaptnnca of subsurfaces. Deliver and store materials in protected areas. Protect gloss, whether Installed or not, against damage; broken or defective gloss shall be replaced at no cunt to Llta owner. Gunornl Roquiroments: All glazing shall be in accordance with the standards of the Flat Glass Jobbers Association Glaxing Manual, current edition and Lila mnnuf.;cturcr'-. specifications. All sash, goskets and glass shall be clean and dry boforu gki;:ing. Before glazing any aluminum, clean the glazing section with plain water or unle.�du,l white gasoline, kerosene or distillate and allow to dry thoroughly. Do no glazing in damp or rainy womthar. Surfaces receiving glass shall be cle:,n, dry and free of foreign matter. Prepare, clean and prime (as required) surfrces to which sealant is to be applied in accordance with sealant manufacturer's recommendation. Install glass types at locations shown on drawings and according to glass msnufrlctur- (� or's recommended maximum size limitations, All adjacent glass in the same giz.!od arena shall be consistently of one type and thickness unless otherwise noted ur directed. Labels indicating manufacturer, quality and thickness shall remain on glass until installation has been approved by the inspector. Absence of 1:46ul will constitute cause for rejection. Protection and Cleaning: On completion of work :Ind just prior to ,job compluLiun d. te, clean and wash all glass thoroughly. Neither abrasives, implements nor mathod; lil.ely 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 cluaning. Non-labeled glass will be rejected. Clear Glas: single or double strength ns ru- 71` quired, "8" quality minimum. Tempered Glass: 7/32" minimum. Heavy Shoat Glass: 3/16". Clean-up per Supplementary General Conditions. 001 NU Ht;_, 115 Filling and Hanging: lnsLall ::L indict ted locations, set plumb, :iyuare and Icv'I .itli frames securely anchored to adjoining cons LrueLion. DOOrs shall opera Le frecly 1)n1 nuL loosely. Door clearancer, shn11 not exceed manufacturer's printed recomnernl:•ti5,n!; and shall be free from rattling in closed position. Shop Drawings: Submit- shop drawings showing complete frame schedules, details of construction connections to adjoining work, etc, for approval prior to fabricr.Liun. Delivery, storage and handling of hollow metal work shall be in a manner to prevent damage, deterioration and no per manufacturer's recotmendat•ions. Store doors in ul - right position and in dry area. Protect installed metalwork from damaga of other construction work. Guarantee: per General Conditions and Supplementary Conditions. Furnish gunrnnLcv that any door warped in excess of 3/16" out of plane within one year after dale of acceptance, will be replaced complete, including hanging, finishing, glazing and labor. s � r f L 4� J 3 S t 4i 3 41 •N 'A � e S r S c^ k t v 3 Y t a {gx 5 TSS 5 f 00189 51sCl'l:';1 f;C Ii' Af, DOOR & UTAL 1'1'L:D:S General CondiLluns and ::ul,plc;a¢nLnry General Canda.l.,. n., of LL au :,pt . Provide hollav rnatal door and irr:mcs Including louvrca i:lrn;rn un specified herein. Guarantee: as per General. Cnoditi.rmn. iteferonc^ =r 11anufncturar's recommendations and upecifications. Cu-.neral Requirements: All metal door and framon,includea lourvran or, herein opcc'.- Lied shall be provided by one manufacturer. Fabrication: Ifotch, miter., .weld and fin if;it ss»outti nfl*)toad:# rad,lacbs 11A1 Lill uur:3 for required hardware specified under 1'inlah flnrd?into no-etinn: frory+ tcvplat� , foinirited thereunder. Reinforce, butt strikes and clorera cutouto with minimum 3," inch thick stool pinto, drilled and topped and welded in pinco. Proli.cle t:trily< ;Lr•+ of frames with holes for 3 rubber door silencers; un any double.door fremion, two silencers per door at hand. provide angle oproador for frown during altipp£nSo handling and`inntsilatlon. C` thoroughly and paint with ono ohop coat of neutral l;ray runt #nhibitivc primer Ic•• :• as per AS114 D-71/1 and I1-117. Paint back uurfncoa of frnman with heavy-bodied !•ILt, vmv; paint. Mnnufncturern: Cepco, Fordorar, Hauserman, Atlas Vni.vecnnl, Ccco e•. approved. Touch-up damaged nrnaa aftur anoding r,mooth demoltud areas. VrWe co.- t. be amnoth finish. No dimples to allow after finiolt pninting. 1.1.7t:erials: Fr:m an, 16 ga. cold-rolled steel, formed to sitca, 1111;apet, mill oh.rin. Corners mitered and nil angles, returna and mitoro noatiy welded and .; tc' hcala ground smooth. UL labels required for nil fire rated openitige. Primo psi- t.. Anuhorn, nuitablo conditions, adjustable, tinlvanixod 3.6 gnugo (14 on. for labul=:s'. f.r:nncn) 2 at henda minimum, 3 onch jamb nbuvo britt reccun, and adjustable fluor inClrorv. provide 3/16" backing for all hardware. . Itcnd reinforcing, for openings over 421' and multiplu openingn, VO.nfor- fill) :1t 1, with 12 11nugo steel channole. Hinimum reinforcing, norface linrdw.ire .047" lock rainforeing .12511 ateol, hinge reinforcing .100" stool. ' Do,rra: Construct to aLmon shown; provide necessary ulearnneou and hevci.0 Lo per ;. opuration without binding and to accommodate thresholds mharo required. lg 1;r. eloctro vane canted bonderized ahoat steal face altuotu with cantiltuaus�vcrttc1 :,:.If tenors opnead 6 inchan on center. Fill space betwcon st.icfenoro with r,iocrr 1 moult wool insulation on other suitable nouad deadening mntarinl. Con14 1-- steel chnonala, extending full width and fteigilt of doors and welded to face allov'. C1u::c top:, flurlt wit11 face ahaatn.. Tiler.e allall be no visible sonms on faces of 1-3/4 inches thick units union otharwtioe scheduled. ' 111e1tlre, rainfnrco. drill and tap doors at factory for mortised hnrdw+tro. Rol, fe,r aurface hnrdwaro, such as checks, uscuteltcons, etc. a miltituula of 3116" fi and tapping in field. Door Silcncoro: 3 air cushion gum rullber mutas per door. 1.lorlun;maliip and Installation: Shop fabricate and unsombla. lttcluda veeMpornr,r stiffeners, spacers, etc. to facilitate handling and accurate erection, lrenero, ship and store to prevent warping or damage. Verify field condi.4ians lints clineun::to,+:, prior to fabrication. C'nra: Glued r'P of Edge B;Ind I" perl 314 a: 1'horo Y kiln drlcd 1 loch thick, lnmhhly kilo curc.l hardwood at all off rn�Cct ity hdheaIves' mated low Crussband and ed;os hln• I cfc;;, and edge band adhasive ince veneer ndhca 1 race vuneur _boll confor Lve ':hall P�clus Doors altall be c m to cont„1 arefull GS-35. Type II. m to L'5-35, '1'Ypu I.area bofore actualy Wrapped Gn•,_ writInd tinish as Installation prov .' protected nishandand stored in n d cd door, Cur ahallnbethat doors shall bee proper door inst.til ane _ Well ventilnf . replaced guaranteed bevols at racrorC Astrngal of same mne . CO171Plete, includln not to wnrp in a Y, if practical, +f:Il 1 g hardware at no cast CO 3/16 . Wnrpcdndolt [n sg of n Che minor. u, 7 � y � F i � � 3 rE �3• I�+�"�� P Pf _ 2 r 3 ' k - � f $ t �Ff I u A Yx s -"1 t 001 8'7 8A-; Ii) 11001) U001151 eC,ncral Conditions and Supplementary Cenorai Condition:. of these rpcai[icrtit,:z. a„.ly to this section. Provide nli wood doors as shot-in on drnwiuga, nchedulen and as specified herein, Reference Standards: Woodwork Institute of California; National Woodwork tlnnuf::cLor- or's Association; Manufacturer's recommendations and specifications. Before fabrication, as per Supplementnry General Conditionn, submit samples of cel-:;— portion of each type of door allowing core, edge hand, veneer and tiny spacial icaLurt :. Guarantee as per General Conditions, doors specified harain shall have n "life a;: installation" guarantee unions otherwise specified. The contractor shall repl::c• any door found defective within the manning of the guarsntea without charge to Clic ounor including all labor and material coats for fitLing, hnnging, finish hord;.-nro and finish for a period of one year. e Before delivering doors to the Oita, seal all edgan with an approved clear senle• , compatible with the painter's finish npoci.ftnd. ProLact the doorn during delivery and while ctored on the job. Doors shall ba atorad on the yob in a dry locatiau iltil protected from the wanther. Stack doors on edge, do not lay flat. All wood doors shall moot the raquiromcntn of Commercial Standard CS-171 and of the National Woodwork Manufacturar'a Associntton Specifications for Hardwood Veneered Mush Doors, latest edition, unless specified othorwine. kefor to Door Schedule for types, face venaorn, lnboln, nizen and details. tottrru. of doors shall clear fininh floors by 1/4 inch maximum, unless othesltiue noted oil drawings. No "finger jointing" will be parmittod at sida ntiles of dooro. Frames, Interior: Pine, premium grads. Pinger jointing not permitted, complaLe with SLOPS, WIC premium arado. Preparation of Hardware: Provide proper reinforcement for closers and hardwcro, Workmanship: Fitting and Hanging: Doors shall he expertly bung or inutallod in proper frames parr schedule and shall fit snug against all stop". Nang free from hinge bind. Install aL indicated locations; net plumb, acluare and level. Doors shall operate frcoly h:.t. not loosely. Clearances shall not exceed 1/16" at frames, 1/4" over ftninhed floor. Free from rattling in closed position. Install louvres where required or nhwan. Finish hardware: Install par manufacturer's directions. Remove after fittinr, and mnke final installation after finish painting, Wood Door Manufacturers: Acceptable. manufneturars or approtiiod equal, Reldwood, Cenrrco, Weyerhauser, Roddis, General Plywood "Payua Raze" or no approved by ..^rchi.- tact. Solid Wood Core "Premium" Braila, exterior 1-3/4" thick; interior 1-3/41' thick. Face veneer, rotary cut, premium, plain onic, standard thicknaua, thoroughly kiln dried, smoothly sanded and laid at right angles to grain of croushands. Croscbands: Thoroughly kiln dried hardwood, 1/16 inch thick, laid with grain at right angles to length of door. 00183 • BAwi mull projccltans, such as pipes, ventr, etc. shall be p:rLrtted to approY.im.iLe the b:,sic color of the roof tiles. Loading of tiles onto the roof structure prior to laying, shall be in a pattern th!t will insure uniform distribution of weight on the roof framing and will facilitate the laying of tile courses. t 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 those 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 tr::des; 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 nails. Apply roof tile ovut 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 n1I the in the roof cantilevered areas (overhangs) thru the furring strips with 1-3/4" long hot dipped galvanized roofing nails. Eneh ridge and hip tile shall be nailed to the wood supporting morbor with one 10-d galvanized box nails and scaled o th ii spot of flashing cement over naiihead. Workmanship: 'file roofing shall be applied by workmen experienced in applying tile. Cleaning: At Lite completion of his work, this contractor shall remove from ilte building and promises, all of his equipment and all debris reaulting from hls apur.ttiva. Extra Materials Dolivar to county inspector, 5Y, of total the installed, for s possible future use. ROOF 811INC1ES ALTERNATE No. 3 Work includes furnishing all labor, materials and equipment necessary to complete Installation of J-M "Fire King" fiber glass, asphalt Seal-O-Matte shingles C1:-65 A Type I or approved equal roof shingles as shown on the drawings and specified huruin as manufactured by Johns-Manville. Color shall be teak. Roof dock shall be well seasoned solid type, plywood over 2" ducking. Roofing contractor shall examine all roof docks on which this work is to be applied and uhall notify the inspector prior to starting work of any defects which he considers dutri- mental to the proper installation of his materials. 7 Materials: Undorlayment - Apply 2 plies 15# asplialt-saturated felt. Fasteners sh.rli be hot-dipped galvanized steal barbed shank roofing nails, 11 or 12 ga, with at luost 3/8" diameter heads, 8d long nails. Shingles size 121' x 36" two tab. r, Application: 5" exposure, 21" headlap. Weight 260 lbs. per square. Installation of underlayment and shingles shall be in accordance with the instruetlon, published by Johns-Manville or the manufacturer's product used. Extra Material: Furnish and deliver to county inspector, one unoponad bundle extra material for possible future use. 7l.-2 0t1 b J 175 SECTION 7K TILE ROOFING (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 the 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 Lite A materials and all work shall be installed in strict accordance with Lite 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, title contractor shall assume full responsibility for the finished instnllation of the , integrated assembly, Supervise the sheet metal installer's work as necessary, to .w assure satisfactory fabrication and placement. Examine all subsurfaces to receive work of this section. Report In writing t•a the general contractor, with a copy to the inspector, any conditions which may prove detrimental to work of this suction. 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 mny require, and this contractor will be required to make such corrections at his own expanse. Commencement of work will he construed as acceptance of all subsurfaces as satisfactory. Deliver and store materials in dry, protected arons. Keep free of corrosion or other damage. Replace any damaged parts at no cost to the owner. All subsurfaeus shall be free from material projections, dust, loose and foreign materials and any other obstructions and shall present a smooth plane, ready for installation of the work. Roofing operations shall not be conducted when water in any form is present on the dock or when materials are wet. The roofer and general contractor shall take pro- cautions to prevent other construction trades from damaging the roof during and after construction, At the and 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 match,as manufactured by Monier-Raymond 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 recommend- ed practice. The field tile color pattern shall be chocolate brown Access- ory tiles to be color keyed in accordance with manufacturer's recommendation. Roof tiles are flat interlocking 13" x 6-3/4" and are 112" 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 manufact- urer's recommended pigment to correspond to basic the color. Flashing as well au OUlb1 7K-1 1 175 stsr.rru;a ie CALKI t, SLAIANTS Gcuerat Conditions and Suppicmunt:try General C�wditlun:i fd Lhcue spuclfLcatton:; apply to this section. Supply and install nil sealing work tie Shown on drawings mid as specified harem. Reference Standards; Manufucturer s recommendations and apecifLest ions. Manufacturers: Product Rasonrch and Chemical; interchem Prusstita; Sonnenburo ] Building Products; Harold A. Price and Company; rind approved equal. 1 Guarantee per General Conditions, work shall he guaranteed for a period of 5 y- I,:,. Examine subsurfaces to receive work of this aaction. Report in writing to the gunvr I contractor with a copy to the architect, any conditions which may prove detriment:) to work of this suction. Failure to observe this injunction will constitute s4-,ivvr to any subsequent claims to the contrary and will make this contractor responsible far tiny corrections the inspector or architect may require and this contractor viii be required to make such corrections at his own expense. Commencement of work uiti he construed as acceptance of all subsurfaces. Clean and prepare surfaces to which sealant is to be applied in accordance with aranufncturar's reeonuendattons. Scrape and wire brush concrete and similar ouvfccv:. as required; all surfaces shall be dry. Primo surfaces if recommended by the manu- facturer. Apply materials in strict accordance with rnnnufncturar's printed directions: .drdsrs.• .. + mnnufacturar's requirements regarding temperature control, usability of the m:�Lerl. I :, rind protection of adjacent surfaces. Sealing surface shall he slightly eonvnr.-, free of wrinkles rind skips, uniformly smooth rind with perfect adhesion :ltm g hath sides of joint. Protect adjacent surfaces [rum excess material; leave jo,int.�.in clean, neat condition. Uafectivo joints shall be removed, cleaned and replacud , t on additional cost to the owner. Cluan-up per Supplementary General Conditions. i Matarialst 1 Sualant snail be Dow Corning 780 or as approved by architect, silicon rubber, .mu part type, non-stnining, color as selected by architect. Backup-Material: Polyethylene foam, rape type, use at joints deeper than 1/8 inch. Primer; As recommended by sealant manufacturer. Interior compound shall be Coss and Coss "Evorflexo or as approved by architect, meeting Federal Specification TT-C-598, Grade 1, 100% solids, oil base, gray color. Caulking and sealing compounds shall be one of the following kinds, or a combin.stl.ln 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 basu rubber compound, which cures at normal temperature to a flexible firm rubber, in gun grade consistency. tt i . 1 00183 7E-I 11S SEE 111114 711 MQUID WATEIR PHOOY tilt; General CondIti"jib and Supplementary General Conditions of Clmse speeiff.cariunr; pplp Lt. this seettun. Supply and Install all liquid waterproofing work as shown un drawings and speciti,. 1! herein, Guarantee as per General Conditions. This contractor shnii furnish a written gu.;r.nt,, countersigned by the general contractor that nil liquid waterproofing is unconditi,,wiII E guarantoed to be watertight for it period of 2 years. € All materials shall he applied by n licensed waterproofing contractor Approved fly if manufncturar, with not loss then 5 years of successful experience in similar il-pl1C.— cions, which shall be certified prior to start of work. This contractor shall work closely with all other Adjacent trades. Whenever the - i, tightness of this section is dependent on other trades, this contractor shall asKiiiru, full responsibility for the finished installation. Examine sill subsurfaces to receive work of this section. Report in writing t-, tier gencral contractor with a copy to the architect, any conditions which may pr„ve d,.tri- mantal to the work of this section. 11niluro to observe this injunction will e,nut it :• a waiver to nny subsequent cinima to the contrary and will make this contractor l rouponsibla for any corrections cite architect or inspector may require, And this .„�- tractnr will be required to make much correetionn sit his own expanse. Commsuhccm.nt • I work will be construed as acceptance of all subsurfaces as satisfactory. Manufacturer: Materials horain specified arc onmod to astAbiish standards of ga•eilt, and types of materials. Materials of other manufacturers may be used if tht-y i equal in quality, design and serviceability and aro as approved by the architect. Typut Rainproof Company Xi.-8.8 clear or approved equal by architect; E. A. Chomp ,--, Company, Inc., 1333 Cough Street, San Francisco, using on first coat Na. 101 and 1” for second coat. All applications shall be made in strict accordance with umnuf..ctur,•r' written instructions. Thompson's watersoal clear shall be applied to only dry, .1,• , suracas, free of dust, oil, grease. dirt and loos* mortar. Efflorusconcu, if ,,r.• cat, shall be removed with a wire brush, x The nppiicator-contractor assumes all responsibility for the proper applic:tti,-n „f I,1 A material and must correct his work if required to assure that thio material :ihplicd t,iif in fact prevent any water or moisture penetrate the exterior masonry wall nurf;-ce. a 00182 7u-1 175 r rl r, Ia;tlJiildG {�t1';lalitt .. General Conditions and Supplemvnc;,ry c.'nv .,i a:,m olII -,,m :,1 tAhcs,+ 'r',,, r• i—kLlonr npl,ly to Chia section. Supply and install all insulation an shown on drawll,y,i. and as tspetifiud herein. Reference Standards:Fedora Spoclfi.cafLoau (Pb') iut-l-Sl.(, 'Type 1, Cl:r:ut U; National Mineral Wool Insulatiun Asltoai,lfion'n "NIandarda 1,..- Mlo.•rai W.,oi flulldiait Ittaulat:loilu (NMWiA). Accvpl.able Manufacturcru: COrwea, .Inhus•FLruvi(1. Ir, N. Gypiluut, Vfbery,I'm, Premium lit-.toll „r approved equal. porfnrm a11, work necessuty and requl.rvd undet. Oil, atr.lon for the project an 11111Leated. Such work Includes but (11 tort flnitttyd 10 tits loritiahing anti i.nritaliinr, of 4111 Lhormill. and a14md 1n11ulaLl.un. Bxamt.tto all subsurfaces to receive w4101 "f Olt, rat-ct.loa. Report in wriLin(; to Lbe general contractor, with a cupy to filo ilmliectta', —iJ c„udilimvi which inuy prtly, dutrlmontal to work u1thin auction. Pai lure t:,, Orwivr 'hill Injunctlnn will volt,-1 f- Lute it waiver to any subuequonL clalm:: w tin• cuntIr ry .md w11 I malt• fait. Lulttrm t m responsible fur any corrections the Ln:11111ut"«' 01.1y ivqufru and Chin contractor will by rolplired to make such c"rrectlolul til hlu t+wn expirww. t,,4ttnuoctrmuot .,f work wilt c„n:arued ,it; accept mtv nt aLI lwbaarl n'.+tl. Subinlltala: M.inulaclurer'tt Lculoliv-11 .:pt,nliIt*ltil,n I+,r i'Atll lypt• of in:lul.,Litm ;:ubmtttod for upprov.li; 'r"atti rend tell.trtu on the ill.ivriait. rultmit tad an nuldu :ani repurLed by tilt apprvv,•d tcaLluit agency. lfit;itl insulat[oil:Ali,chv, ia:`1 (itllakutr), p.11,S. ..1 .'goal urt-Lhoon, thickness ahowu an druwinlln. t;laan all surf:icoa to ruclelwr (n11uL•t inn, rmevp and wlpo down tit remove ut.tLnrlal. Apply sit, innillatiolt ifiva,l'ta'attlr.• i:i l,•:::; 1h.ul W.” F., ;11111 Amincoin ., LompuritLure of 55' 1', for hN hoolr, pl for 1'.. .fill roll 11141 al lve Inhl,tl l ri fou. Allor IntitalluLiun .•1 nlrin,r.q;r devir.a 110 will n1,•unlad Ifelas, print: lttsul,tt1141 ill(., pl.mv, rumuvu and ..r.rtly r"r tual.vvial ar,4aid lh1^n• ,11141 „fhrr pruit'clilala. Iuyul111. dwif fit anulily .n•„"nd all pr"lrcli,4u,; 1.1111 joint:. 11j;141ly. Mix odllt•uivo in strut •.r, rd.nlrl- wl_lt it, til.witivt-,'a prion+tt Ia;.li„cfi.nts. Appt,, ,ldhesivc to luttulat it'll .+seism,: by uitht r Litt, "pw'1t1 bo..", "apuC "nucched Crewel" m th,nls ..; ruclaralwo.h-.1 by tho litaootat-ttiror and in ;I I[ca acrnr�t.arit, with his printed U.ntrootfooll. At ctgnpit;Clon of ..,.rill, iia-ala14•.1 c1u1_.,,-; _;hntl I"• :a1.,xlilt, evell, ti;,htly elite.' „•.•.,1y Lo revvfve wall I-1'•1,1!••, rl.tli: „hall he pack,igtid :old prollt- iy a1r0C.•ccod .Cul itig doIIVol-y t.o 1,it1, tf. dry :iron. Koeriai nhall It,, 1-djol +d :u1d 1,-,il iitvl.udt' witiln r, u;tnuf .;.1.,�•. t: W,tll• t..1/211 thit”, nIli.r, yu l:,t tial. elaem; Ctwll is o, •'4 i un•t1t_i.u1t 4-t,i,.0.,. `,In.��1}yy LAI! +1... lT ��! lJ - - 175 d ss dct:ni.lcd in r,crlir;:;^ unr C11Ctnr� ll ho Lnbric»L•c n.^•Ct,i(; . c,r cr. 7 r crccpC at ends of Tuna whc ere harter lcn(;Lhs ne! i,c Snlnts shnll be made with cover plaLcu set on bottom lap,in� each gutter sefine»C b". Solder pinto t:o one butter uq cc,,ment in sealant. Provide soldered tailpiece at ra ntor a u, l• ,.;tof t i{ r soldered connection to rai£Qater land oruaniaitoun.ndor nnothor i)i.vie.itrl r,i the ,rr,�t:• ixpansion joints ovary 20 Ciean-up per Supplemontary Oanerel Conditions. ! 5 � I s a a t t Y _ t Yi { ' � t' 1' •r A� k �,4 � t - \r � 4 t � e4 e M. 001 8,10 115 Supervinion: Sheet metal work attached to roofing shnli he installed under thr. supervision of the roofing subcontractors. Sheet metal work installed according to roofing manufacturer's recommendntions unless otherwise specifically shown. c Condition of Surfaces: Surfaces against which sheet metal is to be placed shall he clean, dry, smooth and free from defects, projecting nails shall be driven flush with surface of wood. All surfaces shall be inspected find corrected before stntting work, Installation: Install items in accordance with the ArcitLtecturn/ Sheet Metal Manual (SMACNA) unless otherwise shown or noted. Workmanship: Sheet metal shall be finished straight with lines, arrises and angles sharp and true and sitters and ,joints accurately fitted. Exposed work shall be free of dents, waves and buckles. All corners shall be reinforced and scams made water- proof. Test to assure watertight installation. Ample provision shall be made for expansion and contraction in all sheet metal assembly, Reinforcement shalt be provided as required. Dissimilar metals shall be isolated and protected from contact with butyl scaler or it heavy coating of DitumastLc paint. All surfaces of sheet metal In contact with groan concrete, mortar, or redwood shall be protected with a coating tit bitumastic paint. Provide waterproof washers wherever required fasteners ponatratu flashings. Exposed fasteners will not be permitted for any portion of this work. Soldering: Edges of sheet metal shall be pratlnned before soldering is begun. Hfmt thoroughly the senm and completely sweat the solder through the full width of the scam. Ample solder shall be used and the seem shall show not less titan one full inch of evenly flowed solder. Soldering shall follow immediately after application of r Cleaning: Remove all flux, scrape and dirt immediately. Excess flux shalt bu noutr.t- iLzed with 5 to 10% solution of washing soda then drenched with water. Noto;uxecas flux may cause permanent staining of copper. Joints: In general, joints shall be locked, but where Impractical, lap, river and + suldur joints not less than 1" wide. Turn all lock joints on exposed surfaces in thy direction of the flow. All Joints and miters shall be aoldured, gxpnapd edges nl+"ll bu folded, beaded or 1/2" doubled returned; no raw edges will be parmitcud. Flush Joints; Where shown or specified, shall be a butt Joint separated by it 3/16" space, act over a 12" long splice plate formed to exact fit, bad splice plate in sealant to make joint watertight. Fasteninge: Adequate to sustain normal loads which may be imposed. Securely nailed as per manufacturer's recommendations as shown or as per specifications. Applied Ln such a manner as not to jeopardize the watertight integrity of the building, i Flashings and Metal 'frim: Provide all flashings, gravel stops, parapet caps, metal i. trim and any other fabricated Items and miscellaneous sheet metal work indicated or I 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 S" centers m:+ximum. Provide continuous cleats for fastening whore face dimension expceeds 2-1/2". No nailing exposed faces. Miscellaneous flashLngs, 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 of the drawings and specifications and as required to complete the work, (N11�N 711-3 a �^ 175 Clean all surfaces before soldering. Soldering shall be performed slowly vith well heated tools so as to thoroughly treat the sheet and completely sweat the solder the full width of the seam. All lock seam work shall be flat and true to line and b,: sweated full of solder. All flat lock seams, and lap seams, where solderod, sliall by at least 112 inch and shall be made in the direction of the drainage flow, Lap seamy=, not soldered, shall lap according to the pitch but in no case loss than 9 inches. Thoroughly wash all acid flux work after soldering. Wherever possible, secure metal by means of cleats without nailing through metol. in general, space nails, rivets or screws not more than 8 inches apart, and -share 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 shests together before drilling. Where lap joints are used, lop sheets at least 4 inches. 4d Clean 611 surfaces which will be comrealed after Installation, carefully removing, grease and oil with solvent or gasoline and wiping with clean rags. Provide expansion joints in gutters as shorn or 20 fact maximum. Provide 14" mush galvanized strnLnor at outlets. Exterior Adjustable Natal Louvres: Where shown on drawings nt haaa of skylight 0 sides) furnish and instull AirolLte or approved egya£ aluminum autamntic outlet louvren Type K5260 20 gauge aluminum blades and 12 gouge aluminum frames, manufoctstt•- or: 'Cho A£rollto Company, Marietta, Ohio, Blades shnll be set on 45 degree slopu With a return bond on the interior face.Aesembie completely by factory welding. Louvres shall be phosphatized and coated with epoxy primer baked on, final finish shall be high grade alkyd urea ennmal baked on it 250" F for one-half hour In W-14 medium walnut standard color. (Submit actual color sample), Standard bronze insert screen mounted in folded "U" type frame and attach to exturiur face with sheet metal screws. Blades shall be pivoted on stainless steal bnll beur- inga in cadmLaium plated steel races and blade connecting arms 'shall be attached to operating bars with stainless steel sleeve pivot. Skylights Son Building Specialties, Division 10. Door Louvres: A£rolito or approvedequai, stationary "Z" blade of sizes shown on drawings, 16 ga, extruded aluminum louvres, Type T685S. Gutters. finehing, valleys, accessories and all necessary items essential to tilt, completeness of the sheet metal installation, though not speeLfically 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 prncticable, form and fabricate all items of sheet metal in the factory or shop. Profiles and bends shall be accurately produced as indic,:t,,d. Intersections shall be sharp, even and true. All work shall be properly reinforced an required for strength and appearance. Where work is not otherwLau shown or specified, sheet metal shall be formed and fabricated in accordance with thu ap pllc.ible requirements of the"References and Standards" hereinbefore specified, Shop Painting: All galvanized sheet metal surfaces which will be exposed: Tro.it with an rpproved acid wash and then shop painted with one coat of an approved Salv::nized primer such as zinc dust-zinc oxide primer, before delivery. See Painting Section for recos nded materials and application. Concealed surfaces: Paint with bitum£uous paint, specified above. 1 7 •tII-2 17s SECTION 7B SHEET METAL WORK General Conditions and Supplementary General Conditions of these specifications aplO to tills section. Supply and install all sheet metal work as shown on drawings and no specified hur.in. Cunrantee no per General Conditions, this contractor shall furnish if trrit:ten gnar,nt.c, countersigned by the general contractor that all sliest metal week is unconditionally gtamratnteod to be watertight for a period of 2 years. Guarantees shall be given ou the required forms. Verify all dimensions shown on drawings by taking field measurements; proper fir .nut attachment of all ports is required. Coordinate work and cooperate with any other trades whose work relates to sheet metal in any way. ~ Referents Standards: Architectural Sliest Motel Manual of the sliest Motal and Air Conditioning Contractors National Association, Inc, (SMACCNA). MntorLnie shall he to accordanca with the specifications and standards of the Amurtcon Society for Test log and Materials (ASTM) no hereinafter referred to, latest editions. Krdmilot all aednmrfaeva to rove Iva work of tittle uletinn. Ittge.u•t in writ tui, to tbv noetovaI contractor, with a copy to that tivapuetur, any coadltiomin which uk.ey peeve detrimental to work of this section. Failure to obsurvo this injunettoo will Countl- Lute 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 hu construed as acceptance of all subsurfaces, Fabricate sheet metal work to shapes and sizes detailed, allowing sufficient maturi:A for up-standing leg. Surfaces shall be free fr m waves and/or buckles, with llnus, orrises, 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 mothodn recommended by the �+ National Association of Sheet Metal Contractorq. Sheet metal work shall be accurotvly farmed, 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 fcstaned and shall be absolutely watertight. Provide expansion joints at all junctions with existing flashings and at straight rues at intervals not exceeding 15` plus or minus. Select type best stilted and least obtrusive for condition and make watertight with sealant. Attach sheet metal to surfaces which are even, smooth. sound, thoroughly dry and cle.ue, free of all defect which might affect its application. Any materials furnished here- under, errunder, and to be built into the work by others, shall be in condition for proper installation. Du all cutting, fitting, drilling or other operation in sheet mural. 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 itsiss 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 attack parts of the building is specified elsewhere. 711.1 f aplrliW I......J, �C co.l� 0 clu;jr .,c;ji Irproul, f 11 -w"LL Per Supplementary E'nctory. rradin3: Structural General Condition,;. nemove all wrn or 21,00 f as grade requirement, he etc. listed in T,b'jo 11, Of 1,110 In accordnrice 1,1L.1, 011,111 be a relittectural thlindard SPICU'UntLons. 1, ""It" All appearance. llf)Carnaca grade, rt 1:10. All.and Mats sj,.11 ,, artL plain scurf a nun joint of 2 Laches an scarfs in ldjnccnt laminations 11 I/Itil a slope not rIn "t 'In cross thorn fill,11 be nations chall be ; a flact . S"0118th r at cant two Can tinuoun lamill aPnrntcd b. 11 11 Ln or no, educing dafacto Ucll an w :!Uaar. bCq,,,F,:, 1, 'In lmnd joint. 14110ra practical 1010 1111d 01111, 141111(.fit wilf-1-t! h0atf; "JA$. pal" I 141111s, ally, I'lljonvill; I Jill', filin 1111111 4' fit Tiny: A P0nCLr,,itIn3 typo 00,11cro flurflicog after fnbrLcnti' attindtird witI, 1111: lilcv,, filp'll receive on and boforo ,,Lp...,, 181fticLut-or, C11,11 b "Ppli ed to )10 ceive n cant Of GOdlar prior to a All field - - 0 op",I I, roctina. tl:ltu: d and, or Finn' "I'll" finfcf, Dcck,' 2 1-mbern 4ftor oraction an SPOCLfLad In P al[ntLng and 1,tn 11111 it 6 PLr. 1450f 8010ct Bonn* No. 2, T & G "V" groove. Avorfigg surfaced f4co. 0;ItLonal Roof moisture coni cat P-11018 wide ltackil`13-- T ti I'llond-Dock" ronatin fnco"'Vo Sronva, Vocil pr-j 50hicted wlLto fir manufactured lu langth. Applyucto Anaoctol.ton. uraid under Win cart 211 x 611 to form HOLaturo cont LPIcation proCrI1,4 j All root unalor prior to dolivory. cut 127.. All panels cliall bo cut "Bond Rtird Dock" 011411 be '810ctOd and friatfilJod 1""nuhctureroa recOmiandatLons. and faC1,1 In accordance llitl, Purlinn� as 31101'a 811411 60 IWLnL.Loins sti Manuft0turad by M-2,000 Psi) r' pp I r0wed oqual. Stannard St�llcturoe, Tn,. 4 001 T) I t, other shapes shall conform to ASTM Specification A-96. flops shall c,a,l,nm t , ASTM A-907. Solt lengths shall be such that threads shall be excluded from on wood or steel. Standard makleable iron or equivalent steel plate washers :;hall to, provided under belt heads or nuts benring on wood. .. iatg screws, shear plates and split ring connectors shall conform to the requtrements of the "National Design Specifications for Stress-Grade Lumber and its Fastootnga" of the Notional Forest Products Associntion. Holes for bolts shalt be accurately locolvd and shall be drilled with a bit 1116 inch larger in diameter than the bolt, InstoI I'l- tion of Ing acres, shear plates and split ring connectors shall be in conform„nce with recommendations in the National Design Specifications, Galvanizing of any fabricated steel base assemblies shall be by hot-dippud process in accordance with ASTM Specification A-123 after fabrication. All connecting hnt•d- -- wore, except any galvanized base, not embedded in concrete shall be shop painted with one coat of red lead primer conforming to Federal Specification TT-P-86. All uxponed 'hardware shall be given a fLnnl coat of black interior paint at fabrLcator's shop. FubrlcnlLon: Fabrication shall be in accordance with the beat practices with adegn.,t,, plant and equipment and under the supervision of properly qualified personnel, Laminations shall be machine finished, but not sanded, to n smooth surface mnl to o uniform thickness with a maximum allowable variation of 1164 inch. Warp, twist or other characteristics which will prevent intimate contact of adjacent glued face" of sa intarfare with uniform bonding to n required curvature when under clamping presuury shall not be permitted. Surfaces to be glued shall be clean and free from oil, dont and other foreign mnterLal which will be detrimental to satisfactory glueing. Clamping methods shall be such that the pressure is as uniform as practicable liver the whole area. Nailing in lieu of clamping for pressure shall not be permitted. Clasq>ing may stnrt at any point but shall progress to an end or ends. Glutting presaur.• "7 shall be such as to assure close contact of the surface and provide a uniformly than glue line but shall be not lase than 100 pounds per square inch, Pressure Shall he maintained until the adhesive has act. The clamping time and curing process shall be in accordance with the adhesive manufacturer's recommendations. Erectioni Handling tf erection tools, equipment and methods shall be such s to avoid scarring the corners and faces or otherwise injuring the member. Sharp instro- ments or unprotected wire rope or chain slings shall not be purm£ttod. Erect laminated wood members true and plumb. Install temporary bracing wharevur necessary to take care of all of the loads to which the structure may be eubjectud, Including erection equipment and operation of same; and to keep the structure and members in proper position and alignment, Leave temporary bracing in place its long .,s may be required for safety and until no longer required to maintain proper position. As the erection progresses, the work shall be securely bolted up to take caro of ,.II dead load, lateral forces and erection stresses. Temporary bracing shall be tied to adequate support, i Protection: Members shall be individually wrapped for protection during shipment, storage and erection. Wrapping shall be of Sisalkraft, resin sized paper or similar approved method. The contractor shall continue to protect the members after erccti,m and until acceptance of work by the owner. The erector shall be responsible for proper care and protection during unloading, ltu,i ing and erection. All field-trittmed ends or surfaces shall receive a coat of pene- s.' trating type sealer prior to erection. 7 001'75 %_ uc-2 " SECTION 6f; GLOE-LAM[NA'I'ED W(stR venom,, Conditions and Supplementary General Conditions of these specificaLi onn ..pply Lo this section. Supply and install all glue-laminated work and connecting hardware as shown on Lha drawings and as specified herein including the filling of small voids. Shop drnwlnr.: per Supplementary General Conditions, showing all details required for fabriention au.l Installation. Verify all dimensions shown on drawings by taking field measurements,, proper fit end attachment of all members is required. Coordinate with all other trades whose wurU ralaatos to glue-laminated aembar installation. ^ Fabrication of laminated members shall be made by qualified fabricator and slim,, provide certificates of inspection at time of delivery of the laminotad archua fee the Job site. Each completed member shall bear a specific identification for locuclon and $hull he accompanied by n 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- oration for storage has been made and shall not be erected until preparations to ru- ceive the members are complete, including miscellaneous metal and connecting hardware embedded in concrete, Store members an supports not lose than 12 inches above ground. Dusign, fabrication and construction of structural glued-laminotad timber shall eunforaa Lo all applicable respects to the following governing standards (unless uthorwlau specified herein): The American Instituto of 'timber Construction Standards Mnm+nl NO. 301; Tito Commercial Standard for Structural Glued laminated 'Timber (:5-253; SL.uul.rrd Specifications for Structural Glued Laminated Douglas Fir Timber of the West Coast la:mberman's Association, Moisture Content: At the time of glueing, Cho moisture content of lumber shall noL be less than 1% 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 life of ,adhesive shall be in :accordance with the manufacturer's recommendations. I:xterla:• type adhesives shall be. used for all members. Exterior type adhesives shall comply with the requirements of Military Specification MIL-A-39711, for room and inturmed LaLc temperature setting resin adhesives of phenol, resorcinol and melamine base or Mill- Cary Specification HIL-A-5534-A, for high temperature setting resin adhesives of phenol, resorcinol and melamine base. Connecting Hardware: All connecting hardware indicated on the drawings shall In, furnished by the fabricator of the glue-laminated work. All ft P•lrs, :angles and i 1111++ (( _...:ai;t: .,.tt •td faloi ivo in acr_^:„i,:w-- 1t; , LcaCcd, ln:Cntl in u,:trti La:risluSt taith tj.gitL �jui.uc::, ut t; .1 ic;cl all :caatbers and rigidly accuse to structure, ix, col! r--;t:£rcd ror other trades. lrinSur joitttu Ln door £r.^.:,c;, wl.l.l. 37..t: i.-: •-. ,. _... •;t:;ps shall be applied and shall be tongue and grooved i.i+ jawbu oo•'. l: 1'o I•: . . . . ii;;itt leakage, I'I;,:nod Wall Finish: Layout, joint locution and pr_uux GL::eu ars n:3 directed by architect, Horizontal joints poroitted only in Fr+:ti=.i.a i,n c='o z„ 'A, 1' £cct in height. Joints atiall be straight and utriform but rlrnll i, 1r.r.,c ijttar., ;:r. :licca for c:;pannion. Glue to bucking with "Valdwuod" pr:nel rcu..t,:., u;: +:ij��i,` in rict nceordance with tinaurrcturor's recouutetldatiutta, i'rae>tc.. 1.ntsu zn<l£cated +6 i,ches o.c, at odgoe and 12 iitchoa O.C. at int:ormadiutu Learnt °s. 't'rirt: Plw4cd backs and to be inolallod with mitered curnt.ts r.z.1 nz:l r.x+4;estcz ; ::nd puttied. Sand no necessary to remove irragul4titicn ttleiaith:.", rt IA-illo t t iron from defect-. Nail no required for Lhi.chnoon of oc:rrbar and tact t '111n, ':Ming a1zn1.1 be at 16" o.c. sd. for s" boards, and Ltd of 1631 a.e, fn,' ;1,41 lrrarru:;. FIttirsh nailLng for interior trim. But or counter-ciuk all cxpoatcl .fi trm cltu r=;J f.' Pru•xida all miscellancous trim, backLnLi, coofnpn, for co., >letc £,• t=e:7"rte r#{�. l`E::;<• ,tcccnsnry, provide additional wood trim to back up face fl.angcc or ptc.ln#,ric.•:tc:=l --,Unota where depth exceeds that of the, atud and finish depth, :'l11•rorlt: YlnLah and aouemblo at mill or cabinet shop insofar as pos..ibl: :ant all surfaces a smooth machine finish. Closely metal% fee* mntarin?. 1;al.ctr3a7 ra,yrtiC.eA, tcndu11eti,c4»rolrrl, blocked and I;luan togtrrbreu•'te nvold une of ►rsi,lr. t`h nn prt:;sible, with aa+ltllol;rt elrutrly tato, t:hartrly tlr:i`lnr+(i 'tiff Will sttriz, '—le. 111"I.tt butt: jvi"t.0 111.1.1 uot: ba ttcucloted u,rlt,n:t s,pc+oil"Ir:,liy Lrr-l;,t`:>t+ s. t:url: shall be primed or oualod innedintoly upon dolivory acid hc ;= a lt:nwrll`taticil.' :',01 Shelf Ctoata: D. F. 1" x 211. 1. !plon and Shop Drawinso: Provide roprosontativa onm;tlon n£ woud'nnsitling, utl.c.. l.:tish matorials for approval of grado, color or.alacpo and ohap dr twistr;s} gi;chr,p :tt)ricated work. CI athan Hangar Rodn: Non-forroun metal pipe 1-1/211 dinmat:or or 1-3/e..}1'rlttat"^c.x r „S.t::. :iwt'faced and annded. Pina standard rosettes. ,:tolf & Rod Supports: Where shown nr recluircd for center support, I tt p �`Vt iIr cv:pnny, No. 1195 or approved agtta^,, +;,.;e Work: Cuntom Grade unnalect Ash with laminnted plant:Lc topn :t'ut betel! apl ;+,. Solid colors, 1164` finish. Formica, or approved equal.' itnttre ILO, velt- ctire construction,Selection: Vormlca Co., Creon Lcatitur 1772. ,i i nish Ilardware: Install in neat r hdwor.1manlike mnnnor under this oackion Rcon-"v finLsit hnrdwave before painting ani install after all painting'haa ttocz ccauslutctt. Al l taaod surfaces inaccaasibla and unexposed after inntnilat:ion, shall 1a+~tt at:-n :-fore delivery with an approved Linsoetl oil and alutnintmi jtritt;r. Ill: :k,�c{+is .. l I knirized parch used in 1:11111 work. Flillalt Carpentry Inatn1lnt:lan: Una•only hot dipped gnlvnn4.a.cd c:,sfui; nnl,ls for fabrication and Luutallation of nit work ^lrcc ;l x. ::+•t; . for witty utopping wherc-vccurinll in aurfaccd mawbor.. 11nariter t:ii1 t,t,r i=;• acccptnble on any oxposcd finish surface and niny be mune for r, l c sails c t. T X C opy - OA1 TILHS DOCUXfAlly- UNSA T/SF'gCTORY A T T11V4F Or M/CROFIL M/NG 17, SEC'I'ItNI tilt FINISH (;ARPENI'HY General Conditions and Supplementary General Conditions of these specificeLians rgipl; to this section. Supply and install complete rill finish carpentry, millwork and related items, Includiar, insl,tltation of specialties an shown on drawings and as specified herein. Shop Drawings: As per Supplementary Ceneral Conditions, submit shop drawings of millwork at full size of large scnle showing sizes, materials, grain run, mrtloola ..t construction, connection to adjacent members and installation, lndicalu all haclthq,,, na:mbera for installation no required. All hardware shall be shown on tha uhop druwl.r,;u. Samples: Submit as per the Supplementary General Conditions, Wharavur posaM le, s+rmples shall be 12 inches x 24 Inches in size or made available at mill or shop for architect's approval. Cuarnntoo as per General Conditions. Vurlfy till dimensions shown op drawings by taking field muasurements; prupur fit -n d attachmont of all parts is required. Coordinate this work with all other Lradus ..s required to complute the work to the satisfaction of the arehLtaet and euunly !aspect.". -" Dulivur all matorials of this section under protective cover and store within .Iry unclosed portions of the buildings. Do not deliver millwork until building is cloucd in and wat operations are completed and dry. Store where directed. :rotoct all finished work; repair, ropinee of refinish any damaged work. Reference Standards: DouDlas Fir: Standard Grading 6 Dressing Rules No. 16, Wont Const Lumber inspoctfon Burunu (WCLIB). Plyuoodt American Plywood Assn. (APA) Standards 6 Product Standard P51-66. Redwood: California Redwood Assn. (CRA). Millwork Standards: Woodwork Instituto of California (WIC) Custom Grndu. Other Soft 6 Hardwood: Woodwork Institute of California. Moldrurc Content: Kiln dried to maximum of 12%. Douglas Fir interior Boards: 3/4" x 5-1/2" (1" x 6" x single lenLhs. K.D.V.C, sandud surface. Douglas Fir: Exterior Douglas Fir Plywood: 1/4" or as shown or noted exterior grade. Roof Docking: D. F. Tongue 6 Groove 2 x 6 surface. Vine Trim 6 Casings; Pine, KDVG. Shelving: Various types and sizes, fixed and adjustnble indicated on drawings. Knotty Pine S4S or W.I.C. "Custom" grade, D.F, plywood surfaced. Edgu band plywood shelving. Clear Water-Repellant Preservative: Adhering to Federal Specification •TIV 572 r,-pt- ti, Composition A such as U.S. Plywood "WoodlLfu"; King Chemical "Seal 'Treat". i Material Storage: Pile lumber Ln such a manner as to allow proper venrllacion and � drainage and protection from damage. Protect the finish wood, plywood and millwork from damage and weather in area not subject to extreme temperature or humidity chaagu. Do not install interior millwork until work is dry and building is closed in. 00172 hU«! n,n'r fur :olid brnr.i;,f; to rou.. r 1„inn or ci,ece metal to form rmooth trarm ition i y and bolCin6 °£ wood memba,8 ahgil canforn C0 the tri, „:•'.,ar Fanteninaa: Nailing an the atrnctuxnl di inimum BaquiramnnCs - specified heroin and oho:m requirements o£ the URC and no ap anchor mambo,°. All bolted Cann°atiop° °hc' o rc1'1' , " ^,hieing: Bolts to secuYa y or, in the c,,, of bolted connacCiona in cone°a].ed before final steep F�hcd wool ten' cntions, immadictaly before the Wren is scaled off' drasainEs• LIS to the nailin6 Bell on 0tructural panntxation °f a °'' ;tailing: Conform used, predrill 10108 for n0Sth of the nail or np ;p lit with aixa of nail for raquirnd.ci.'-" stn pieces nhall be not lase C1°n ona-1n1$Q h structural drawings Anchors, Connectors and itanBars: nd typal. b h0rdc'Are as iodic;tr bolts, Lina and plates fior eo,:naetb Furnish and lnaenll all nCocic items o£ roug na epcaifitd t0 b, ?;nugh llardwrrcas Furs s ancl+orn, hnnPro, or steal, except ,tnaa'. requircJ, Locluding clip , cane Le mnnonrY bcr in 1 :acJ framin6 membara to used, °uf£Lciont to draw and occur° mem fitting, °mohly dxillcd h"n11u11 prnviJaJ under other recrians, installed in snug l; T,rnri.mt bolt'• be care of damago to coacrnte., oteel. ;;pans ion bolts abntl be carnf,?ily loc.tcd ue order Co oliminoteE%l�aansion bolts shall and all in nccordancn with Ch°manufaeCurnr's wti'a risk k of an on . un cnrafully located in added items. 0tao1 roLnforennnnC, roved by and other amb damage Co c0acrntn, L whnra,0hv aq pts$. rcLnforccmanl', the risk of in order Co eliminate in order items- a', bolts shall not be used axcap' the in8poeta', in wrLtia6• 1' 4 Y ""'Y" '1 OU1'71 :.11 •i teri-el .^.brill be stored caul tr:nu:ported so at; to pl:otest" fl-c-, c!•a ; c+,•:crLn;; au required. Tho contractor shall be renponnible for tnLln;; ;. 1 n"c- •:;urerx!nts at the buLldLng, the rtccurato fitting of all worts and ^ of other trades. - Prior to cu;=encing work, the contractor shall compare and chest: the dravilag o c%,.At with the other, and should any discrepancy be found, report it itwacdintely to th+, ^ Inspector for clarification or ndjuntmant. Tho contractor shall bo reapos;:ibin f.ur the location and elevation of nit rough carpentry construction shown. on drowinro. 17r.-rti.:t, Clips: Simpson Company, Universal Anchors Company, Tirrbor raatcoors, Inc., .r approved equal. Galvanized training connectors and jotat hongero no dctaflcd and r+:•+tired, not leas than No. LG gage (USS) before galvanizing, having; minimum design r =:ccity no recommended by manufacturer for leads given on drawings. ' :der-driven Fasteners: "Drive-it" system of Powder Power Toot Corporation, "t. .nset" system of Ramset Fasteners, Inc., or equivalent systems of approved equal. ",—ler-drivon fasteners shall not be used except where first approved by County in .ct Screen: Copper wnvon wire shall be a minimum 4f L/ti" mesh. t:•.ctudo furring or stripping, property shimmad and leveled where shown or required for t 1 ing f inialies. itlocking and bneking shall be furnished and inntnllcd %:here required for +'=:ccptian of wallboard, formation of nrchitocturnl features, concenlnant of pipea, } c„nd+citn, clucta, attachment of supports for toLiat room accessories, building spccinl- clea, hnrdvaro and ether fixtures. Contractor shall consult with the trades concerned :ncl alit furring and blocking they .require. t r Grounds and. Palling Strips: Dressed wood grounds shall be furnished and installed nu indicated or required for securing trim or other finish. Sat grounds rigid, true, and in perfect atIgnmont. Nail grounds to wood mambora and secure to concrete or masonry with nailing blocks or plugs or expansion typo anchors. Provide wood stripping wlturu indicatod or required for the attachment of finish materials. Fire blocking shall be installed as shown on drawings and whore required by the Uniform Building Coda. Vraml.a�, of openings: Openings shall be provided for mechanical and olectricnl <-r+++tn- trent, ducts, etc. tit:ere one or more joints are cut, tiro ,joists sopportln^, the trittc iters shall be doubled and wall spiked. Where continuation of 3 or ranru joi-stn arc: interrupted, the abutting headers and joists shall be reinforced with approved of joists hangers. Fr:nncn for Cabinets: Frame all openings in walls required for the installation of cabinets and other items, including telephone and electrical terminate. Plywood Sheathing: Install plywood with long dimension porpodicttl.tr to nupporta, studs or joists. Install all floor, wall, and roof sheathing as ahnuu act ecruct:ur:ct drruings. Blacking at all joints. Sheathing shall have oulid bearing, tinder all td+ r and shoats shall be laid up with tight joints. If necessary, protect Micathinl; fro:a weathor until roofing is installed by applying building paper or polyethylene :ice..^.tit •,. All nails securing plywood to framixig shall be barbell plywood nailr,. i 00170 ; lr5 t�.tnings: Cut and frame all openings required by other trades. Include unod cnrh:c n- at openings in roof as detailed and as required. Cutting and Catching: No structural members shall be cut unless permiesioa fit reeviv-1 frtmt the County or architect in writing, Cutting of wood girders, beams or jnIuLa .shall be limited to cuts and bored holes not deeper than 1/5th the beam depth from tilt top,.located not farther from the banal end than 3 times the beam depth for holes and not closer than 3 titttosthe boom depth for notches. Cuts in excess of this, or blared 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 tite structural carpentry for the installation of pipes, conduits and ducts will be dune by the several contractors in such trades, but all major cutting or boring of the structural carpentry and nil such work affecting the finished carpentry for such installation, shall be done by this contractor, Cross Bridging Wood: Wood croon bridging not less than 2 inches by G Inchon nuutir..ti or solid blacking shall be placed between joists where the joist span excuudu g fent . The diatnnco between linea of bridging or between bridging and bearing shall nut r•s:er-d S feet. Solid blocking shall be placed between joists at till points of snpporl :u"I nt till points where sheathing of Roaring is discontinuous. Fire Stops: All fire stopping shall not be less than 2 incites normal thicknusu, nut not loss in width than the enclosed space within the partition. Firestops shall t.t provided at all intersections of interior and exterior walls with floors, cuiliort;s and roof in such a manner as to effectively cut off cb mtunications by fire throutth " hollow concealed space and prevent bath horizontal and vertical drafts. All bridgi+u:, anti fire stopping shall comply with all requirements of USC. Keep all furring of !oast 2 inches away from all fleas or chimneys. WrnK! preservative: Preservative truntmont shall be in accordance with (11111411-111 Cu11'10,r Code and as descrlbud. All wood embedded In or laid on it concrete slab other ti3.111 foundation grade redwood shall be treated with rhe spucificd preservative. Ili am.•rv.t i ttvo shall be applied to all lumber and plywond (except "foundation grade" or better redwood) which is less than 2 fact from finished grades or which to adjacent to can- crate or masonry. This application shall be by dipping for a period of 15 minutur: at least 24 hours before use in building. Wood preservative shall be applied not loss than 6 inches from and or 6 inches beyond point of contact with concrete or mattunry. Pipes: Pipes 1.1/2" outside diameter or toes In partitions shall be placed in tilt, center of the plates using a neat bored hole; no notching shall. be allowed, in ;lily case, pipes shall not pass through plates less than 6 inches in width in plyuauud sheathed walls. Nailing Strips. Install nailing strips in concrete as detailed or required. Scaffolding: All scaffolding shall comply with scaffolding safety orders Titlu H, or the Division of Industrial Safety,DSiIA, State of California. Erect substantial Ings at all hazardous vertical and horizontal openings, pits and trenches over 2 feet deep. Protection of Work: The contractor shall take all accessary precautions and sups necessary to protect! all completed, semi-completed and temporary work from conuuuncc- mont of project to completion of same. Any portion of the work damaged or dtsftgared i shall be satisfactorily repaired or replaced and the work as a whole left without blemish at final acceptance. Exposed beams or posts shall receive one coat- of clear sealer immediately after erection. Flood end grain at cuts before erection. Wrap and protect from damage objectionable staining or uneven blanching./ IT; 111yvood at Hoof over Decking: 1/8" Std. 16/0 with ext, glue. Structur:+l Plywood: Each nheet marked with American Plywood (APA) grade stomp nlong with the DFPA quality stamp, grade Structural 11, C-D Exterior. Glu-1,am Beams: See Section 6C. , Shenthing Felt: St.ndard Brand 15 ih, nsphnit saturated felt. Hoof Decklmg: 2 x 6 tongue and groove, D.F. commercial grade. Nails for Structures: FF-N-101, bright common wise nnils 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. Dolts, Screws, Plates, Washers, Etc: ASTM A 351, galvanized At exterior or exposed to the we^Cher. Prearrvatives: Shnll be Pants, 5% pentachlorophenol in mineral spirits no mmutfActured by Monsanto Chemical Company, Sent-Trent Ponta by Pittsburgh Paints, meeting Federal Specification TT-WO572 and the NWMA Specification. The solution shnll he non-ntnining non-blooming and shall not form crystals or lonve a flame supporting residue, And ahnil completely evaporate within 5 days. No material shall he used tint will ba detriment.il to other finishes. Workmanship: All workmanship shall be in accordance with the best prnctice and shall bu accurate no to measurements and layout and shall be carefully done. Itrncing: Tempornry bracing shall be used wherever necessary and shall take care of all londe to which the structure may be subjected, including erection equipment and ,liorntlon of enme. Leave temporary bracing in place no long no may he required fur itafety. Expnsod brass, posts must ant he stained or subjected to uneven blenching no rrauit of bracing. 11:,lltng, Rotting and Screwing: Where aecaRsary to avald splitting, nettl hulrR shall [; he pro-drilled. Split pieces shall be removed and replaced. Holes for wood screws t or l,tg screws shalt be pro-drilled and screwed into place. Any driving of woad screws or Ing screws shall be cause for rojectinn and replacement of members involved, Holt holes shall be drilled 1/32" larger than bolt unless noted otherwise. No final bolt- Z` Ing shall be done until the structure has been properly aligned. All bolts and Ing screws shall be provided with square plate or malleable iron washers, under heads and nuts where they bear against wood. Carefully align exposed fastenings. Galvanise at exterior Locations, y run nailing will be allowed provided: rhe nail is the same no the specified nail; and wood members and plywood are not mnrred or damaged; and nails improperly driven are removed and replaced; ,•:fid nails are 3/8" minimum from the edge of plywood sheets; find Lite Inspector approves the place and time of use of this method. Blocking; Unless sham 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. Hough Ilardware: 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 All wall-mounted items not mounted on masonry. OU1ti -2 115 SLUEION 6A ROUGH CARIOTHY General Conditions and Supplementary General Conditions of these specific+itluns :;ppl•; to this section. Supply and install all rough carpentry work an shown on the drnwingn and as spec IIird herein. Verify all dimensions shown on drawings by taking field measurements; proper fit and attachment of all parts is required. Before cunmancing work, check all lines and levels indicated and such other work as has been completed. Should there be any discrepancies, immediately ropure in writing to the County or architect for correct I'm or adjustment. In event of failure to do so, the contractor shall be rusponulble 1.0 correction of any errors. ,^ CourdLnate work with other trades, electrical, mechanical, plumbing, etc., and du all cutting and patching required to accommodnto their work. Protect other work adjacent to this work. C.trufully pile lumber off the ground, well ventilated and protuetud from weather. Starts under cover. Each piece of lumber and plywood used for structural framing; ahaII r he graded and marked with the grado and trade mark of it ltmnbur grading organlzntlu,l. except that a cortificato of grade from such n grndLng organization may be accepted la ►tuts of grade and trade marks when approved by the County. The trade mark of the manufacturer shall also appear on each piece. Rufuruncc Standards: Standards & Grading Rules for Lumber & Plywood. Duuglns Fir and Hemlock: WCLB, Standard Grading and Dressing Rule No. lb, latest edition or Western Wood Products AssocLation (WWPA). Plywood: U. S. Standard PS 1-66, and American Plywood Association Stnndnrds. 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; Caltfurnia Redwood Association. Materials: Pieces with serious defects will be discarded regardless of grading. I'teces of lumber complying with those specifications and used for eloping rafters or joists shall be so fabricated that no knot or other defect occurs within 1'-0" of the bonring notch: Dimension Lumber: i Ilemlock Fir, White Fir 650E D.F. Structural Light Framing 3" to 4" thick Const.Grade 1050E Para.124-ce D.F. Structural Joists & flanking 2" to 4" thick, Dense No.2,1450f 6" and wider (unless better grade is noted Para. 123-B on drawings) D.F. Beams and stringers 5" and thicker Dense No. 1 1550E rectangular,width more than 2" greater Para. 130-bb than thickness (6 x 6 and 6 x 8 headers graded under tills paragraph) D.F. Beams & Stringers Dense Select Struct. 191)tll' 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 Duck All dimension lumber surfaced S4S unless noted utherwise. �, 0016 7 GA-i 175 SEUTIttN ')A S'1'BUG9'UItAL STEEL & M1SCELIANIiaUS ME':AU; General Conditions and Supplementary General Condit-0116 of these SpuclticariOtis apply to this work. Supply and install all structural ttLuet work nod mincullunuoun metal work as Indicatud on the drawings unit us specified huruln. Verily ail dimensions by taking field rauasurv_ munts; proper fit mrd attuchmuntn of all items required. Shop drawings: Submit as per Supplementary General Conditions. Submit ahup and erection drawings prior to fabrication based on Lho contract documents eivarty showini; each piece required for fabrication and erection. Approval of drawings will cover only the general scheme, design :rnd churactur of the details, but not the chucklog of dimensions, nor will such approval relieve the contrnctur from the respunaibllity for executing his work in accordance with the contract drnwingn. Cuurdinate with other trades to vlluet prompt delivery of ail nwnturialu uuvdvd Inn uraction or installatlon. Iduntily nil bulla sir sillier lousu (naturials. liufurencs Standards: Except wliuru provialour; of (hunt: spuciiicotiuna .u•u ruurc ox"Cl Ing, the work of this suetLan shall comply with all applicable pruvLoLuns of Ulu Latest aditions of thu following standards: SLandard Specificattuns fcr the ueslgn and Fabrication of Structural Stout for Buildings, of the AmerLcan InaCiLoCu of Sluvi for BuLldinga,of the American In+;titutu of Stout Construottun; Code of Stand.trd Practice for Steel Buildings and Kridgus, of said A.1.S.C.; Codu for Welding In uul.id'- ins Construction, 111.0 of the American Welding Society; Spec iticattons fur Structtnral Joints using A.S.'i'.M. A-725 or A-490 Salta by the musearch Council on Kivurud and Bulted Structural Joints. Wurkmanshipt Work Shull comply with A.I,S.L. "Maraud ut Stuul Construction", latest adLtion, unless more exacting ruqulrumunta oru t;pecilLod in the contract docum:nts. Shop painting of structural stout and ntiscull.ueouu stual: Apply 1.5 tall coat of primer to all steel not embedded In cunereLo or galvanized, and to abrasions. c ounect- Lon# and welds. Damaged coating shall be pow;poly repaired and touched-up with thu primer. Fabricate true to detali, with clean straight sharply defined pruflICE ;rnd snnnoLlt finish. Joints strung and rigid at adjoining suctions. Weld faints continuously or spot weld s# shown or required; dream fueb 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 attaclnnent of other work coming in contact with miscellaneous matai work. Furnish connections ;nd anchorage complete wiLli buiLs, rods, anchors, expansion bolts. ate, to withstand normal stresses. Fabricate assemblies with mutured angles and smoothly grind welded connections. Isolate dissimilar metals by asphaltic coatings or approved metlood. 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 rho American Welding Society. 0016*3 SA-1 175 Wall Reinforcement: Att ohuwn nn•dt.n,i'1g:; and i u .r I; ucc with r„0 lea 311, i Wall Tice: #0 or 09 gatugu Intennud1 1(a! l;radc, cor,-ai , -rcuLrtr,ot rtcr I wLre 1a t1,o r form of rectangular nuirrupo 4 incha:a cnida. Tic:; :.li.rll extend L-r 1 Imcli lroin bath -4 surfacco of the wall, or as uhown as drawingn- Joints: Concave tool. all joints, bollt vertical turd hor::nntal, on interior and cieorior r of all block masonry. Provide nominal 3/0 inch Jolmo:o and then bruub.and tool Jalas. Erection: '},sy, up unita in uniform running bond and wILIt'rueeusaLve courses lapped minimum 1/3 of a unit and no shown on draul.ngs. IncLala all wall and joint rclniure- Log its haroinafter upecifiod, and net all bolts, :uacborn, inuerti., ::leoVean otc, re- quired to be set in masonry. Cuordbinto with rill r,djacent tradc:n, ]fill block all cella enlidly wi.l:h 1;ro11• compnacvl 01' 1 part cutuaut .rod J pnrtn r : ,I whure vortical ruinfurcemant ocuuru -std iur trend L.„n;i uhuru dt,t-ii irrl. IuturIo,!. uniLn uL' wall inLartivetiaaa. l'rnvhh- hlncic lfnl nrr upaniewi.,; r.•Itrroica tell i i,inf-" ' mum two I/2inoh rude unluus uthurul.na diti-Alvd, Masonry Clesding Compound: An acid compound whin!t i,u 1,0114 soluble in sister and In not `;it" injurious to the handn, such as Sure-Kiunn. CCam ere.1al muCLn:ic acid shall not he uuod. Cleaning compound and taothod of clunning mununry :,tirfoce shall kava prior spprowtl of arcititact $ad;County. Waterproofingi Sec ;action 7L, i . ;r• A1LurnnLe ft.14i In lluu of ono-aeoru sold fivu-ncm•u cancretu mauontyl,lf" x Oil x It,") -.,,�, and 1211 x #)A -16" sxturior walls In bass bill, ruufuh land•inatulL atso4ard,,` ;;, 8" x 8tt x } ray concrete block units and 12" x 1111 x 1611 standutd block unL" at entrance. Contracts; tp,give inapactor two working days nw.Irai bufuro atar.iut or grouting mason ry. f yr < t � Y R, t Y� t� 4 Z 0016 a tom+ •s ,cy �. 175 {.rout ing: Grout tilt.+l l lie l:,hitt at ory dt,::i l,acd tit .•ct.to tLmt:c with AS ITT C94 lot t+c:im- f+ICLarur designed "iixen. 'Phr use nl .m .tilmixlaro for file porPuae ui ruducl+ig w,uai' conLent will be pernaiLLud, subject tar oloprov.il lay Hit- 1m;peclor .-I Ilio .idwixlmu, provided tilt utrength of grout if; col lnip+tired. taunt nitall tit! placed by ute.,nu til .+n approved grout pump capable of liundling it leriut 12 w1, yd, lour hour of this spULIfied 3/8 inch maximum aggregate mix, or by Other accepted method approved by the inspector. Anchorage ltetw: Bolts, straps, haagurs, lnserta and Other ,anchorage devices requlrud to support framing and other attachments shall lie built-in onloss otherwise indicated and shall be installed as block work progrssss". Curing: Give special attention it) the proper curing of the mortar joints its oulI this grout concrete pour, block work shall be Will. damp but nut saturated for .n le.iul 4 days to prevent too rapid drying during hot tit- drying wind and wu:athur. Block surfaces shall be cuvured wlLh waturprouf paper, plastic sheet or e:wv:tu wliv+t necessary to protect them from ruin or from hot, dry weather. Surfaces nut boiiij; worked on shall be protected. All, exposed block stall be elaaiiud thoroughly buforu blotches set up or dry, worl.iiig [rum the top downward with fibre brushes during thu laying up of block units, rlurl,ir and mortar stains shall be removed, using ciunuLng compound and rinsed thoroughly wittt water. All finished surfaces of finished work shall be uumarkud and unmarred, Bluhk Masonry Units: Standard Grodu "A" hollow load-bearing units as pur ASIll i -Htl In 8" x 8" x 16" ant) 12" x 810 It Ib" biro 411111 suav olirur slxus .11141 "hallus AN rutlttl rud Lit ctmplets the work indicated ti" thu drowlnli". Cument: ABTM CISo Standard Typo II Portland ccmoni. Content: ASTM 0150, 'type 1. Aggrogntes: Sand, ASTM C-144, except that nut less than 54 (by weight) p.1s"iiq; a .6 sieve, and with 957. to 100% (by weight) passing ,1 3/8 inch siovu. Grout Aggregate: ASTM C33, proportioned as follows; 3 parts fine and gradud concroto .1agregats to 2 parts of graded 3/8 inch maxinmulu size coarse aggregate. Hydrated Lima: ASTM C-207, Typo S. ' Lima Putty; 1(igh calcium lima, completely slaked before wing. Water: Potable. Waterproofing Admixturu; "burylux" as manuf:wtnrud by Burylux Wusturn of Ookl:oid, Califurnin, A.C. Hurn's "llydratite" or its approved by the County. W,aturpruofilia admixture shall be added to built murtar and grout otixes lit amounts rucuutmupdod by Ilan manufacturer but nut to the extent that mortar :and grout etrungths specified c.liaot be easily obtained. Mortar Mixing: I Part cement, 1/2 part hydrated limu and 4 parts :sand. Tan Villar it, match block. Mortar shall be mixud i" it muchauical type boLeh mixer. Mixed aur not less titan 3 minutes after all niaterials, l.ncludiig water, siru in Lite drum. When prix. ing by hand, mix until the mortar 1s completely had uniformly blended. Mix io quantities'required for immediate use and place hufure troublesome loss of slump occurs. No retempering allowed. Strength of Mortar and Grout; Mortar Strength - 2000 pal minim ina compressive strength at 28 days, Typu S Ili Iii accurdanee with U.B.C. latest edition. Grout Strength - 20OU psi minimum coutpressivu ;1rungiht :tit 2" days. 00161 :tA L75 SBC'1'I ON 4A MASONRY A l LurnuLe N--. Z Gunaral Conditions and Supplemuut.ary General C,uiditluns of those. specifications apply to this @action. Reference Standards: Uniform Building Code as udopLed, Manufncturer's recommendations and specifications. ASTM Conformance C-90-50 Crude "A" Outlaw Load Ilunring UolLs, Concrete Masonry Association's quality Central Standards. Concrete Masonry of CalLforniu. Portland Cement Association. Manufacturers: Member Coneratu Masonry AssocLuLloo. Produces furnished shall be now and as manufactured by Beet Basalt or approved equal. Site: B" x B" x lb" Litt) color and 12" x B" x 16" ton color its seleetad. See BJuvutiuns. Supply and install all masonry units shown on drawings and us specified heroin. Verify all dimensions in field; make proper ELL and attachments of all block masonry no required and coordinate work with till other trades In this related work such as blocking, subframing, backing, furring, etc., cc) insure pruper locations, 'rests and inspections may be required by the archi.Laet to verify the quulLty of strength of block matorials, murLar, grout and workmanship. County will Suluct tusllnii laboratory and owner will pay for all ruqulrud by the lusting lahorntory. Cuntr.,ctar will deliver and furnish to testing laboratory, wlthuut charge, identified s.wq,tuu of blocks, mortar and grout required for tests. Certificate, in triplicate, shall be. furnimhud Lu County and arehltuct staring that all concrete blocks have been property and thoroughly cured at, the plant buforu ship- ment and that they conform to all of the ruqulrumunts of this spuctficatloa, This contractor shall furnish and install all ruinforeing &test for grouted block masonry in accordance with Section 311. Construction - General: Walls Shalt be rtraight, plumb and true, with all eourbab true to line and level, built to dimensions shown. Calls shall bu filled Solid wltht grout as indlantcd. Ulocks shall bu laid up with waLurproof Type S mortar. Chuan unite before placing. US* only us:Sunry saw fur Carting. A1Lgnmont of Vertical Calls: Masonry Shull hu bulls Lo presorvu the unobscructud vertical eontinuLty of the culls. The vertical A Lgnmunt Shall be. Sufficient to maintain a clear, unobstructed vurtLcal opening not lues than 3 luchou In all diruct- tans. CLeanouts: Cleanout openings shall bu provided A Lha bottoms of all calls to I.c filled at each lift or pour of grout, when such [LLL of pour of grout is Ln uxcuss of 4 feet In height. Cleanouts shall be Sealed after inspactLon and before grooting. Match adjacent work. gulnfurcemant: vertical relnfurCtog shall bu placud prior to laying chu wail .tui shall be hold in place by Standard ruinforcing supports. IluriXunLal bars shall bu Lied to vertical barb as the block work progrussus and shall be untbadded in µrout. Placing of horLrutttal rcinforelttg In julats or tuurtar will nuL be. permitted. 00163 4A-1 r 175 etc. shall be filled by patching, guniLe and/or rubbiii;;, and shall 1-c (10114! at tLt. contractor's expense. Repaired uurf:aces shall dupli.c.:.ce Lilo nppenrunc! of the uu- patched work to the satisfaction of L11u 1nupectur. When concrete work is otherwise completed, clean c>:poi:cd uurfaccu free of curing compound and foreign material. Protect all ourfnces f:ro:a damage or diucoloratioo during subsequent building operations. Selected concrete batch plant shall 1:ublit" to (aunty dur.ff;n mix saint; - 1 3/41' aggregate and 3000 p.8.i. concrete using 5-1/2 neck mix. Additional Tests: If compression testa do not meet strength requirements, mix design 811.111 be adjusted; and if required by inspector, cove samples ah,ll be taken and CooCod• IP tests of euros do not mace ill rangth 1.1,,1111 r1•mentu, Clio euucroto shall It if roquirod by engineer, be ramuvl•d ,uel rupinCed, nucll testa, coli-s, romroval sod ra- pincomant shall be at the expenno „f lila cenLraCLor. A ComenCt Manufacturer's cortificaLlun of Compliance wl.th apprupriai ASPM uL:nld.ndl;. Concrete Color Hardener: Where noted ,cement color" on LnLorior l;.0 ah Gchodulu, concrete floors ,halt be finish wIL11 Kolorblun color lint-donor, 141 approved aqusl, in an approved color, dusting on not loan than 50 Ibj.111Pur 11oalor100 "tprimarin.°cinrthuC4 with manufacturer's directions. The followlnit duyp lliloryV SonlorLch C.,Pri all in Corresponding color. At project elenn-up, apply accordance with nlaaufncturor'e diructfona, Applicat•ur to make certain that final color on surface will be uniform in color t'hroughuut. Note: Tho contractor :+hall notii:y itlapactor 11t luar.t: two working day:, buforo any concr�tto pour is scl1.•dulad. . r '➢4y p '? ' ..kit,` W, •1, r b `• X _� �� � )i Y' ,K 1.q� 1 a y r U-4 175 Cold Weather Requirements: Concrete and formwork must be kept al. ;a temperature of nut less than 50" F. for not less than 72 hours after pouring, Follow Hecoamnendations of ACI 604-56. Platwork Concrete Finishes: Scheduled and identified un dr:awings and executed III the following manner: Floated Finish: Placa, strike off, eonsolidare mud level thu couereLo. Reg Ln floaL- Ing when the water sheen disappears and/or wheat the mix stiffuus anfflclently lu Ptra•nalt the proper operation of it pwur-drlvun float, uoauolidate Chu surface with power- driven floats of the impact type except in thin sections such as pun slabs. Bond float with wood or cork-faced floats In locations LneucessLblu to power flout, Chuck truu- ness of surface with a 10 foot aL•rnLght edge applied at not less than two different angles. Cut down high spots and fill iw spots during this proceduru to rpoduce pl,attu" checking true with tolerances not exceeding 1/4 inch in 10-feet. Refloat the slab immediately to a uniform, smooth, granular LOKLuru, Steel Troweled Finish: Finish first with impact power floats, as specified straw, than with power trowels and finally with hand truwuls. Trwul first with power trowel and produce a smooth surface ralntivuly free of defects but watch may contain "ossa trowel marks. Trowel by band after the surface lots hardunud . aifieluneLy, I-'111.11 trowel when the trowel moving over the surface produces a rin.uog sound. CoosolId.,Iv the surface thoroughly by hund troweling. Finisb the surface frau of trowel mark" ;cad uniform in texture and appentaneu. --M Suaded Aggregate: After bull flatting, sued surface with smooth, unbroken, w:ashyd Turri-Beach pebbles graded uniformly 1/40 to 1/2" at the rate of 7 to 8 Lbs, pur Aq.II Pubbles shall be tamped into aurfaees and troweled with wood float. Edges .laid Joints shall be tooled. When surfucu not parmits walking expuso surfacu asgrug.ue by Light broomLng, Wash off laitance and clean surface with light spray of water. Work shall be by qualified finishers to match approved sample. Concrete shall be proLuctad frau Lolurlasus .iutloo ail the ulsawuts .laid defacumvot of +toy nature during construction upura Uwts. Ifurms shaun• ll be kept wet if necss. y to a pruvnl. drying out of concrete, All coneratu starlacus meet be cured by water air othur approved methods for -it least b days after concrete is deposited. Provide for curing during Saturdays, Sundays and holidays. Immediately after finishing slabs, cover with "Sisalkraft" paper or 4 mil waight shear plastic with all joints lopped 6 inches and camented together with a wuterpruof .ad- hesive. Thu covering shall be weighted down to prevent damage from wind. 'torn latucaa shall be replaced promptly. Ory Pack and Grout: Proportions and mariner of lnst:all:atiun shall by in uccordoncc with manufacturer's recommendations to produce ,a grout which will not shrink and which will attain a minimum compressive atrungth of 2000 pounds per square inch nL the -ago of 7 days. All exposed concrete surfaces and :tdjoLnLnli work slaioud by like luakalle of cwtcrytc to !meet the approval of the inspectur. After forms are removed, prujactios fins, bolts, form ties, nails, etc, not oucussary fur Liao work shall be removed or cut back 1 inch from the surface, and joint marks and fists in exposed work shall be smoothed off and cleaned. Defects in concrete work shall be rupaLred, Voids sh.tll be chipped to a depth of ,t least 1 inch or to remove all loose material, wlLh the edges perpendicular to Liao surface and parallel to form markings. Voids, surface irregularities, chipped areas, 175 Pine and course aggregate: Me:ivure separ:hLely by mutltud nubjuCL to approv. 1 lit laboratory. Moisture content of sand: Uvtermine by vqull:ping b.heehing pl,uat with electric uhuter- ing device, approved by laboratory. CuTLng compounds: ASTM C-309, 'Type I, cunapatfble with and not .iffeeVing adhest„a of finish materials. Expansion Joints: AgrM-D1751; premulded asphalt saturated fibur. Grout: Pro-mixed, Conrad Sovig "Metal Mix", Master Builders "Enabuco", or .approved equal. Concrete Hardener: Conrad Still,it, "Nen+[-Kai", Souneboru Wil,III inll I'ruducLs "L.apIdo litt". or approved equal. Sea Pago 31:-4. Mixing Concrete: As liar Itefurvnce Slandnrda, Placing Concrete: 11ortswork - It ohall be the runtraclortx r'expunstblliLy list It,, concrete shall be pl"cud in any uuil of work uutll all forntwut'k has been chwgtletely constructed, reinforcement has been secured In place and all Items to bu buiih inr.h concrete are in place, Concreting - Execute ns a continuous upuratlun anfil Lhu aeCClala of aggnvwed „int• and sluipu is completed. Pour cut-uffn must be of .glortsved detail and local-1.111), Cluantng - Placl10g concrete, utlxlhgt and eunveyt10it og10lpmuttl xholl bu wull elv.nad, the furan and space to bu occupied by corlCrete ultall be thorougetly clualraud .11141 abh: furans wetted. Remove ground wrtter'. Handling - 'transport cuncrutu all rapidly .as pr.teticoblu iron the mlxur to tlty lit ac of final deposit by maLhuds wbleh prevent the uuporaL•lun or loss of ingrudloulf., III.- posit ieposit as nearly as praeticablu !n its final pusltiun Lu avoid ruhandLing ur fluwLi%. Do not deposit concrete that hau part ally harduned in the work. Uischurgs of Concrete: Start 11101. More than 16 nllnalus after intruductiun .+1 nhlxiiig water, Complete placing of concrete within 90 minutes of Lhu llrsL LnLruduutiuu of water into mix. Cumpactiun of Concrete; Use approved utuchonical vLbraturs thoroughly and piopvrly on all concreta. Pour Ilules: Provide to thu extunt necessary to Insuru fLLILui{ or to allow necunsary inspection. When starting it now pour or where conditions maku puddling difficult, or where reinforcing is congested, place mudlfiud cuncrutu with the same sand-cuuwnc proportions as elsewhere, but with not Moro than IN the normal amount of cuortie aggregate per yard. Use the modified concrete lit duptlt of not lugs than 3 incltus when-utorting :t new pour. Tools: Use'suitablu tools alung the Lacus ut tbu terms, during thu,pour to luace large particles .away from the furhux and bring; nwt'lar to tlu surlaca of Oita lulu+,;, i" addition, when .ipproved by County, external i.,rai vibration may be used. I'ho rotipoosi- bllity for providing fully ffilud out, smooth, cluan and properly .aligned but-focus free from objectionable packets and blemishes shall rest' entiroly with chu cuntl•nctor• Construction joints shall be located and detailed as indicaLud "n the drawings or ori approved. Make and locate Joints so as not to impair the strength of the strueturc. Clean all construction joints using sand blasting or high pressure water jet. uoughvn the entire surface of the joint, exposing coarse nggregace solidly embedded in Ihlerlar awcrix. Forms and reinforcing shall be cleaned of drippings, dubri.s, etc. 1)1. means of compressed air. 00160 St:-" 175 ti1:C7'I(Ai 3C r CAST-IN-PLACE C(MCRI T General Conditions and Supplementary Uauoral CondiLiuno of these specifications apply to this section, Reference Standards: Uniform Building Code as adopted. ` ACI "Manual of Concrete Practice" latest edition. ACI "Recomaauded Practice for Monuuring, MLxLng aad Placing Concrete". ASTM "Specifications for ReadymLx Concrete" latent cditioa. Manufacturer's Recommendations and SpueitLout Luna. ASTM "Standards in Building Codas" IoLost edition. F- Materials: Portland Comsat i ASTM CI50, Type it, low ulka11, tempuracure not to exceed L50" nt delivery. Use only one brand of cement throughout the project. Aggrcgrties: ASTM C-33. Hard durable material from usenbliahad services with proven r history of successful use in producing cuncroto with minimum shrinitago. C.V. (cteanliesia vales) and O.E. (sand equivalent) miniutum 75. M Grading of Combined Aggregate: percentage by NoighL Pausing Sieve: Sievo Size � )/ '�'14x. 3/4" Max. 3/4" 55. 77 40- 80 3/8`1 40- 55 40- 60 No. 4 c 30- 40 30- 45 No. S 22- 35 20- 35 No. 1616- 30 13- 23 No. 30 l•. 10- 20 5- 15 t No. So 2t 2- 8 i- 5 No. 100 t 1. 3 9- 2 µ t No. 200 0- 1 Water; Poteri clean and free from dulotchous innttor and organic,matter. Concrete Strength and Proportion": 0auian cumpranniva strength, mnxLw= aggroguto size, maximum slump, maximum water/eentunt ratio, minimum cement fuetor, as shown on drawingti. othgp controls and litnitnLiuns of the npuelf(eations will bu given due eotnaidurution.- Specified Strength darn out cunstitutu Ole rulu control of the concrete. All,^Joncrata shall develop tiro 3000psi cuuyrrausiva atraylth wit 2g days. Mix Design: {ill mixes to be designed by an tadependotnt qualified tasting laboratory' employed and pap for by cuntraetur. Said laboratory alrall have buar continuously in business fo; at least the last 4 years and operates under the direction of a civil engineer regi%tared in tike StaLo ut CAlfornia. Deterinine exact amowrL of camant, Ci,t"• and coarct, a!;lSregated, ndmixturu and %cilvi. Proportions shall producu maximum dt•nulty, nlinLutum gilt rinkagu and rpucLfLud sera„nth, Masi:nunt 4” ;;,hasp Actual. Slump: Slutap tent/(rettuirud) i.y impactor .gad ;+•vturut at time or. talri.u}; ,.•r.+ cylinder. Contractor ru furtriain uttddwr nt cylinder:: :r.: r,:qu i+cud by Ltutpvctur. 175 SisC'i'ICIi lS ItlillJPOItCINC Sl'Ii�L General Conditions and Supplementary General Conditions of these specifications apply to this section. Reference Standards: ASTM applicable suctiono. American Ctslcrutu Institute•Mimual of Standard Practice for Detailing Ituinforood Concrete Structures. Mnterialst All Reinforcements ASTM A-615 (Uredo 40) Wires ASTM A-82 Wire Fabric: ASTM A-185 Provide metol accessories, including spacers, chairs, ties and other devices necessary for proper assembly, placing, spacing and supports roinforcemant in place. Furnish mill certificates indicating coitiplianco with specified ASTM standards. General Requirements: Reinforcement shall be stored in a manner that will avoid ox- ceesive rusting or coating with greasa, oil, dirt or other objectionable materials. Storage shall be in separate phos or rneka to avoid confusion or loss of idonlifiea- tion after bundles are broken, and to prevent delay in construction. All concrete shall be roinforced as shown. If no reiaforcomeat is shown, reinforce in the onme manner as that shown in aimilar places. Unless otherwise noted, all rein- forcement shall be deformed. Accurately bend and place bare as indicated on drawings and securely supported and fastened to prevent movement during tho placement of concrete. Lap a minimum of 40 diameters, Immediately before placing concrete, Liss poaiL,un. suppurt and anchorage of ruin- forcomsnt shell be chackad and it' uvcussary corructud. Secure in position by suitnble supports and by wiring itt intersections with No, 14 or No. 16 iron tie wire. Supports sliall be of sufficient number itud strength to rasiat crushing or displacement under full land. Supports other than of concrete or, ferrous metal are not permitted. Metal aliall not extend to ourface of concrete. y Shop Drawings: Show complete bending ugll placing of all reinforcing. 'rho dotolls shall include the diagrammatic ciuvations of all wails, at a scale sufficiently large to show clearly the position and uroution marks of marginal bars around openings including dowels, splices, etc. fur these bars. Do not fabricate reinforcing until shup drawings arc approved. No steel shall be placed prior to the distribution of Lite corrected shop drawings. All steel shall be free of rust or concrete. Sandblast as necessary to achieve it clean surface. 3D-1 1Y 175 SILL"f1UN 3A ctZil:111, Fi„lrlwoiut General Conditionrz and :Supplenn•nt:ny Ci�ntwal t;{.adltlonii of theav i.pccifEeiitfons :giply to this auction. Ruferanco Stundarda: Uniform Building Omit-, ie-: odupted. ACI Manual of Concrete Practice, latent: udillonn. Recommended Practice for Concrete ironwork, ACI-347. Standard Grading and Dressing Rules for West Coast lumber No. 16 of the West Const Lumbar. U. S. Commercial Standard PS 1-66 for Douglas Fir Plywood. Materials: Larth Forms: Bnrrh forms m:ry for niipd fn1• fool fogii, gradv bp,ann. Mr. only whurr roll is firm and stable mid concrutu will taut by vxponvd, Wood Forms: Plywood - DFPA Plyform, tirade I1-11, Clain 1, 5/8" mtnlmum tilLcknauu,ext. Lumber - Douglas Fir, construction )tr;ido, for reveals, biockouts or whure shown on drawings. Ties and Spreaders: Wire Lion or wood nproadurn notpo mitted, Form ties 811,111 be a type which do not lunve an open holu through the ouncruto and which permits nowt and solid patching cit every hole. When forma fire removed all metal shall be not lose than 1 inch from the surface. Form Coating: MLII form oils aro not pormilted. Uou nonstaining type which will not be dolaterious to future coatings or other flniohaa. Workmanship: Trench earth forms at: le.irit, l laehoa wider than footing width iihuwn on plana. Construct wood edge strips at oach aldo of t.ruoch of top to socuru reinforcing and prevent trench from sloughing. Finn sidun oil' fuoLlmyls whuru carth sloughs. Prior to starting formwork, carefully lay out •i'li form Joints and tie roils. Locate to occur in unobtrusive locations. Where uxposud, varufully alliin vurtically and horizontally In regular geometric pattern. Vito plywood and forin lumber of maximum size. Space do rods maximum. Framo uponionn in walla, floors whuru requfrod and as ahown on drawings. Arrangamant of formwork must allow erection In thu proper sequence and porm�t remuval without damage to the concrete. Construct formwork to the shape-, lines and dinstauLeos of the concrete and tight enough to prevent mortar leakage. Tio, bravo, shore and aopport forms to resist prosuuru from any source, withuat falluru of .Loy part and without uxcusalvr dufluctlon. 1/81i max. only approved form scalers may be- used providiull tine auuler Is complutely dry before placing reinforcement. 3/8" chamfor corners and edl;us of all cuocreto work whoro the surfaces are not to bu Covered. Before depositing concrete, all debris shall be rettloved from the space to be occupied by the concrete and forms shall be thoroughly wetted. Reinforcement and inserts to be secured in position. Remove free utanding water. '•'s'J1't!' 175 Materials: Aggregate Base - Class 2, 1t a 78 min., 6 " maximum, confurmbil; to State Spccifi- cations 26-1.02b. Base Primer -Liquid asphalt, Type CS-1, SLatC Slice IfLcatlona, ScctLon 93, Asphalt Concrete - Compacted atenm refined paving; asphalt 60-70 or 85-100 penetrating range, conforming to State Specifications 39-2.04 for 'lype B. using 112 inch maximum aggregate, medium grading. Line Paint - Chevron Asphalt Company, Lnykold Line Paint or approved equal. Preparation: Subgrade - After utility lines have boon laid, fill and tamp all traces of utility trenches. Prepare subgrado in accordance with requirements for Class A subgrode, Section 21, Standard Spacificntf.unn. Take every precaution to obtain a subgrado of uniform bearing power by compacting to provide a fLrm base. Roll subgrade as per Section an Excavation, Pilling, and Ilackfilllnl; of thvae apeeLfientiona. Grading - Do any necessary finish grading in addition to that performed in accord- ance with Earthwork to bring subrndas after final compactLun to required grades and sections as indicated. Utility Structures and Underground Piping in Pawed Areas - shall be installed before paving, Check for proper inat.ailatlon, correct ulovatton and position of utility and drainage strueturau located Ln mune to be pawed or surfaced, and make or have made any necessary adjustments to said etructurem. Soil Sterilization - Munoborchloratn aL 1401) pounds per acre or polyburclor+ata at 1800 pounds per acro. Apply to all paving area. AlipIWatisill m.ay be facilft+ated by dissolving starilizur with water. Moisten subgrado before paving operations. Place no surfacing on muddy or frozen sullgrade. , t Paving and Base: Pavement Component Vocation Design Asphaltic Class 2 Total Traffic Concrete Aggregate 0+eau Thickness Index Inehus (L e Automobile Parking Stalls 3.5 2 6 S Interior Traffic Chanaels 4.0 2 fi ti r_ 44 N e a t A . 175 SECTION 26 PAVING 6 PARKING LOl' 1M1`kOVEMENTS ALTERNATE NO. 7 General Conditions and Supplementary General Conditions of these specifications apply. Complete all paving work as shown on the drnwinEs 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 fur Testing 4 Materials (ASTM). The following work shall be performed under this contract: 1. Final subgrade preparation. 2. Weed killer. ,3. Rock baso. 4. Asphalt prime cont and tack char. 5. Asphalt aggregate, surfucu cuursu, cuntrol plant but-mix. ' 6. Precast concrete whoal stops ns shown. 7. Header boards. S. Asphalt berms. A 9. Cutting, filling, grading and compacting to Una.# 9o0#blgrp,;IP. 10. Traffic line marking and parking stall striping. 11. Concrets curbs as shown. Asphalt Concrete Surfacing: Spread aggregate for ehu baso in conformance with State Specifications, Suction 26-1.0411. Compact aggrugate baso to 954 degree of compaction in conformance with State Spucifluationa, Suctiuu 26-1.05 and Matorials Manual, Test Method 216-F, thickness as required. Apply base primer at rata of 1/4 gallon minimum par 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. 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 ur 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 !tours aftur finished surface has dried completely. Parking Striping: White Line Paint as shown, straight and accurate, evonly 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 p rnjuet inspector. f, 2B-;l I ��'{ ;t CUC rc�lur:;C of the I 175 _i will be parformed 4ll1L' Testi-F Tha follo+ing work the direct g, ,crfurmcd uuder and impcccion r filling and CumPttetion rhal.i be 1 a, All excavntion, incur, Cout of tontinb m;,dc supervision and control or. except; eh.- table mntorfill., t that Ecco E. addirioIu;1 testing will:be paid Lor by tctiont raplucctuent of unaCCct will be n le�rY by inadoquato comp+ ecif.icationo, 1 ing wLEh rho druwlugu �Ldtiono cu Por Mit sufficient IOFp-, �r work not ce— y rico. Schodulo of Lea Ind rorform neccounry,. ., dated from the•eontinQor to tako the nucuuuury eamP r t for the colla ong oyy work. netcd t a (JU", or in-plure mnturiulu arc to 0od tube datermincd by W�Mill, backfill, Lor Control uhull b• f denuity, too maxltmmt dmwitl urchin a v1557-70C, 'lou ruuultu of Uteuo cuuud cdal1Aby urssu stip ul.l ASTM R• u$iPi'. cmatlatiun of work will rc ulruumta uoull bo reworked which ►attaiuctory I tro occ dull ruquiroawnte. ttt icsox that Juoe not moot ml.ubaunt douoity I VAAWpptpacted until it moots too t t <4 'S�5 �;rv'�' t I't• L " � f ' f 4 A ,� 1i t• tt }`s t„s� { 00151 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 linea or other underground obstructions or piping may ` 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 N at his own expense. Abandoned lines, motors and boxes, obstructions or piping, shall be removed, plugged, or capped in accordance with the require- mute and approval of the agencies affected, or as directud by the County. Coordinate all such work with applicable mechanical or electrical trade having rasponaibtlity. Remove all abandoned utility lines, pipes, conduits, etc.. to a poin�5 feet outside new building lines or at the property lines if elosei. 4. Dewatering: Maintain all excavated areas free from wuter throughout progress of the work in a manner that will keep the entire site roasonably dry and in an accessible and workable condition at all times. Do not damage adjacent areas. 5. Site Excavation and Fill: u. Fill areas and areas with cuts loss than 6 inches deep, excavate to a depth of 6 inches. Excavation should extend at Least 5 foot beyond the perimeter of the building and at least 2 feet beyond exterior paving. Additional localised excavation may be :squired in areas of loose or porous soil, Scarify the exposed surface after stripping and excavation to a depth of r 6 Luba#, moisture condition, dnd coaq)nct to nL loast90 parcmut relative ' �(i•t catpactton. .;. ► 6. Grading: All areas covered by Lila project, including excavated end filled ureas and adjacent transition areas, shall be uniformly graded so that finished surfaces are at the elevations noted. Areas to receive topsoil shall be graded to allow for such material. FinLahed'surfaces and surfaces to receive paving and aggregate base shall be reasonably smooth, compacted, and free from irregular surfava drainage and shall nut vary more than 0.10 foot from the established grade:': 7. Slopes 4quired: a. Arougd building, subgrade and finish grades shall be evenly eloped to lir avide_1; dralaage away from the building at a slope not lose than 1/4 inch per luot ualeps otherwise shown. b., Geaaral site drainage shall have a elope of not less than 1/8 inch per foot. e. Ditches, swales and gutters shall have grades permitting positive and complete . dssLgage. , . . OU153 2-3 175 Products: 1. Fills: a. Select Fill Material Requirements: in additio,t to general rcquiromants stated above, imported fill materiel if required ahall corsforrr1a.foilrnrilip, requirements: size 3 inch max. rocks or lumps W Plasticity Index 157 nutxbnum Liquid Limit to U•1, nmxLim lilt No organic material and Jim mqunoJon potcntfill. 2. Execution: a. Existing Conditiona: (A topogrnphic aurvc+y of the proporLy-Ctan boon inOlt(led in the drawings for raferuncu uuly). CuntraaLm- uhnli be Jecteud to havr inspected the site and untiul:led himself an to actual llrader: and levulc .:ud the true conditions under which Lha %cork i:c t:+, lou pariah d. b. Clearing: Contractor allall arcul)t Of it an hit n intlz it anti nhal t reutuva ,c uw site all vogetariun, dubrlu, urganic ant:., ::ad ,,Lhurulut; ,.IIIc;tiunnblu material which iu not au1La1jlu fur unu na ,i l l ar iut' uuppr,rt el' atruct,,,.11 loads,or stabil. e. Grubbing: Grubbing shall conuint of the removal of atumpc, reOLa larger Lhan 1 inch diameter, and matted :'oat ayatanw. Itcwuval allnll ba to it depth nut leas than 18 inches below orlUinal ground level and shall a:trend, excel+t :�;+ otherwise noted, at least lU feet beyond building lines and pnvolmont edgun. Unless forthor excavation in required, dgpruauions made by llrubbing shall hu filled and compacted as aptic.Med under fill. d, Disposal: Itemovu all cloared and grubbed watcric:l from rho ulpe. No bun+inu permitted. 3. Excavation for FuundaL'ionu: , a. Make excavations to dimonaien,} and elevall+ata Inlliuntt:d n,t drawiup,u. It suitable boaring is not uncuunturud at the .Icpth ludictIV-1 uu the drnwlG, •; immediately notify the County,who will in;cl.ruel' archl.tuul:tu w:+ko upprul+r; :Ir datermipatious and lusuu a chintl;e'order if nuctoonary, lemur will mut p.,v t+,r excavations carried below indicated grader: without: uwner';c writWit, autltur tionu Whore unauthorixod exeava1lutla are arnlu hulow indican"'I nluvatlnw; under slabs, reutoru to proper ulavationa au ::pualfted lar cm.:ip.+atud 11"k I—I I ll- ing; and if under footings, Itlercaso wall ur luutiag duptlt a:: +tlruuted. r a ."J- 00152r 1 175 SECTION 2A OIMUNG AND l AR'171WORK The general conditions, supplamantary gencrnl conditions and genurai requirements apply. General: 1. Scopes 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 followings a. Clearing and grubbing including conservation of top soil. b. Excavation. e. Pill and backfill. d. Compaction. e. Grading (including rough grridLng of nrens 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 alabn. 2. Regulations and Standardst a. All work in public proporty shall confarm to 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- ments. Consult with P G and E prior to starting work. 3. Soils Report: Refer to soil investigation and report prapard by Engeo. Inc, dated April 8, 1976, Engeo Project No. 115-0683-131, and shall be made part of this section where applicable. If there is any conflict between data contained in moils report and Chia auction, the more stringent specification will govern. 4. Soils Borings: Subsurface suits invoatigations have been mado at tike site and logs of the tout holes nra availahlq with Chu soL1n report. Such investigntions have been made for the purposto: of design .,Aly and nuither the Architect, titin owner, nor the sails onginaur guarantee adatluacy or accuracy of tiro data, or that data are representative of alt cutiditionn to be uncuunterud. Such inform- ation is made available for Denunil iufoitnaLlun only and shall not relieve Clio contractor of the responsibility for making hin awn determination. 5. Protection: " a. Maintain all bench marks, monuments and other reference points.. If disturbed or destroyed, replace as directed. b.. Protect existing walks, fences, roads, header boards, etc. Any damage to same stall be repaired to Lite County's Satisfaction at the County's dincrution. 00151 yY , 2A-1 r' 175 U.C. UNDERCUT UNO UNLESS NOTED (TrRHRWI:;IS VERT: VERTICAL W/ WTTII W.C. WATER CLOSET WD. WOOD W.I. WROUGHT IRON W.1.,C.,,;, #� WOODWORK INSTITUTE OF C&LIPOENM 4` t r x rt� Dol 1 � Found an Shoot No. A-G Door Type 13' (Soo Door Schaduln) 'i Hardware Group ' 4 ' (Soo SpocificntLons) <` 2 . Cuunty Duur Idents Ic.&Iuu Nur KIIIII-mamma c Window Typo 'U' (L'nu Wlndcw! Ilchodul(r) sem- • 5� 'r1 r See Site Plan „ PIAN JAGW r. 1/4-' Scale Pl4U$ T17 .i4 iw r• i S} i { t .0 d �^ 4: Masonry Wall Setam 3," Typical Partition 31-' aruda unleea aliawn otherwiae 00150 t ,. ,,• IRS-1 � I• !P 275 :iLS:I'I tIN I t: lam' A IIINIKV IAT I(W; A.U. ANCHOR 11OLT 111111, IIIAlllac ADJ. ADJUSTABLE OW; IIIGII RETURN GRILLE AL.,AL.UM. ALUMINUM JT. JOINT SLK. BLOCK SLK'G.` BLOCKING K/V KNAPE tL VOGT ELM. SEAM (CAB'T. HARDWARE) B/S BOTH SIDES LAM. LAMINA'T'E C.B. CowmirrE BLOCK LU. LONG CEMT. CEMENT' L.W. LLGInVELCHT OCR. CERAMIC CFM CUBIC FT./MIN. M.II. MACiIINL BOLT CIA. CLEAR HPL. METAL C.I. CAST IRON Mlttt,. MATERIAL C.J. CELLING JOIST, CONSTRUCTION JOINT N.1.t%. NUI' IN CONTRACT CLC. CEILING N.T.S. NUr TO SCALE GONG. CONCRETE CONN. CONNECTION U/C. O.C. ON CENTER C".1 COMPOSITION 0.11. OVERISIAD,ONERHANG CO. CtIHTINUOU8 OP'G. OPENING L'ENITH LINE OPS'. OPPOSITE LAG CEILING RETURN CHILLK 0 S A OITS2DS AIR C.S. COUNTER SUNK CSO CEILING SUPPLY ORiLt,{! Pt:. PIECH 1'.1.., III, PIA'1'It LLNE,PROPERTY LINE DBL. DOUBLE I'LMD,IPi.YWO PLYWOOD D.G. DOOR GRILLE DIA., b DIAMETER RAPT. RAFTERS DIM. DIMENSION NEW. REINFORCING DO. DITTO ItHLIWD,ItWD. RHOWOOD DR. DOOR Wil?. RBFRLGERATOR DT'IS. DETAILS II Q'TS. REQUIHEM1tNTS ay.. DRWGS. DRAWINGS R.O. ROUGH OPENING It.S. Wiwi SAWN EA. EACH R.W.L. RAIN WATER LEADER . EQUAL EE..R.C. Rnixelitic IUIIULA'1' COIL S.U, SOLID BLOCKING a EXT. KXTEitlOt Sim, SIMIIAR Sim. SIIHIrr F.C. FLEX CONNECTION $1.. SLIDING P.J. FLOOR JOIST S,S. STAINLESS STEEL, P.L. FLOOR LINE SERVICK SINK F.O.B. FRONT OF BUILDING S.S.G. SIUEWALL SUPPLY GRILLE, PING. FOOTING STL. STEEL GA. GUAGE T.A. TOWEL EAR CALV. GALVANIZED TIP. 'TOIL= PAPER G.B.,CYP.BD. GYPSUM BOARD 'TI1'D THRESHOLD GL. GLASS TYP. 'TYPICAL GR: C&ADE G.S.M. GALVANIZED SHEET METAL r 001 409 ay�t IIs 51:Cf1CN 111 ALTL+l1HA9'lig General Conditions and Supplementary Cenoral Conditions of Chase specifications to this section, aPP1Y DescriptiSupplement of AlternaCae: Not nuccauurily complutu At detail but intended to auppletmnC information shown on drawing and to LlldLeale the intent of tiro "A1Crrnate"," List of Alternates: Altcrn �: In lieu of vin I w furnish and install un cvpsum Vinyl lrcovering o a ing Ill,ntltmLtttrtd noted per specification Secfiun 9A, at thu drawings, etc, and paint flniuh LWIa a In lieu n nrtJ I2 x g r, of a u-scum and five-,cora x 16 oxturinr will la lu brunt bid, Ira nlnhn�tultinnl,'Itt�� (8" x a" x 16n 160' gray concrcCe block unite and IY." x fi" utnndrrt•d block uullurrnLaud fill ,,t1" x' Alternate Ho �• In 1lnu of cuncrutr: Cl.lu rnui in Irnue hid, l'urninh and inatail esph-it�compoition ehinglos us upuclftad in lluctiun 7K-2 or A7tarnate Ho Chesu apociflcotiuna. ----- M I 4: Delete flag pole including concrete baso and foot! in Rection 1llA-3. ng as specified Ito n ''• Dolut'o a ' Specialties geB kYlldlht nn ahnwn null upr•c•Ifind tinder nd Detail !p/A6 un drowittgm, nuctLun ''Niacellnneous r Alto–—e H�6: Delete apaeifiod and dotaLlod trophy caao and bulletin board, 1�l4tttate H0 7: palate parking sot improvemuntu as shown and detailed, 00148 ,y,r I fir,t eel f..n in.i li._.Ji iir: ' a. I'll(, contr.ictor a1h.01 t.ilw ill n•cennary precautionn for the safety of, and shall provide n11 neceas.nry plotectinn to prevent damage, injury or loss to: 1. All i-mpiryres on Liu• work rued all other persona who may he affected thereby. Z. All file work nod all m.tterials and equipment to he Incorporated therein, whether in atornpe osi or off lite site, '1. Other prOperLy nt the aft,- or adjacea (hereto, including trees, shrubs, Oft-=moo" walks, pnv,atx.nCrs, ro,r.Iwaya, ittruCLuren and utiiiCirs noL designated for removal, reloc.ition tw rrpiacement in tate course of construction. 4. At Lite Lnnirect'or's dincretton, rcpincement of entire portion of item 3 nbove may he required If In lite judgement patching will not be satisfactory, It. 'rite conCractoi ahalf comply with all npplicohle laws, ordlnnnces, rules, Tegu- latinna and orders of any I>tswic ntithortty having jurisdiction for the safety of pernans, or property .,r Lo protect thorn from ditmage, injury or lose. He shall erre!. .md maintain, sit required try existing; conditions and progress of the Murk, ,ill necen::u•y +rrirl,n.rrds for !safety and protection, including post- fill', d.urlpr ::igos and othrr w.truiulil al;airtnt itaxnrdis, promnigating safety rep.u- lotions +rod ani ifyfult .-wn,v'n aid osern ill adlareui utiticlen. e. 'ritt. ronir•sctor oh,tif tros,vly .,iris ,if rrvfniremenin of (611A. dust Control: lite contractor shall conLrol cite generation of dust due to his operations And nh.ril save Lite owner free and harmless from claims of lose or damage rotntlting frost :,uch dust, Arel!i of eontracror n operations shall be sprinkled as required to control dust. No neparaCe payment will be made for dust control and nil costs in connection therewith nhnll be included in the contract price for which Cite work is incidental theret-r. ,iollu Report; A ,:nit Invent twit inn repna, prepared by Fagan incorporated dated April g, 197h, is aval.labie fin• inspection in the architect's office. The inveatt- gattnn was roade fm purposes of design only and neither the owner, the architect nor the and in enitinrer ituaranLow adequacy or accuracy of the datit. iltili.ty Sr.ryicc (:hornet; Thr Conuty will pay dtt•ectly to the utility companies connection fret., permit tern, .tad ;ill nthm• filen s•equiretl by tilt- utility companies and nnsocintr-d with the perninent id.1.111y services. As-Built ilrawinxit: The contractor shall maintain at the site for the owner one copy of all drawings, specifications, addenda, npproved shop drawings, change orders ;ani 4,1114,1. rareUtirati4,re:, In i;4,nd order and marked to record alI changes mndo during construction. There shall he availahie to Lite architect. The drawings, marked to rrc,nd .ill ebani;es m;nh• dorinft rooniroctiun, nh,iil' be delivered to him for the owner spoil c,nnpietion of Hs- wnrl;,N.. payownt will by ..i'.-wvJ unlvw; drawings are currant at time of payment. Cleaning at Completion. 'rhe clean at completion specified in the foregoing General Conditions shall include the thorough cleaning of all glass, mirrors, plastic facing material, plumbing fixtures, factory-finished metal, plated or polished metal, wall tile, removing; all paint, stains, putty, mastic, plaster and mortar without scratching the glass, metal, ar fixtures. All exposed concrete floors, the floors, and floor covering; nriterioln must be thoroughly cleanat the time of acceptance. IA-2 17i SI•:Cl'ION IA I'itu.ti:CY c:iNEIKA1. itlit2111HEMENTS Cenernl r;nnditions: The fel Inwinr; art ie len shall gopplement the General Conditions and Soppirment n•y tn-neral Condit lone: and opal l become it port thereof and shall super- cede nny parts of the General Conditions and Supplcmentnry General Conditions with which they conflict, Atelhitrct'n Stntun: The architect will make ttpecinf visits to the site only to the exteni authorized ity fire County for the pnrpone of answering specific questions pertAnlnl, tit the pro,lect. 'Ilse archttect will endravor to guard the owner against defer_trr and deficiencles in fhe work of kite contractor. The nrchitect waives any responnifill ity to seta in thin pro.loei, due to the rettults of modifications made in the field or on pians and spocificationn by other than the architect or his authorized aiientn. The nrchitect will not be responsible for construction means, precnutioas and progrnmit in connection with lite work, and he will not be responsible for the contractor's follure to carry out Lite work in accordance with the contract documents. Prolect inspector: A project inspector, a ropresenttitive of the owner, will be provided by Cite owner tit hill coot. Tcmnorary Job office; Contractor nitull providu secure, watortigltt structure, wieth electric light, a table suitable for Mapoctor's use for Job site plans and speeitfi- cations and a private phone line for his use for tike duration of the job. Heat shall be provided. Datum and t.t ou : Ileeferenen eelev:tl:ion shall be checked to the dntum shown on the drowloi;n. i,+tyoot of all Ilnen .rad Ilradrn ahown on drnwingn to ho demo by s regis- terrni e1111fiterr or land surveyor, who rtlrall certify In writing that all work has been clone as per drawfolla. 'flit contractor Miall he ronponatblo for tire. cortectness and proper execution of the work, Def I.it ItIoil of 'terms: :t. Ae,roved 1: aa! tchall mean "Approvvd an an equal. in the opinion of the owner''. b. Egufyalent shall mean-"Equivalent tit the opinion of the owner". c. Aa Ilirect:ed shall tae•an on directed by tha exwnnr". d. An Itenuirod ahall mean nn needed to suit specific job conditions and/or as necexnary according to bent hoildion practice to accomplish tote intended result. u. As Shown shall mean in shown oo drawings. f. Ali'Rejected ahalI mean ua m-Itetell I.y tile owner". 175 lndemnificntion (continued) "31 tile C1+c owner or i1tAn^re bcontrnctoritect or y anyone of n. to any and all claims nK, of Chem nyenta or emplWea by an employee or the themcontOr anyone for whose act, any directly or indirectly employed by any of them or n^Y nrA rn h shall not be obligation under Chia a ofgdnmage,, compensation may he l,able, the lndemnificntion K limited in Any wiry by n^Y limil•ntion no the amount oeuU ontractor under workmen', or benefits payable i+5r or for tile_ contractor or ^^Y to ee benefit acts, crmryrensation seta, dlaabillCy 1>ear.flt nets or other emp Y nraRrnplt shn11 not extend to ilia n{lento or r�mplay , a arising out of (1), the designs r;. Tho n6lfgntlon of the r•anlrnr'lor under til ^ P e orders, pedes ,+f I he arch)t ecl'• r+, up In I ort++, report r,, nurveys, chnny. t'hn 11nbf.ltty Rive Jlrectiogs ox Lnstrnct- tLon or ++pprovnl nl maps, J rrwlrivinit u{. or the fallure to R or failure to hl, ngenln Or rmpinyeou provide) such giving or npoc{ficntlnnn, or f71 Chu 1: or damage. Man by the nrcbitrct, glue is Cho primary cause of Cho injury SeCtloo 2+, just prior to acceptance: {�) CleanlnR-11P- 1%anernl Conditinnn'� in raquired ) ersoaa The following special Clem it, i work to he done by P A• polish Man inside and outoLgn,matter- objectionable IlemnVs steins, wash and P gamove toil IL and have in a skilled and equiPPad for such work. ,rfnt.a, sell and dirt from ( + mnrks, atnins, forafgn Pnint, flal:or'i rn rintal the fnllawinP,: poll sICI c,mdidocnrntedralxlpatrinetl work. orated equipment. Painted fixturus anJ locoed All finlah hardware, wbathoc interior or exterior. All finished surfncoa nnJ metol nyrfncen, Al doors and skylLgltt. acLfications, the contractor shell talcs an-up Provisions of Cho spduo to work under this contract. In ndJLtlon to cle . to prevent air-borne dusi: due inspector wherever practical to appropriate steps all applied directed articularly d auttle and hold duuxing oxcavatioa and moving of Sprinkled water shet too a minimum, P materLals. 9 1 Ylv 4. t s s,., rpt, ¢ ;' "� +l-� ,'F•r � ale , " ,t 00143 nivislmi 1A 2• 175 DIVISION H SUPPIDUNTARY GENERAL CONDITIONS The following articles shall supplement the Gonernl Conditions and ahi1111)r ►tlMia`i part thereof and shall supercede nny porta of those General Conditions wllh whieh -. they conflict. Intent: The previously mentioned "Notice to Contractors", "Inetructi0h "General Conditions" and the following "Supplementary General Condititiilt!°lh�ll"t`ot�e a part of this specification which together with addends and the acco*60 * dth.-� W ings are intended to provide for a complete and operable building, electrical,dw. mechanical work of the project therein described. The contractor shall aeiaC'llin a. complete set of the nbove togeilier with change orders, shop drawings and 'coriispond- ence, 1 _Ir I wq: ":enor"I rend it II-lin" Inn 1 ndd: Owner--shall mean the County of Coal.rn t:oata, California. ? , _ Potents�nd,Royalties- "General Conditions" Section 3 add: B, 'Phu Contractor shall assume all responsibility for the use of apt� it�or l; devices covered by patents or copyrights, shall defend any suits brought by,�lYaid 'infringements of any such patents or copyrights, and shall hold the County And there Architect and their ngents and employees free from claims for dnmage9 incident to their use. Materials, Articles and Eauinment: "General Conditions" Section 18 add>f ' P. Manufacturer a SpT ecificntions! All manufactured material ahail' fled; inntnlled, connected, clennad and conditioned in nccordance with manufai uRer'd printed instructions unless apocified to the contrary herein. ALL artiit[detureld items of one specified type or to be used for similnr purposes shall ba.wY*" "nu- fncturer and of identical finish And design appenrance. -I 4 ,rot Submittals: Material and equipment )let, shop drawings, etc. "Generi�leee'�, Sections 14B and 19C, change number of copies required from 5 to 6. -041 ' Conditions" and Section 19A, change "Shall submit promptly" to shall d"stir' 4in thirty-five (35) days). Indemnification: ;, 7. a W A. The Contractor shall indemnify and hold harmless the Owner and t Aflvlftject' ; and their agents and employees from and against nil claims, damages, loons and. ` expenses including attorneys' fees nrising out of or resulting from the pattorsaince of the work, provided that any such claim, damage, loss or expense (1)' i 'a WIluteble to bodily injury, sickness, dieoatse or death, or to injury to or destcWtioR of tangible property (other than the work itself) including the loan of use t" Itiltitne therefrom, and (2) is caused in whole or in part by any negligent, act.or•.d1*001on,''�' of the contractor, any subcontractor, anyone directly or indirectly enpldi;et ,;ir of them or anyone for whose acts any of them may be liable, regardless ai whethtr or not it is caused in part by a party indemnified hereunder. .. ;q, ....,.. . is k — ♦ 1, F a uts b1 mm'AY04:t-411 ON'x►90A' ism..R wt=" RY t'R wK- 1't! grlRf qA K't+t w'! w'R O4T31tiit[S ba'f�A4nrr is 6C'i+i K' KYt ti4([�S l/yry 4rAvy n•n•,away SN' [O'N K' Tt•s[ ac R•S•F.10 rtn•war•alms."a tap JD atrr tt{ir•Ip ir>rT6 ►tf r""M`."..*t0 •wile:•rvori,N nrn D•'r•Tt••[at � •anans'atv+e.,aa'n,D,v ts'rl aaa/t•JS sTtr3 W [O' sT'!•r fA'j 16'[11 ivrnina•t! � sa+noF rva•n ` iaFatari/ � :3r•Q z rtvan7 itr�`r+ta'•'v f rot►"r o'al'•a•••tai K q q' w•f ttIr4KID �.'+vt•s:ans'wa•rY . ' aaa4lt ttR iFlt tfagtraN ttR �n.+3 ;rly•1vf r - ti•►rq tr•wawTt * y«rs+•r�b•o{«•S IN. !6' au•st ••Rrw 6.1r1••+a 'rd•F.`vtasw'Dao tar 4gita i•(a 1.0 ••+h'.,•v N'aCto•C'a� a YQ' R't U. p"[i 'rW a►S•OI•t Vr<Hirt tat ,,/+n>tir.nt a4•,�1a trtt't•a•n�., +r1n av m-T+at n-[ ! rwntiaaarn 'a«o*•ry`a+Faa[y'•cae+ir 6vV o•1+r M 16161'WL ttalr-21oiz tJ at! N' tK`NT N•t [S-LL a4st t-tw3 t! Ow-drat-LLrJ'C•a-11.4 tA' �6'•n N't SRS'St ••••1aF+aa•Ti aavtq ae•r—u M [A• ot'T+n ta' tvil •>ii6t•lav SO` Ot%-%T ta' q'!T ,+tn++tt S!'it K"Tf q' q'f +r7la.ap MR +++iJ taut/"• _ wi+r r3 vs m•1>u•i/vM " ' rwp M'n11 M raaT•••t•aa, ari+ .w+iwa •"""aa +•a+ry air «r.r .a•+'. a a '4"a a •'q"�1 O 7 M Ap-, ••wNdr1R'••R•rrl'6 s'•b•1•.a'r•O+t++•J '� ,a -itC"if1 CON-01KK-tt 'OK f e'l r co ' R'�SRD(aYill10v1 t'f flO/aY!l3lO�ii a T Alit til snr art•f—cu row au-WA UWM TfIM O aM• Is. f!' 99'U Tw(lar•p fat.law a�.lau�.t.wa/s LM• 21.2 1. tr•t1 'W ar(.wrr VW our ta0 - sM• n WICK _11..RN so x 2•.2 u• K[1 ..t .-ft 7..lrpft n.Tc rta�wT1 �. M(•t•.[ at'7 if'LT .._Tt•[s atn•a sM• e6•1•ai to, 971tt �sr•aa w- Mt'tr t o1•T r.•ts .ls i tianr •a.i]•:v6'•lt.sa rL ' haat�; 70' Of"•.iWI (i'tl u4t1Js mo a aD'I..- DL' ll'J[ . S •lT] b' if' f0'i pf'tl airr:•c=ac>�•,n MG'1.4 at• .:'f[ rt•nwti tiawy90' at • r.ot /L ,a�ati•aaa/•h 6p' fa'r.t S6' lf'f: u•,ti It•{TJ [M' fl•L.f f0•1 n'ti asDi... ]'a•.tw1i—n f►M• ff'r.[ fa' if'.t '•i=t111•tl tM' • Sl':.l fMet 16'11o.a•`•f7 il�K N [O' 61.2.1 fa'T as'. see, fa•.t K' t[•fl +•ild!ala+Ji w fp• fi•Nt ff' K'.t .'ai>fY/.•i7 "'' J.-,u•P•�r[r k' DS'TN: h• x•[t btt of.Sry .L.tvn•a.PlPSD•4•!•t•t= Q M' CS':•.i h• Wit a.l:r+r D+a it i'a.e!Yr Z 9tt'T•at Ol't ttM'li si•gttd( t?p C' Jb•:a .•�:•'•IiH ti ." K':•.` al'i K'TS awiJteJa:tlaaa'att '•v%Dtf '.[::•.t ':L x't t.•aes.+(.�ns7 . L•aa P�+i`'• 's.4 •,' ::yrs l.aala1 •<`l.s>a!af'•••; •'f%[aTY �<[rat q• Stat .aits'f.1-3 [o' ft"1•.[ fM't Tf'.L .t.x1�':[a•,•J. ^� t•.• q' at'tl +w•li fM' ft't•.T fa'Tt :l'tlf a'*T'Tnr.:J. k' 01'li .anei.dp a.•�!x.el"•I7 .tier'rfa.Pry 4' so a•s.n>Yi saia:'art ••.TatVaat.y wA •sv^,;(YJ•a+i:r• 7t't 91'tl wTJu:a.li 1 T•». a•.•a,l•^i • dew3..a•.a.i a•i•S '/.t••ii•YT!-•;+t VD T,'•.t N'1 (t'Li eltdf•t.vt a _ .r' t•�NS w 1 nra .•tawJ ow •'i"i r'; .ai'. �.is .e Lt PL'i•at 11 1f'[1 atilt•IW3 •a.�c ..•anwi PT•�J _ 12' :['i•at LL' as'tl aal.PiaaMil •su'f]"' .'r"s •uiaA^,i T .on..*u0•LD•f M •m.vu•.:>is' RLJ`!-PIA •oK .st.[••Its..w '[oa=la'awla'i�u,/•PaaEtant ,1 waa '.:lacy'aI•RY'• ..i ^;I� �•»a w.r«I 17r ••+! •1'•M •a#]••tnJ'iC lc:�r•sato •wa•Pt !1'••r ar..«d a•.t•..d a7r ••+. •glaaa/•e^ e•:is•ni.y Sao ••a«d yf•«f•••a'/ •1.7 •..•••.) 'i••.9 qJ•ta^-]••:n:n•araval•J o.1+V etas-utas iaissJss •M..l./-.0-9.aafylint'fyery•a,t{{t7•R.•r fi It[tl^ti tti•SY-SfSGt W 111 11 "[•Y.•—a1a1 G:•Lla]a tats Cl: z'a sroltnifltol 'a ucl:nintnl t - -- i ttel 1 iw'aNr—tct OI•p no 1r w�1 i R' et'1 We tt'L LO'1 t 4-. K' n7 K't R•t {Y bit&A20 • Q' R9 09'1 N'T t['{ t•ILa— ft. fillu't sellO'O VIt a,.q R' U'1 U'L tt'I lt•O 1.11 O+•^� K• n-1 u-, fri K�{- In[I=, U• OT'I Ot't ft•I ll'• I d^oM nr•..n • t1•T N'1 TI'tt f.l> sw,�n•.[Orr.l...awo. K' K't ft'u .•a a•.uD...iK yl ' .0.11•.Wit'••a..1 V a,.t•ut ►' M't We WI WIT .•t a•••b lawl.y w. Zgars'o..n�•y I.•.t ti n�• San tl.ry et• N't t K'T t W WIT{ I...[ 01' 01'1 K'1 vt-IWe Y 16-70 OL' .•ofa.4.•.rla pa. rrs,.b 01' We Y L 6-mKw\p\.otn['W.,•i"•V Of' K`tt U't u•t R• Y t 4-11 'A'm,t. —n •\aa►e•tAi1 .^.lnu.af'PI aw r>•t et• el't •t't R`t tyY {�wa0 a.•\f•.1.•1+or x.ry OI' DI'T Ot'1 tt't NY t rq Ol' e1'1 Ot'1 N'1 teYi !d—ft a^^II•U.+1•.Rt'.'Y w.. Ol' Ol'I u'I tt'1 H'et 1 A-ft a\aY n I.rw,Wx M1�•.i at.t t",.1•x•1 �. Ol' Ol'1 U'1 R'1 '� t r+0 w.a•.t'w.t9'•<+na Oi' Ot'1 U•i R'i MY i�•C t-•.•.ice •. arat aan• wrOwrY�•w,,ls K' Ot'1 S Ol'1[ R'I t R'{ 1•el0 ...1.1 [I i•S ..tNt•mOI e.ew•.[ .y.•.w •y s.y .•`�.T 17 �Yr. `.ti'w� •1 Y .�tl • �� ,.'nom/ •1■ ay r' w.•.. rrwY{N•.wD Mw� ,wy a1.....I�••wj .wh .aR' UK-Ub'd ew •a flet-lt'4'ola wnlfl af: �•{s1oL1»wtal t•�srotmataol ![glflGtltMS►,5 " l�TflGilOTS t-6 Atsrf/N to.an_S.,» iw.ra --- r"'+'�^^t""• Now Rt "Alt. ►..r w r.rM. .aYr se..ie t.F.74 TAtM.C.ARaM L.t.,IY41A,rywq,c fno.b G.at •II.N .K 35•.SS •K faegrN[WAC i1. Lt-,Lir AS.fp.At .H t}.t So" 3t 17.11 .TS N 11•.1} 'OS Ll.tt[let u.. f t1.iS .Ot tR•.» . 1.. .ts IS•.5} GSi.Sptlrtt• Ii.5/ .H »•.M .Ot CYN So"— tirlWrs,wrwd.fi.ar.�.+. 9.s7 rr 1.10 .n0 Twtat.y CwA4f.} 6tAUAiAe voc"wt17.11 1.10 35.2.30 .N Lisit[ICIMs f.!) .Ot. » t1 h►M!ri)c.aa It" 1.10 35.7.)0 .N C.OI.fpl it.r. fO.At ,O7 1{ !S O �}ARO,yxrq dMalH rWt,t.7 Ca.tr Lta1sARA 12.K .N 8.1.10 .Ot pians 2).SO 3.10 ».J.N - .N bale artxAta II.SO .N H+1.10 At fpltcara T).i7 1.1! 7R.3.M .N Rlrri.b�•KT aIi'I.Ya1CO+n4/.• S.M l.K A-1.1s aTc .03 t l[ l.-.r.. 17.03 ,i! It•.AS .N ry 13.}3 I.OS )5•I.IS .0t C.A I.fpJicet• l/.St .i! N..iS ,H 4r Opifrnt OOer.tAtA ll.ti 1.2s )1•i.x1 .0I1 s.n lrnit..inN.Ci.ra.-0 faa4 Cl., .+[t.. �tl,My.�� 9.40 .N »•1.01 .N ic+an.I 13.06 .7) 3t•l.SO .N Lt 11 J3 .N ».I.l1 .H C.b 1.Sri tee r• IS.S! .7T »•3.50 .K Caai.SrilbeA 17.11 .N M•/.K fan.[.nctat�t'wner !w hrxte C-tr O tt•ctr/clan 11.0 I.b »+.H .N pa..+lAeA 11.71 4A3.Spltut• Si,S! 1.04 H•.10 .N .M Asn ruxeo wooer UTicIII6.1 a [feces lc ism. 11.17 ,0I Jt•.S! ,!! Ca01A splicwt 17.33 I.N H•.SO .N N 5-ar+r.fru.Cl--. LtN[.r %I......and San 7aputn 4 do bnAe i.A 11.13 .OT »•1.10 .03 Cw+nt 1.. it.H .N .SS .H LlA.rni Lir OS.IP-It Line fcnft r.cttwr 41AOertMA 1).>♦ .07 »•I.10 .K t'ontr.['o.ta Corner C.614•SpitL . Is.tt .t7 »N.SO .K t1.i0 .10 34.3.M rttse.rn:e Lia[OgrlpOrnx 0rrt.t0t. f3.N ,T0 )t•i.N q!t1RTG,rr01R.[MMA t.IMMA I3.?0 .TO »•t,N T1btt5-meAta AAtq.rtrM. Cobls Sptit.r0 1{.70 .JO 34.1.08 lu all a.OA.A•A.t+. fIMl7A.•SIAt.nR,Sr bk - - 15Ar W trTAtq re tl.SS .00 .11 1.71 .il ' e r yi+..i► r Ut few"Oi611tOR•OI_H.MO. 132--fWAY,MRT 0.7077 ") t Y /001(IGi10[S..] MWIFICATIfs11 P.i s bt - N sen wJ511S!r..L C.tt•sf l•-wr. 17 ! •+Y•rL..t'.�.r TM �w /...t•4wfn►w.w+. 117/•74011 -yw 11 17,Ift71 Ib<Ar !Arra t.a.. [L. Ira.•. ...a+.. lbw. ftaf<Aa,f1Y1w,awai..,Mau f•1« ML■ Ir.... M.•r w►r M,.Tx G lawr•a,Cwt.w.G.wa.a war..i. G,aa•,4.l ter 4.CI turwA•, fsAwt.Ot{ea.lac.wfNt.. f[a Mx,Glrww,Y•at..1At,1140+ feat.n2.,fel wd 1.'a,/..wn,.a.At.a,wrtw, aia.ptaww•of w{Its. ti tw••.w.naa:.wu,rrrcaA, a t]•tfat.,Ir.w.n.wi N..�.I•w,<•..I.14W,WW. W a-I. �.••aN• .(a,.•<,►I.Y..f r'.wnW. K IN f1a.<a wt+iw 4n frx.ln,fan r1..r•1•ee,}M tewtrM uu CA. 5 1.waa•o,Saxe 7JwaTr MI- f 11.19 .fs h..fs .NS Str a,Saw-Gua, I-, - Gfu flllrwr• is.f] .f3 h..af .NS fl•r.a,f/u lSo.,b/ano, Tl.ww•u T"-:3t.nf•lana,itu[, - fl.ear ul.0 11.37 as h•,as .Ns T•fr•,Tl tnlal,S.Ia1•, GfN Slllc.t• l3.fs .f! h.,f7 ,A1s TwlWr.TAIw Int I•u lYw TMs tl•a Iiunl laa,41/lwrnu Q«a<tetr l].M ,67 h..2S ,N Ct•anr•. cwfL flla[•rf 17.7[ .Q 30..17 .40 {r l4tlq•r•.fta.rwa•wf. fab.Giw,f.•fi+.(es.C. ' flsu,aaata.flu llsl. Iwl.l.r aa,fnea.lAt,1.•., TyLas awA hlwll►mrat•f rur1.,,wnbc(,w,'p..sae [1•ee.tett[ 11.40 .f2 h..»s .N S_ . f.w«Iw,La wla.•, c•fh flllwr• mit .11 ]\..»S .0t IY ly,a,f•Lw,S_ Trs1. V Tr loft!�tlu {11.+17 f i.SL 1 1.» s 1.40 .N a«i.to tar!cafe I<a•m,[l q..fWta, Iyllwrw•MIM'. II.S{ .L1 I\•.Tfl .f1 trrlpo•• .A te.e C-1 17.37 -.ri I.N c•el•flt- r e•<• fr la i•nwta. I[••r,[ln{a,IIIA•u W 61•wrw awA l.n l•+\.1+ T uwar l:law++ML+.eau.f MIS .17 It.1.25 :01 tw T1/•r•CamtiN Mis .N I.0 Cafl.tg11<.<• 1 3.67 .fl 11.1_ta .Ll Ci•etr.elas. Cfwtra uraa a7 C-1.S,t.e la.af 12.91 1.[s 30.7.19 .n C•Ll.flltwew 11,57 1.[s N.1.I5 .N Ott Oft f{tter. 1[_7! .» 1\•1.40 1•x t.=OnawlAt mf. [4ete 4lasr li.ri .M IS-1.4s .04 0764 folfwcf 17.17 .N ]C.I.OS .N • f11••f•.[lf{f•.eAt•w fnA 7Wr.C-ot.Iwf Orttr{e1r l7_7L _» 30..13 .as du S kwit 11.70 .h h..s! .{S j �w i ' INGtI{LWOSL VOL 47.NO.172-41IWT.JlllT{.1[77 - r.•IrQIII. - MEA WIN17I0'r3 ram loaf[rwlnc[ T OrOt[TQf(C—l'1) T t•«t<tlr.i.vL«MO<W rir tIN 4 IMAIr 1[n�l !.Y[ .m t.L./nc Ltrr Wtr Pall-.9 X.'It a C.1//.n1.I"INW gI2• 1• 1•Ile.l n[ Ilr - umnt/.t.< t:<i.•nto lr N•..•q./w{Nr../411f•oi. .r 1M..�.<•rr• •I a..-aaLlr Lp,r �./Y•11<.Na►l.MM- Ilrt 11.a.«3•.t•wrlr r.rrr f.Y,urN .I r.-n•Lt1�".r..{•fY. ^z:" . Y 1 il.•�:.[:.rat t/r tla 3.[,a•rMr<•(II+r.Mlr{Lt.t.lss.711. Irr-«:..err<:17 e•uu[.�.o—rwr.1 a«+ilr UN.—%.M. :1+.«[.a:atll to«.f•t.s.wt./{w<N►�y.t.rW p< - TlaPca t:stlr.a rl/1•<N N.L.NtNr./t.rMlr H{.t..{.IV. w W:..w—l'w•cr.q•f IM fuu.f Gl/bnl.. y, �a««IF.1•.4:/r-r1.r Wr 17n:.-A y.[9M f1.b t Gllf -1. 1 wo .4 n6Z 12 r+ i'. � s r 3 �r� •x r • t i a4 1 f � y'{ �s Yi .. i�•. i t + II + Y n<Oft 7w-.f@Mff.AM na llff ,. ~ u t • fltL'R11Y af. t\Yf•NIf fyr 1p ::� triftiGw N.qr!-ff)4 fap•„ � •�-: � Qiti9edlX pXytlaNaa " irM Y.alYttK:1>e M pTiRiitai t» fOYl1 lIICtIHST.MLMt3f1 IaaN•.il tYlr[W)r�O1C pFWTXU(<rva'n • <1 S<>r'tte 1YraT\w.Nh Y tis i.L aa<wr wl aar.Xrt tr+,aay.iv YMxr vN<a 1•r aM IY.v,a of a•r,\tf 4,[«[.taL. t4>K•w«•Y<iT a.iY eL a+•wa of t+raUt lii,R.wX I.t. - tYre hNw.r tr« Y.t.w «awrrMr 1„n.a•t#- Ti•.e+\x.arh w RY Y.Y.n e M awfa\tf/M.rtM•I:t. ' tl.war Y.x,•1/a M 1.v.. ,,l tYr•M >,ra•Y•ilf Tirra eaaaMrii a R%Y.L a%r +i t •IY:,• Jw Iti, 1)w.a<hNLati a aY i,t•< Rt swrNAr tttt.a+•i•1p[• T\•ra\•uN1 ra`t ata.•✓a 1•Y, �i 1Xewr•t+Nertt 4 tM i.i a •et at+•\y t#•<>,�<SV. TMua[w,aL.•ii[ t♦ f/r Yi•1•>, J” TI-a«<hrrY[tt> Y RR•t ♦ rraNw 1Y,<wf+It[e iM[r taN+r1}a a4 illy> t+f a !a!1!ee. +,t}t•+, �.�. SMw<a Ye.cerla Y.t.i rat a•rrN:111.•ry>tYT, 4Y«+YMMrit a aY S.Y.[ at< t 1,Yt'..<a x:•I N, TYrr h.;Lrfeaa Y.C.K ala Y 1411, M•tR• 1'YYaa•MN«!}t•rY Y.x,[. aat a w.a t ,•aya i'-:• T%ra f>•••rlp f hr3.2.< i �ait rte,•>•i+itt. 1Y•tr i•va%atf a M S.Y.a al w.a:sat Y+X,aa4<lay. flaw•�; L..fe t .>Y,t.w •,lta✓•Nf C .r.ya 1tT- rira<•WwrAt r %S.L M aal t waX.r t<Y,r.•R•ive � lYw•/•-•er1/ rie l.t.. >•l r Tl+,••y taf, /\r»•i•a+%at!a aY i.Y.a +t a a3tf tA•sada i.�. Shu.S-.ii.tit a L S.Y.x s Ntr t+.ra,�p i#• n yi<«<G•ruCC r•�%i.[,a <�f t X[r IY. •'CM fXen.<l.N.r1t aaraY S.t.< awt1 w.a>Xy I.tr,yr 1#• TYr•laxiwti a.a%i.v,a» t t.•+,i<f IYY,aM.Yt ter, •~ (M••3>.aLrit[.tY S.Y,a rat ar«•l.tr iff•r«[.IK• Titt<+t.<[.<tC..aY i.t-t«wt<ti[awRtxt lu.c+y-4'+. ��- TLr+t.>wrli Sa sM t.t.carr<•t[wnaNr f1Y,.•yt 1W Tlwas Sawi>rt}•t•w[aY GNaa+Itw+f a«;.1'. .air �' 1hw:r iw4r1)as rL S.v,<>rrr K afrwlp I:Y•la•1'•/![• TKYTat Oua rKlattM[Saa TNtlw at F>N4•w�<{ikntata ;Le«<ta:<,rfa a/.,p aM 3..•aiet>itu K aaraYr ti+a R% +1aMa S«a>Cltr.CwY•e♦lnc[•.M»lUw ix a>i ia.a.�Reef flair,.-4 •t aM> aS tall!•wf+. Cas,raaawp,A a%t.Y,< at w«fYtt 51,eap•'+.`rt. fbanr LaaaX.ra[«[f,aMn<aahrltnir•1•+<aM G•t.r Wlwi NK a%Nllr••J vrlafri +![ +t 4trus.sa t•:N r,a.ra..<tt tr.YT/;f- TMw•[ Ma1Y tlx«atw«tY ix.Urns at IX•+Httr , it,.c..•<�lia< of+ r/a4.rays i#• 1f•«> . .[,r1Y iaaa.alw e.eM S.L re>«wt.—*I.:S• tb«.•••< rl 5�t.�a •f +++sXtf ttv,t%fe tp[r ra,[r a[, ,a it+.w+Y �iY a v, r•1 r •ts.a K.SK• Tl1.aa%a inM•Yf ptKatr w tY Y.L aa•ar>t tarittt RS> 4Mu .lta[ w.t.u `<tt[•,n•hlr i1•,•r»fa T(� Ti�t.a wx<<SY testtw s aM?,v.a +t a rant tSr � 71w«a K asYell 4>at.Y.Law r taw+>Nt Tt+,i>afr[[r r>af•#+r W wld+f Mi[rlw[a\Ia\f+n t+w 1f.f>Ra•[ M tlaace v<rtrr l}a aY t v,a +!aaribp 1]a•<«[+K• Xn>t• N tY.a.t.�rr Lrf f t.tM 5.4.< •t a•++f1t 1}11•'-s.64ie»1+1«isRlJrx aMt r-.,—.1 ist%u Ctxf lamas»aU1' If—ta:rill[ aY i,t.. r<ti t+•>tf 1M,a«.[a iL tY I+Its+ty Ilrl; tY,<•Y L^alt r 41+!1,2.a tt s,«aitf iRv r•air if. Crrenfy t.tL lxlti[Otani M r xaa at tit.+NYHI tr•.>:r u .rli. wa41r tr,..q.)t• u«>t as-w.aaf�.r..••->tw i...tlw..tt...>a«a t3.u:. PyL.t ^a4�^[.<,ai•M• SYK+Guxl1 r••l aM Sa.l SrrlY Il>a•t a.w.waf:w a.SM t4•».Y„a.+t/ta aataa 4te ya+r«M t[. S.Y.u.re tt as Np:A,a+ata Nr liver hN N<t/,l 61rN•«r m[+ • M Y.G IYw<t taN%slr aa'a4 i.v-a e at awc+ailt I[,wwi•W •/x.,n>Nt�.<<uyr t+, i\a+aa 4Nw11 al,.i aY M%1«rNwtiu[a•Y:,..ea!><C flwn erv<ei e.it au aYf.v,e r rl a.v,•Up taY,•aria t'tr N awaLtl tf,aa•i•ta, ii.n.:•i+x X<rit at+3.4+ at c s>St1 , <say M+ SYw[a FxY>if t.lL;r,< araXtf t.,•«pr E. r iXr»•a aafY a Y Y.v.t aa!asrJlt laNy rxtir 1Y• T\•ra iaatmtp> aY 3.[r rat ta+xt\af T.,aawir.[ . 'TS-x•:rx 4<rh t•41.S.Y,tarrr<!at«aUt 1d,r««>rr tY1as fwl.YalT as<Y CO.r al U'•walaf ci.aa+(s It. SM<t<tettxiT n aY i,t.a +t a«Ytitp%Ya sa+ia#e slaw+Gtaaaif<>aM S.[.a rat t eaYt a2,rnSr 1[• 14.xa SwLrl![ a4 f.v,w rl aN+s#f IYr rrw[Y p. tbra Yaati•rta as aY 1.L< rt t>.aaeiif it,<ni+a:t that•t•aa tell ea[Y S.L«M1frf/trwNr 1M,<•yr Mr lirwa x•NNt}a•Y i.Y,a Baal trr4Np E.>«�1L Tame Hwt+<I}to tY f.Y.Na+sr.(sawa\TY t•1,Rryr!• lien.fra%rlt<mxaay a%laalb Y[alt«[.tY i.v. Yhx>va•er[tf a t4 f.[.urw+t awY•\/f 14•aay+tY+ w«<at a•.+a1tT Y1•rrn)t, 1Mxa fi•raM<it R.tY P.C.«rrr at ttr.Yr tate lay+T• TXaat+GN•rl}>twt aN Y.ro+lb MaaIIM to RM S.,L mfwe (I,e>ta Y<Narli M tY Y.Y-«rYr d aarJif IM•rtq\M• ,af aata\it ls,rx{a M• Tir«.Y•r<arrl/at tY Y.L u<wC N a1•Yeptt IM,t•\SY!1• 't\alsr taNYtYT w aY ti awawYa st tYrWY ii.awiw]Ila t'\1wY tr..trh w at.fU4 uYwaY J aTr..MY SYt frYpr 51”. • 111t1a\Maatwh u ata Ri.a+srtY.[Rw1b<YY lllTa 1G• co . f LLCTRTfC tta.a•pfd 79—[1I10/a•YR l7,MY (itt lslW..a, ca)I-A1r 1.,. If mwismN M.fall-I.» �No ""Moll A. l.'•.I ntltn_i! 1,'•wt'dl Gp. r.—e._+..r.r..+. race agvir[r'"T arm"" �I rte` t:•L!rCiL':'r:.Tr:rL�'Aw.iN r.... Ne. rww t�~ Qu 1,\II «.t lotl d d Hl\l.\c- Se Yl....j..., A—Ta e.11.1 rt— I.! ) ,.c,np, I...I)," laver)r,e..rf.0 te,ff osm 1..11.«.Ir #I.rb.•.e.tr[Iw rf+..aa le e14 Onyr,rt. 4rl+e.rtw yt.\I.r..i 1•.ar+"IF 1✓•n S.r.....1 wNr 61 W.. •V r+y.1-or\rw.I ari I. lb• Ir•r1/,o..y.1.. Iwer H od.n 1n H rf... G.r•ts.v[.ab F—ett Oa.w w.\..ce vert".t r\.swtba[t J..•,I,1•.J1<..,.••r p,IM•l•.... lIr•t t•w•N.1.3. .. ••1.f, ir..•..•,N.r1, I. «I•,.y eY Zw.rrt[r of t•wWr Ih.-ole . 1.,L.•ar,. .•).Nr. .r R. •r.I.Iw t ar f.r.a rf<.w.]tr Ib, • tea:•-. I:r1 H.sw.a,•a..a.1.Y TY..•l..w r.11.r aY f.r.a rt ew«!Ir 70.r•.er.t. Tl.wa.4.a.r if 1.tr S.r,a or a.+.Mlr 7ef.r..ee LIS. • 4-11 r 7..f/ f Lt.1 .H t1.M TL.rc.t.+.relf ar[r f-r,n .f e....aur Its. IX. r\.r.e.w.rt,r..1.S..•« `.f .—.b4v III.r..e.III. Tr•r.fwt tri,a.tb t.v.« •f u...\Is ..l':•N,f1,ea..M Tbre.[•..•r t,[•aY f.e.t r.f ewJlr ID. 1•.::u:l•.,`.B lJ... Ttwt.fre4rir a t].1 v,< •[< .]tr I .tree lfe. i...f:,O.•-•Its re `.ro T\e..e[.•carlr 1.tY S.C.. ref trwwr IRIS.eree Ilt. f-::.:r•.,..11..r t 1...ll, Tb—:S•.rrril. .1.S.v,. •[r•.w•\tr ta5,r«ea I.[. -':r . /N t7/J•..r4 - /.Illy r tY S.r Ytil Itw.[[Ines C...er.eb..e t•.t.rir I•:I.f i,.i.I yf... r. 1..r1/, •1we tY f.r A.rlr Y...•[.r,.f.,ft. r IIS 1... .,J 1•eldly [•.•.f...ab Swabtll bN•rl.!T+I.r•rartT.t.eb f.t. f:year,,:•i 1..,311 S•ir. ..rrr,r•t tw..l,1V,r«.•Ire, ...f Tb.c•v.rtb[l,to ch,*.e.cat—of a•...►tr 11%.n.t.IN. 2 lrar:lry er,m. noot.W.m..1r I.ab W.V.a .1.—Alp Its..-No Zee. 0 t Slca. IG,pit•c itcnrcw:Lu - if a IMrtYa,<.t1.f.[.t `.r-Ido IIS.r.•p M. •1.,!1,<c,u:Iacluel.r - Tb—.so..1,a..r e..,cor«w •t wr Its.[.,.e.It[. Ile It.tt LLS _1e LM 21.—m.rtr.l,••tb,v.[.t r.!t_"Ar Its.t•.e.71t, tw Tbwte WIT a.r l.r,a .t ar.Jlr tli.r«lp T1t. - C_,vT)!hL� «e.I••:J rip Is—.Mr.Yrls[.t\e v.[.t •f[•+...Ir Im., t. 1•,il.l1•+,.S,ayer.•f.^r, Tbre l..t A.elrr ur.Y'v.[.`< r••!`taw~\Irlq.ewe•l/i 1 le..•to,... Tb—.Yea.•at,r rr N.v.c of t.aw..lr h.r«,•Ise. ..t.r 1 Tb.e.fleet bell t.too r.I....... .f e.+e,Alr As. n , +{.M. t...tll c„-p_rata I.r,r s0 f\..ce eelt.rtr to tr N.V.t of t.r..►Ir RS.r.y.M. l Jr. .•f u.:lueirc r1 re1, tti..<.Yet batt t.tr v.t.r of t—,bt,U.r«..I r levdll rrtetea fowl 7\«te vaarll t•ab S.I. « `•I r r•.q IS,ewes tK •w ir.cldly 21 To., T\..e•r.er.11 I.tY Le.t •f t«+wr It. . ler.11.Aler f.Na/. Ts.e.. r•.Ivr,a tr e.-« or..rwr 3!,...e. . r..,ee...v ITei•ety 7\elb.ba/)t..r v.e.r of.—Wr lt..~Mac. ' e1 s!••ar•ler 1.-11,T..e•. Tbti oo.V _.r eY R .. .,...er fe[. p+-n.el+l w.ct•u N.. T\.,Ice r.re..rl)<.ar..e.« •l,r+.Wr 1f,asses lTt. .,.a lf,..•s 1.cl.ely T\«c.Vo.-Ir 1•lb 0.v.srwe.t a...Ntr IS,r..e.tet. eS Il...•ter l...rl a.te L3 .st 1.M lb-Ibrfiwir e.••ty lr M.t1..1•►..cite to.\.Lt. Vo—.1<.rw♦21,rr.e.Ise. T4ovve weet..1,t.tb Lv.corer..t•r.wr n,r.•ea talL Tb.e.Ports"it r tb LL Dara.e a.r•Yr i,e..'pt. 1 �Ira.b.l,r`W fats U.S.cocooV.1 --1 =6-~Ifo ..i Cry • ba v� - wet+nr t..lsa Trot.42,ea n_tmltt,r.t f>t T.ss .�- nrtutiw ro. txrt-3dn ryt is alt:utl.wl. a»-34H n%. xs .� - r 0rp l...b.fMew� la.H {rt...f».x..Hr.••'• �tf f. _- /1rt0'3{rStts'Jx ffart".� cwt .IL♦ rw..+.« T'tr�..« tua,_as f KF% �3.•il Orr. R#r r.ra+.. t.,+w� «L'w »•• tint.::S..r:t ar'.x�nra tom;.% Mala Tna3at SxLate�t+ .y,.F r li t+.,ar..t a.0e..wti xa fti. ar.T a.i W��.��St yea.w t.ctrtay tt taa. Sr..Jr ttrrtli w✓•»/w+a La+fY•, trrrtr lo.t'a I.rta� lrr.ti x.�rl.x+.rr iw.r 1i s..,rc,.r .tSi, w.! 3^r a+!+.eia0ty t!(tl,. trs2.0 tet.ri#tt�. roil a ' Sttri•>siv)Wyrtt tt'x0.-t itr.xStcas t t to tts�t..t y dr. .3 Ir.,i s32�.q-f0 rat. - te�tvaL�q ra...ttwr lt+.11t m.•, lar,itt xt:0.ida4F 3i ti 1!'t.20'a.St't t+'..2 4C!Ar .-�., tr ya.. .:d+,.at..atww sitttk ett xm,tatri tart». t1 J I<•+:tr it rc.t 41st atrii ta.Ta., r:itr. t#x1 Y Y tYy,rett♦ts, r.tt tJl s a`Lia #}e wtrl j• Orrn fx am 1we.:.S:y w+t.n+n A t:+f i't -rat ni .it• i+�U f.S,s.tf s 1.1.1 .1, 8t,00 .rrxY'2 a.i.•a xwa;.rt: [[i �lt t# •"w �t 12.3. 2.... .to l.a tf.rvr an 3,a. �, •"='-t a•••N•M1 St.t%i t.tti .10 i.ai tF.at 3S#i. a.. ,vt-',w e7i i1t.w.0 Orr+tla� .atlax d.r3r+ad Hari,a..t n rxt. t:•d ' 3a va tir P.asa xit•Ss.rt �7ra-w.t,r iw-etit a.rrtt. ` SI•i r.J in.S..r.y#t y3i. fw.k n rh.v`J.k T+reaT N F Sa r.Tai t-..Pxxet 14• t0a. t Sa.<Sia Aryat.i 5.+. :a�J_ „J Inel.a.y 2a tSa is f:a.twwt a.exwiv0 H tda_ •;airs!!!s,t6 id.xta ita, r.etr ii,iU.ir13a tdNr20 tv, as la 3.'.t.a..i I+Lct+air7 NtY an Krad t_z.."$a i xt.: tt 1..tSI.Ttattii 7b.wTN —11.h+nf WT �.,0ttawr%«tr ii Tdt, fs.`Ilters tatrixa W,onr oFw3tr is rN.ar Tt.na torr n NOV.w A-t diq is N+.....c.eitttt rt.r ttrtr 74t.-.1'"0wt30 SO." 1.103 Ir raa.ad iwxl"Um 74 rtla...Nt 0fwt11 x0A0t Liss •» 1.t10 - wl iw t tall.4%xfo•7F—wwr,AM 2% 1" tOYt:t+'+, G77-S9If Fqr 27 ootrsrJs�^ tsn''Hr rR1r x frR.S.=hs IM..« r✓.n SwRsr R<r<.n tw•r M i: r•..... r«.+«. � M.�...r �a 0 r..w.. rter..» t' 7 ._r twt�•t3_,yC.,e.L A"7e TRI,s:+ptisas f11r7•d1 i.«.7. "Is Neer r Sts +<< is,,.J J W+p tl 1,y_tater►2a Dr..1 ata.ns s i.tx .» sx.fr IavtlJ: is ta•. wr0 clslry sl+s tavl a-. .•,.#•s r rrt'J.r rt<` Ra1 t- ..sdR ter4a• 12 I— II—",, "I—",_"t.++P I u q.ee tr<S�rlrnl 21 t It k<' 15.. xer ttrtllJ 0y#c+txe 1 L a•, t•+' s yS•, is fSR. rag IK;telly SS # •':d.^r'9 f�i's~r-s-:+}-.e;} 1 l0,Y9 i A.XfS .Ts 71.00 SSR.-9:Ot JK Ttw2i. 7:�e- D.it.a Rr<et w< �.j•,.. e3• 1Ridr SN4r li/rR.D Sst. ...5..#,.� ~<:i+.}tss'"9Jr 1«eilr fa S•.edfa<♦+w � 7_.a- • DII+<A+ee tdri Kt-f.x>A 1."".'J•:+:,: ._ t.Y i!.r ltltnf X23 SLe.Nr<L ,It S.rr ir.<2il D+D*xt<IS{St. 1.41 1:..;r.�s•..�::::- .rd Is3wd.p 17 Tx*.w<xtr z I9.27 Lits .T1 3.Ot 3_u19.91 List .Id 1.44 f -t ,,-,A s'.:'t7.•}:;}:�. Ici9x 7#tt:R It"wSpa. IF.i3 1.1 .H LOa Y7f�3t 10.143 9.191 .To 1_o YDr94eR+st:a Y+ S1U112T 199 R6IZI..VA 31 CL4C1 is tir.9n+.rt9:10 b6.4MISS 2.195 ,70 1.01 tress.3 Ste.tuvt9lJ - Sa V0.3 1/..s 1.123 t.f/ va s J5' 7,571 qf:s.; 10.153 11795 .T0 1.90 7.006 iRS<.r 10.725 Lif9 .S/ l.q A cp # i c r "now 1101.4.ISO."-41112lT•MW M IlW r "1 Ll Mil�ta. ur2MH P O U O=SM o. Gl/l-Nli RrlO X t.«r h..r.0...Mr 9....r. Ifwr R�.p•!.«ifr R.a.«r. MM r 11x19 11w tl —81 l•tir X L• Rrwlwr �L'w� .,J CL i:rt 2rrrx Lt I.,p y�^r {aGf.fft swd•[t ..et le.•lrf 4 Ii SWQ2T ut riI11iR 1e.f1 2^-, r- re-[iter ..L•r 1f lN.Warr t7}ii.! ili.7fi l 1.197 .%i tl.tf Ilett CT2+['J2 irritDtll I-ao � •. if�}.. .-d r•J�.t yrr.f ptf. rT tw<l.atmi .r,Jr.G:=1r l7 Th.. r Itr+l)r t►Y L,., f •-.1�.,^..r 1 lf.. NTA. rw1.wclwef+I it •rl+ r Ir•- <H.•.t r+ 1••f irr O.•6•.rrti ,r{•}aa. 11 l<t,pix.wu 1•ct.Jt1 ll � �- rA,a•rr,1.1'ftlr.}r, ....1) f t0.24 i 1.199 .12 7t.N fia. .e Ir�flrr HlIN.- Ori Ht ftt»t f.e•yt.lti ut:'. l:r f, wlr-:.�.Llre.i rt[.ru iter :�•I3.''�.•�Y.feti-l:ts. A1.N 13fOr if sa.,•p0f. r.it+Nssi-A/♦ tSC LX:r1te0 17 9.L.. I.��:c-+I,. .�a, a3..r'r.c*I.yl prr�a.z-�• le. t afrr.• t1 rT_f, r2r:nttWIN t7 alr, 16.11 2.199 .lp I.aa ir<t�� ret 10.6. 7.111 .70 1.00 _.f 9:3:'1.'♦ 1-1:3�1J1r loaf ift.-f:i/Ar•..rf -1 10.1.3 1.191 .1. S.OD 1!i•++%la.iwr) 10.15 1.19 .10 L.QO It.4311417' Tilt i!WE maulta to llf.t?t:ryl 10 p1..1 10.2%1 1.191 .10 1.00 Ti+ir 11 tdi_tuwp Li 424.7 l0.41 l.tf .70 1.20 r.^lr ry.+p 11.100 1.... .x90.r,e•[1,1:9 Nlf.1 20.261 1.191 : ...a art4 xp , }15,0040 t.1f.fat tlnJe[ 7.0c0 yi..r 10.A1 1.19! .ff L.Of • - e VOL Q N0.7—lMAY•RR lz Swr 1 M OfCl wf pa. Gtlf-k» pw n� tllcrstar ro. a»-N» M+ iJ ti l.r. l..T•!«.L..fM..r. c[ i+4C}iM lYip! ��i•. t}!Cl Wf•OS� R'Yt'A tdplf A,!rpT ip1LLAGG/./W ' rvin,+ed1r d va•.+1t•e UK alzplrs,In<}Litt !Ft.lH $1.11S .7i I1.N i++<ilr b+a 4r Nrriwt 3r/+•rr - Cwr,t.y.y..,rl Cw,r }411161!}1114![tS1TM [w:leta puy t.uct(+1wn }•a!e<!id•./ Ib.lit !.I}} ,» 1.44 tltt!.w'.tia!t la ar•d JYirufr tl[♦Ildl fats rata }1}r�4 tG'Y}tIMM at1H} Ib,bTl t.lt} ,24 ./.•It.Yrltll Pu^11 furJ•r t t J).situ i•erlXr y+rp;Xat• iN;+fOT SMGt wWr 4t.ldd lrwl I+adrr R vJ•..,X+r NT1aa] Lt.N7 l.l}} ,JQ 1.44 I..ttlr G..Y•[+• lanafr d YJt. •r S+.rti+tacx[w pt tat J;TL31.IO to "1.art M r Jr l•+rr M1Pfar flat[I+Mp fiat fIt sale a1111 ' JI+[r,c1 r It• !r.—Ul Litt'ffa[} +t Pit•t<rfist r r1 iaTca afni a•ti}aglf 1Xa 11t T •pYlff 1.1 r(.fr 5.14. .l+dt Jfy:1 tlmeef tir<d[tom< (aru..1-,.,+,.s.t t rJ -,ar( [+>+r.i•t atata saa•t+<•- St,�t.t<.:J.i+eras:r+:as JatiM:e[iri tb.ti t.ili .'0 t." telly IY .., sl•. a f1(i.`• ..t7+•e]11 Sf3:m i.I..♦ur.G 24MI YsiP-.•r ir,.rn�•sek+ } W.W. }1.1}} .ri f:.}b IJ.}i6 y+t+.w'+:i,%f N3..1 10,itl 2.21} .[! I.N 1 wtR eLeeXri tr.awpu I..�.v twio^,at rt»Ge tra �y +ryeo,t Yeo,Md.w1d•t d WTI MOST,W-2., -1 rJi..1c+t lrvIlr/a•op(/ tU}yltstar n ifs.-0 (1 TJa.,nJ an:aX t rJ,.a,t r •rNH•its.! Il.tl} 1.UI .T9 F.bC N it.f tXr tvaJ.:r .id Ydf•lad •r t yJ,.+ r 1•.,ll/ ttlGtfot T»rs tt.fM Arr•t•r tf r- •,at der t arM+r.irt MOOMOOYt..ka.i lt,tit 1-1}} YJa.• r Ir.+111}fid,%.-I atMY'tlllit 4f!!t dF faM r i,wiir fa=.si•r a[1st M3!-lspt,� L.1Ti t.t}S .71 I.bb (J•.Ia u•11t1t Ja0.1tR Nl - ;{It Tr ara Iwou/[}7 411Nu! .. za carat fdrr W'Nt[d roecr•ta •It,f rdr.wid.W[i idb. artlr 1rwIJ U,M Lib .it t.M atM1.0 It."t1al Mm ma laadat 1.UP b,3L.,4 18.111 ii} .M LM tiI /Jrtepay Nj `�.r�',_ - '� a j4 y '•55p''"Rb Trot' a Mona IIMR SVL.M Ilei.7i—IWUr,A%K>tl'v IOW M=BIAI 2D. M77-54I! Twr H comm M. M72-3459 pep i• 1•>Ot eP9 Uatotial IwG291 ImM•4 ' I W 711sped II —/Ip[2 4 It, Im.t'O [alYAs! It, - wap 14+a>feat,au.;}IYI f teal late r•t«tr I+IHr[Iaa.weYw,ntstern twr!sytawrr• ar►ipr9-6h-r frlatwlh•M c. Iy t wTb. t,e.lt Per, "a 11t.11.ITAwn[Mtn darpta1WN1MM W t-trIIL_ ni-ft.It alrr.net- b t«.Ir1 t•,lr fy�r.•r4p., f«rlalla[/r Stn 1r1 blit II«nut.Mwir e r Wee 7a,e,a,e•lf tt�tt.ra oaI I,hew— tt >• i•ew+[Cal r1+1 r.ar a cprrrt4r V..rl+t 1•aprrh,ear]..vrw r+.a r9.r M b taN I�IM/M 7 n.71b.! MIK«twfrA, s Mt awe •Ittf rr r:.� 'ula rutaar N•e.wwtt•a!.•..-+t nrr...I....er.1t>r w 7!2+w•1Yw•tw.A a+f C..tnit G.Je elle fr►t.W IK IvdIM I e► .1lwa<::-ir.ei•.•l'✓>Iw.:f.+t p. wa Nn•w+,tan[.w.w.N !!-21[b•r2}r.rtr-Q.aL 111 Awtla.s.M b Md I+ttally ICV•ia.. .I�e r✓Aa•tia.r['rJ,t,utlan.It}r r•N,•iT tett,/«1plYrlfn•.f«x171• r,1.•.at r!M I.lyi+tYt..1I!r1[-ltoprliN ..^tYpr L1t21M rel•till a,:.,1 r-.:-nate lta+ct«Popnl t+a.•a r.w.a srftt.lpr W.glq ttalw ftawaw wr.tl a....t!ewer:!.l[-taa.a[IN ttaa•aYpr LIt.Iq r.V]I..Itr.c•w lraytf+d•b.•tent t•rla Mlr a/-often ff•n3.b[t.t b.la.tawin w++t2 ....a Y1 auafl (7.v.t a It le.aw.ey.aly.SItp.p-ltd creat em Itt:1q 8-9—ttrntrt .r.,l•llf r� u Ire[w.p.t.tr 5.1[-ptyellH 'M. GMr ilr+rr Gr.rp 11. r.ta.e le G..e<rte 141,rb.sswrt:lrlwttie MII[W tn.,71st„t{wn+^r,Y•11 Tr rc,w I./l:1 t—I tail I.nrer hKf arp.leMrr Orairr,Carni pt.pr tkalr 4[Hint tYr.t hiatn CtNt hlttfet .Niter:[+/«I•cM•wt.r hw.I—As 111 Cr V!: r a«.l.II:li A:plt p/Me C"Jf rr C1.a-ta-il•!. Ila.rle Mtlwwr.I'll-At To.r...•••wt an 1 w,14, IIarlWfq.ants. llpa Ca aloe-I yarns+es err.>I-.,ele+ftea+•6rr•M ha«t--.cu+etrt. b'rtt h•+•Itft I3e-6-1«Owl" Its eMr«Merl atMlia.Cat-lo Waw,.1...!.•.-1!fA:T u,13.1t tnf-:,bt.slats S-1.a"•e«t w•tf flet/ awe 1 dana+ae[law 1 7rt,. b ra+t teetrtay l!n.rI..11 11r•r! raFafeun a+G f.•..- en sant rvcll«(«s,.flaaf,f.:laM lark[. stat.1-1191:41-1.Mee A—I.,CIw•wllr,trpl4w.betTwt, L:et-t ae :a T r1:as Istaalu!:renT#1./!a r+aiM:e_:v..ty W Gast-•2Ir(art i}a,w T t>W 4e1.HM)n.Ya..we.ei..utbt- 1.:-t:-t••;t ta-:.:•r^Uta•sat Teat!4s<]-a-•tnY f.Y..t�nt t1 t/.K rz[ef eta!+rt+t++r twltaplr ptopal rto•pa.r[wttf W t.O tS ra.14,Ali xt ftwliE..T•..lif.W-tT.II. «ww•re•get al tw b ri-l+e t.rlq M w,Ytta-+tet+t.�a.T,C-11 1>Ih r.S tla rl.rl f.Ct.t TIre3 CFrtra kl[•p(vr.312! a+Y�rc•w.lit Oerr[/ ptafe tltJ Cq.tcxrt 2•.ttr...Stlpte prcwtr la.pv.t uel2rlt St qL.qlw sM.p lb.r;T.:�•c 3•add!i I[,riwf tirN«.lel lel tY•tl- nt/l Tt rrTttr trete[-t fret taataw•t,I_teff•.tt>L..w fra rpt[r2l stip C.. tar+,k:rl!rr 1. t,rn l.lq ra!A!«r Tri-b t.•,rrn,r T.aa.•1 tet. farce 1ee:clete d .aTwrltlt T•KH.ier.1,l e.Ct t. It l Ttr«w, artlr:J racaanrt erlkrt e,W.-.I.er (w+7 ole.real ler pae.11l rM/PrnU tp.lIlAI rttrt—I MI.L&I.O.lwra.l U•ea.a W Are,r« t-4+1.I l., trptgt Mori t.r...!« f)i b feat 7wtaitq M w,rt.Irt brat MI-1-7 Z erf y 1. t.na nnl.I txa.els«n ale.p Le.t�.elwu.,+l.e, Gr..Iewr a teres r!!Gr:<n•r, 1931!efr C—ttefalw At Mier•a1.'w Ci.wn rtIMIRM - 43tr•.J ISec- fr!rn.r.l,1.11 rl•Lltt«.!alta,II)(t-K"fill IN-Mollarerp tl-at W tupae(l.tea}tattt�.teJ,Iteral sltr.rt«It h,atw. -:S Ira::r:rtfn,,.Il or tf w• trill (ewe If/tr oil[a.IrT Irt.i 11 w-7b.1-Pto tea Me1.9IM t1 H,rlr.)l M 7�:yr rrS rtrtltrf tier siw U eft!eegltw.serer 7 er.VA....wr,e,11%neat[Terra Mitt- pill""Urea rwtq ft.nbrr$2 mtt.liver 75 a,tar.•ret,aa`e,r.e.tI t:to:p 11. lit-,�[•!e_elilt fop Yx!Iwr h10Ir er.v.TrrT-ISft W _ ldr.l OMrIK(twit 771 M TA.Pell II—I rtclirf 1,C.!c:cel ca aw:t lnY r.�e lnfa fs.Dln.::Ya fac•••ca tn!te.lr2 19 t0..e Incl+Sltl t/1 c Yr-a c.ta 0.,[Ic1 tic [grlrN O.a�3!'ar Ir.I.t scent la a.10••1 - tltn r-InJ tyre.ttmt•t,w bl.[11 learin ser Yrr :•per•trwtla Mt.Il tb-m,:eaten k.-.a tl.y.kn tlf..alw Grzua 5..•1 f1t7 Ue+f U.C. Mer MrtT All aerlhlr eMril arab I w.rr atfl.IY Ilecfwtp Ca sere.r•.ae.tlw.t...+!w,ew IT. .rtllfl,fwr.[1+Y!.•el•a Iw•tat!•tit"'7& '.-,: ft 11•.wrc]trr tq/tr«I W r f-3lfr rrVes,U.ttt IJ It,.pas•M fttclratt Yrr.l,tsartw {art ice K-r1 Ir1a7L«mltipir mors,wrlllaa.r tq lw[rt V:rs.lal . Y elnr t[acilCr.iaur.,•te.l two b+ka.cup[1,pa r-nurr III fI - •;>I+Y rat. ulr T.f [41f-lrq+itN[le.1/glr eAbr- IIrN KnVal writ-fe.tln Iwai• IS '11 •telt- 1M C«t.a E - tr!trnl,flr..i.[,.tin.XarN.art 11 Itr.a bll«MIAs«Z••■fe t7+a 11,rra9rakr IC.trin« artic[[pelt haa:ter.G:e- - prrfw[pill Ga,I In.Uwt hen lgiMltf"«ttr alq r.cabe UM/1r .qtw.II!t«ef.aer•«nlr T..1.ta./aq—it—,Tt beUe517p[/ - M/,1r7 Gaa�lap w r lwtaa/p 75 lM .. "f. 1k; - Ww O O . ►t0ldt atOtl7fC r•m 47,af7.70MMIaT.•psR T.Tr TII►T C• sura-. w]-NN lnrlf al - 111c111-!i0. O71-lel" ►e1e A O IraO tgflrTm.T OeONtnp i BRAT(rrf Ift Owl I. brlrrwt•w pyt-Itr-1 rig-rrr7 iwta r7altr- 1•Ys 1•Jr 7i••7•\•r•\••►•�•'•' blFrr allot trc•aWi Sifrirst 5.I1-1 fv tau rlr•uwft ft- r..ar 1-A. [.._• wwa r.rr-_I.rti W w teat 1•r. •... ri r Ir.Yr. TwYrw ..A' Oar Jr 6r♦ewer O.rrawr dr[ret•Rlwr M M W t kttM[1111-• 10101 glrlwma art-W �•~' On•rffr 1111 tyrrs.a It•-rll r ItrNrw lit It.Y•"-I .Itrataw. t a7T\} I�wrwh.l owK t\aflty r1Y1y rtN ls]Jr brr aw aiffrewt MrerN•Newt r�gr.rrRl Ibt•rfrr ar.ner Isle\tetMyr Tef h[flrr•i-IV.-yflrtral Clay 1. a./0 1J7.N I s: If• t 1.M .M .71 OM li tw rb•..rw iwwaN7i 1411ae►tN ar0le..r 1.ir•rtral.ba'.1- LrM Ir 1.111 1/.tl 1.)f• J.M .N .N -.r tatasrlrri Ottrrf rr•GrrMr fta.rlr.etlr C.-V b 7.77 17,p f.»• ].M .N .at Io►Akio.%-t..Gay 7i 7.111 11.11 l.lf• 7.N .N .w Orr rtNi ac.rora 11111111.r7arltu.rcoo N•rM)r rl1•NR•IIN. Gwy!• 21.17 11..] t.If• ].N .N .N rRarelultt 1111!!-c:rrte tw ly 11111!.1 Iw 1111142.\Is\.a7a. •t.aw t[M esrst4•Rrieetsr P-As-leirlwa fIN 1•!este ltt) C.r tr If.77 17.17 l.If• 7.M .N .H tt_frrt\I.Trentrs..4""M T.-V -Itis..NM 7r 42.22 11.17 I.If• 1.M .N .711 GM 11 111.17 17.17 7.H• S.A. .N .N Oar ti rffrm area Try.rr r11N[Irriletarf rllNt T q--10- Gay fi t1.•t It.)r a.)f• a.w .N .7s aw7..•1 t.-r•1..11\1!1 at-1.aAr.er CAP--Iwela•ft tar\Ll[t Gny tar 11.7[ J.J.l1.)1• /.M .N .111 w iwiut ftxfrt tcaf t-IIm I+•loft Uer IVatrrf tratleatl-•N Gay t►-I. ll.lf I2.aS 1.if• 7.N .N .7t tRrlq fylr.r (teat Ze M Neste r•Utl Rr]w ts2-It[Il 11•-11 tarry tli It-It 12.42 I.tl• l.N .N .H !111111/tear Tl.lracnr tirrwalo Gasp Il-M 12.11/ LIM 1.1f• a.N GayJl-a• 1T.7I lC,J7 t.7S• 7.N .N .]t Qey). r-.�v..w•h.r.ear 12 ft 717 OKrre•n1.•rt IC'••r 1 7-0111 Linn/Ii'Cr Il.al 1C.ff 7.27• I.N .N .]1 C-..le►.►7r ar--V> .ir Carl Grolfef Ito[.r.ad wr[17 Carly A.A.-hN•�.eia:Ns•eaar rcedlt 7111-taw it.V"ty •Lc1rNr i.11 per Wr to 77tra/R[tarw..a 11111 Jiro ti elrtrrfrltll I1 tf 71 s...taafa Lrld frd wtr..e r..f. 1 Zp Oar al so 4w1 'w-of fwti-I aver 1.-tr fat Mpiue y Wrrw Trrtlir mrrrtr arra alwtr fw.w'It').Gs.rrr s...s Irti- A - ary.1lM aIJ a trwer.\q.wr..riraatr ref r.r7S.trM.w s.f aw4.7 N rrralwrT•w.a1..1 r fw irwrle[last w Mw)T w aiNllaeta..+T9r M. .r Ora... Ircfrlesl ee ntrr- .1411 el-ltb Ci►4va flet 1.111 P-Atiw•I[teta er wet q t-ai 1rMtrL t rl M1ll ati Ttwrlet tr•lrpertr.\Ilwf7[.Crals.N w•rr�w.lr Itr?rlul IIrI Wft teaerrtel tcu".J.+•wta.at it tr/M 3M R.wl{u 1111.1.aerfrlrrt rrR Crtr a.Wt Mb I" 4r.n.wswlw.mre a r.r\rler M1rtssle 4.a\rst bt trtRr 1.tISN W r11r•tarwr Aro Cb.r Isretly tllr farts.•st. la irrLlr W7N1-r arrrnii.a 11+r\rs+Grs tsJ tWlrl tsaarltle Vs-I*-L"01Mgr rlt•T.yr11N 0-p-%1yM•ylwlf A1[•rferellrl f f/"I::R.arwr IriialN.IM"..ls,f1C.N ldLf'79.04 ii4 rm m; ti+Intal.OnM M-A tI 61-17 iNl RAO.Tlawa TV-b."* ` [-[ew haws - '�"' 1/OOOY NWWW b.1T,MIK 711-4001sT.Aim JM-11" _ aces[w.o. Clic-N» ►y. 71 rc»s o. on-fus na. s . tm 101tflaar tR1>k10Rf • m1.rl.ulq nft.%-m......7tbt.tlM�rq /w. M a f r...l... ..r.4. W. ' Lo ve tpftfrm.r Og31.10rj OA 1-0. T-M Qr-013- S.P. 7..1.11 1 1.73 f G...►1141 1.21 l.Is 1.N .It ..b.q!•►. �r..rt of (7.71.4rt.t..IIA■.f.».•.417 .N Gwa 11N 1.76 I.73I.N Of .It 4.+0-71r..lal.1 I..e.W 47-71 tf..wLM M1.t IW IT.I..ttlett7) .14 Gey 11.1 11.17 1.11 I.N .» .14 f..p I.1...&0-.q.1 1Ih1 x'rt...1 Mlty.q.11N 14.. G.y 7 17.47 1.11 I.N .N .11 t11.1(!11.1 a..l.. C.-V 74.1 11.» 1.71 1.» .M .14 Gn,r. - 11.77 1.17 1..a .N .14 - O-V t4 vwr tl tr rr.i.�...a/►r bl/.f Gr.y f 17.» 1.n. 2.N .» .IL �...r 4. pwal"C"W.. to 11..K 1ul.eat b b11.... -Wlwe..f.tf r..a...V f...t M.1 rd.r .n r..tl f.r.lpq bll..w C.W.....tu."*»C.-r11N ... tl .p.4.Y. K Nl..rl.l.f.1".Aid w Ft...t.f r d f...4i 1..1...aw-~ K N-. ..t2.11 R b..1 iK2NLt 1 n.>d-.T[.d Clrrr.!b r�I.e2.eLq 23 .tM. 9.1-"rt.r 3.1.w17 auq S. Op4.tx K tll...l R/i.e14w 2.....N Ct..r1lNetaf. t l r 1.11..1....l a N.,p...t..K C-Wt....11..11 1N4..7-►t.••1.•.....tt.t...l.I17...t..K wt-Vw" ft-a-.r b/wrrt t1*.4.1-if"-*A N.1.0.[tlrN.1titl Z Q..w.1..f b 1i.bl.tlq r wul t r..Atd"lt1 am" Q • N S ft0(l1At M61aAO,WM h,110.7t--a MAT.Alwt M MY - W1154" ►t1t L ItiJ7as t6 Dli-SIx 1\Ia„ O j N f /Ree t•r4./•r....w t.y ►Rr Irrtw 1•ra•�t• Jr•�4 LI...w TI+mom=NIIwi r w /l• ►..w Twwr t�a•w~ 1:.:_ t:•J"" T Tt:i.7.[a 1[x3• 6v. M t r ►raa.r awar.. .ett trtl ti-paella-L. tit..ra "1•: Rw T. twb.l.IrR P-.d If wt- :t bar/alewtl r w ."b tt tw tUhlo4 f reps,I w.tb� •'i/.:.084.1y. Nt.Ytw rest cffR w M s I• r re/Iflw ear Ula. "fr- •rr t.Ywr- _. ...yr tFarlwl/wwwlw t 1.2! 1-11•f I.H .N .ts Yr t t f.fa .N 1.01 tl.1/ f.11 I.t!• /.h .M .01 4w t SI.tl .01 1-/l 3.11 i • f.)f I.I t• /.!f .N .It Rw 7 II.A .tl 1./I 3.11 I• �I s.i) 117• 1.11 .N .la ft•"•1 11.71 .N l.13 1.11 garSo- rt[sa.Kllled .,4•,rar,a!r�6. 4M t 11_n ,N 1.x 1.11 Rw 2 11_lf .N t.x t.17 7.17 - L.01 !J]• 1J1 JI .0 Mw 1 U_n .N l.x 1.1a ls.ne Lin 1.11 .n .Ia r.•a 3O.N 1.61• I.)s .N .It rillaq r W7 a1•a[rrit le. lYr twb .. `a.-.r f.asl w wllpspllM Z a_:.L.:^•.t rlfrrl erfulal Q /..Sa•Ia tett grnttar• 11.7a .st l.x 1-13 t 1.H 1.O l.7• .N .N n 1�„e ry Yf 1 II.N 1.17 3.71 .N .1/ Reffaa1 U ar Rs .i It.n 1.17 l.x .19 .11 Saerweaaa a•.t Sra-tr.61 Gl1Ur la -f• Mw i-w to>•.a.a all-Irw ea11 ba 1�.�r.r.fl✓:3+11 ryrra7or Me.I-rare[Iw r real alis a r1 t. 1d1a1 mei all 1 WAS 1.1: l.„ .N ./t Irw uN:wtere. .•! II.N 1.17 /./t .N .11 Mea!-f►te1R N)•roaa a11-ere•wt Cwterf /:•♦1 11.11 1.17 I.x .N .11 Mw•-r ww wtrinl 27 r aIlea 3 tisrt or 12.01 1.17 1.71 .N .14 4r T+uw• •h d b.2.30 rte Ire.r Rr so," r r1 r-L Poona "k f>f,On.To-mmv."In m 1t77 wntfa o. un-1.H •t2•at 2fnafw Is. a7J-f{7• tiw u l+I.o.JIu na^wtl w tyre Mtl ' G•W lr cltwd plllrrr Gsr^N•^r`It.K f�tcr.t•Ht.L• {•'•� ,��r•�� r w' nr dh.t<lol•rd{•IM IYfer Ktrtl K..ew•aN lYo�»�I ' ~4 tom' {aw+1 J,.e// t.HLlt16 .nre or •rw... two.T. Ge.q it tlt 41wrr1 tl•,a,rr dtnert,MK rts.•{IKtyr Ow•• CwOaRL•A H•TO�{>IH rtc+errw_.r.1 ur n II[tM,c.wrrtu N.ItYr I.1tr.aefl ti.• pw tY.tcr/{W f .`•Yle•1.rwr 4�•t t.^T�r wwt tirrwr 41te W fsww.M •n.rJ•sv+^..+r'1•rr^r Ml tw N.,w1.MaieY•r Mrr11• �..r if fYwrl. 1^tINIM lty rN wait rrcw^evtl W 11lce ertl Y•tr•l taa2{a.41 tla- .1,T,I l:rrllavn.n allca 11rr r•w{Plttrer-p1M 1<la•r/tM wYt .1 Inlrrc n.•:•rn lcl Irnl ler.11.1 r1c w Ytteler tlrwlawt, af..1 11.11 t i.t1•t l.T{ .N .1t I�rlr:,rr•+n-.art r etcel w•,ractla.4 rter ltic vire/M.1 atM T f.tt 1.{7• l.l{ .N .11 Tw»,r 414 1 f.11 i.{T• 1.» .{{ .11 Grp J.GO1t IrrJtrl p.eta a•rWrl nwMr.ew-w lFt ta••er{lr.{Y• • ^ OK.Ca{rwt{/Or{a IYY 4uq 1 WII GH'♦wtwtrl.tren•.wr C.Kler Gw-4elrl.l{ #n i l.{i L{f• 1.772 raltl nl tL tMed lMr pwy.e^(.t1 rtYllr ti.at Gc•I 21• ltre.i To - 1.72 twr.Jr^I N+ryrr re{) /l.pL.1• l.To la.0apt Z_ ' wlcce l^t Yflt) {.tact.Ireton wt#IT watt - uap!r Iau.a{ t luc.elwi...wlattllM.r ttM..41w.c - 4w t D.l1 IdA 1.1{ .N .11 .2 arwt,a.wAtq u1!H,rtale ILs•ree #eat 1LIs 1477• /.» .H :14 Q Ga►is h./-.ttI1M w.+wet/tdaglq.9 otNT W ultt Ybts" - stat 1 4.)I I.tT• 1.77{ .H .It n TO Gte}rr c s t.Nret J/Kl.rt ttt-I.."Nrt.1{141001 a t: lrcrrr Aa mf tea-t"K 4Lr41 [1. u apr.t.t N ltel.21.{T eM.IY. - .e_Illa..r.1111 r.w 1 11.11 IAT- 1.11 '.N .l1 #N l 11 So 1= 1.» rw 1 11.14 bo• 1.12 #t.t IT.tl L2M 1.it .H .11• 4w.tW 4 gw.2w lw.t t tew ti.rr.y ltr{ ttt.t1R1 aaN 1 lLM LQ• H7• .lt .It #w t 1zw LM L72 .w .Il #a.l li.il 1.Q• . #..t 1111 Lp• To a lout�eMtgR MOL n.wo. 79-MMT.Na ss/Rs •- t� Icoraa n un-:an a bmumov 0. cin-se" eAMt!" - 4osT flbra'O p C.-.p i. a.;bla 1:a•-.,n..w I....:,.aeb,.sea-r.V a1K W Q4O too. -r 4 Tfs+w-4.•ra bat lame t.i ewr war Iyi. - l.;,r +,Tr•.•a+, fr/Lr. lad loHr.ata K a+er.T Kae+w ttq -r ef..e.W.tY r1aeN1 �a:•er r - :>1a ct all to-u rn.-.,:e�.H.efb.alaH 1:7/.rf,.�-W:1,C>a:r+te H•-•� ���rate-y15 Cat(-a• OA 11y. !assert r trrerLL eYrt,teeler trt Y r N f�•.ir)�r,tlal :_ I 11"1 Cr q!w art retest,Ms rTt b1 ftH lrgf atA,r.rt fa:rLJ%III'I.r^I•Gt!+.[nttcr f.Jt+.Y.IDyrOeat,MH[1Hr. a'1'•-.fti •/�ratvr cl J+*J.7/K yfye owe IJ erwp JIM. c-AYU a-,biro Itr,la>!t.Ott.•!.. J. .�l•tr'P.+V-:r:.••,f.s11rw11,h<+.r ra etT �aNfty Ml�.r*a1Mt..tail+la t�tHr aY/!parte�WIa}ttra i a'-• :r)a.i+.l c.: -.a1G,c Irtr.[awtl<ata tL11a[ At• ettY _ n.a..r. +r.tH.�Ht.a f•en..+.eat .t a.i-'r .l,:�-,)., Ir.T.,nrl•M.�r acal.y,•�.t}- tstNW r•I•[r«w/A..r..+..e rtp.ret-rt-ra,tau a )••sn����.1.-1..:-4 Iar,.�T•-.••r m..rflo..p,.m,,.. Haa..,4rY4 eas..atHa - , 1 ! _ ..t .:... •Hyla Near-<[te•✓Hr ';• n•.i♦, i•;:liiel• .,I..-2 rrpaHa. aw 1. e<rr.ta fty.+iw .tlrawt a.w++'to Wo,t..'1 Ars«oat! ).: - .�1.,1r.V3!Uc p.vl•/-tU<be fr 10 t. ft tLa.-wte.c wa nom.+ h'bHlq.aelr 1.411mte at.t„acus•c,n..1 tre.:n t+Hrrr,tlrft ire.n 1a+�e.r Qat,wr/Yrr,la eT 1ltl.t aM to lti7Ti t ;i• n Ir C:-.►SI,.H I.[tr. Mcael.W.ret.Mt a Mr,.41tbr'a rlRtr Oaait Ta-A-. +..� 'up1. I.r:..lnt./a-1•Y .r.7er.,arYetw+r e,'ar w21<wrt.ae t•wr IN ib R•.awN[ �•.a,--t..1•r]Ir I w/fc.r,I ler. tr•aalrT:r tafu.a l.-.a.rr.1 M-All K all aeA r •:l,'. .1 c •c11�1+r,L.......tlDr,4-T.r r.Irllae v(-,taU rat u.M re l.facll tact..1at•tI-e ti tlotitr 1 •.ti .11 e..Iel, tt.a0.Ia}rStQ1 tletA- Olfpc uA tbetH f[.-hwe lreAtrt-t.ISI-(.111.91 at. c.. ,as(l+ri.i I1"•111.1 aro tY1 b/A,r-1.tamer,ui Ir., .k. M.ta..W lLetem / /.•)r .:1,.•.•r., CA. v.Lr.-Ie1tN-IL11[7Me tYL.Jacpla-H.IR.wr�a Il Itefaa 1+•.-..w r•a 1:i.lerf•r.r .eatwtl 47-yat'It ree/w1 •:�./1 .rye:...;.I-. IIS- too Irar til aL• V -two."Ic"" _ r' ]r a ..'rlu t/P,tai.r�H In emvxl-a.riu' trt.,ot ISL1tN t ftrwt cle wtri fl.u1 aA/J.Ll trirawf, .•.rest ..nf Cratlatt to.l.tol.r+ IM1-a!IR alAae ar.I<•w.al aee.H.1 • r,•,�r, IO,a rMtte.:!1•.r Ca4r1 ifrwe C4awH.1 4a,Are-. • G-:.}::•1. J-;}v:l N'i/:1 Tel-;a,G.:._a..t-Drw,rr RJ 1 rAl el ebrClc.ItH.I w1 I.•JK.P Saeot er tl JCj"C1tOetra ,:!•1•.141 a/1.1 G.111:,Tr+cp 41/11rr.r]xa Iq Htllenf 1nN-.f,Mlec r.-I- faM<ye Lepers Y r+mYttrRtYt Z i� 0•a...,7 hlll•1+:f'y/•.•411141.1 1Ct.a2c.1 01111".-all folttetre..t-p.lr T1Kata••w/bf Ma.,al"tcat'tri roller" O t;t+•.r•;e"d1.sa t/tar rr -14 oe 61-1,r ltlyl-Ylt ewtr•ctlr Tr xl taAterf,Trae.Hy.11.r.sett ll.e..tHrtalle Irlllc,TI.�.:.-•a y.hfertct,All. rf Ir.TIAfr}lady tr tbUH,1br1 roes atte.we,rr.c ertetsra eSrt!„u Qteserl m 1•:::•11.1 vl.11 r.-k.4 a,Vl•wlrta ale dWH trop..r I.+a-t•t w.awt[Atter rfaHy N. -:<JI_- •I..:.✓.e:N fors 1 Itua/y aN Plaely,alp s.a.era ISx1aLr; Ices len)V[s,1�),TIY t+Iit11 iat¢/d-r 4!100 G r.,Itl•r !este Clretrr• - r-it.l croq tlt]t rxrl.y a+d trlalal - G..W 1. a U.-fltdNty moa..,AM A,wl Guess . _ OA!r 4taril.� 47 .: 4�L fYrarl fAYtrtr ._ - �'... -ter �- "Zi �.• 1fG1lR111 tlwefllR,110E Qr 110.7' "9M.Mt?%/11J11 � I t r tltnwa■t, ettr-stn ft"17 wCgw OL Coo-1pt . aat.u t..w raft«t..P -..++ +r , a.t:.!.•.••o.l.•-r•o.t•t o.fr c-t-a.f•.a••e•Ntr et-.ar t-t•t..r wt.t-fa.•.gt+t-•t4tt f-orf•tr•Ort. INoas� - tat P-J T...r• { na-acs. t.v}J•t•r sa-.<Irrr••••f wk t••ttt c.t•tK e•••a t•«r• 0(••V 1 .M .It t ..it•.W J!a!M••it••v if• e!«a dtM N t tMrf Vttq ttt► t.aa I.N I.rt .tt .0 •.••e•c(oa r.r b+n c. a(.•.0 ri14f•• a tf•t-fa T. arta 1W t.m IAO 1J0 .ft ,1t ►.tly(-1•r•on ,•1.12 w.••.• t bili.t!W►iw t.0 NttV SSO t.HS I.N t.» .N ,11 Fc esror t•vrc.c.a•!.r t« w r(<.t T+•r•t nVs•ta••tr - + Nt•V iM a.1n 1.10 1.70 .N to l t+rr wt(r•r;r+.n S tear•s.13 F!Ya.rr F MwtlM T••tr N•..►II•i a.fN I.tf 1.to .rt .10 S!+•�+wt t,.r tnaw/t t,.r•t.•s P•c aa.r N V—,t F." NAV itq F.", NwV! f.l•S I.Sl i.1t .» .tt •-•,JO r•ar,(.S}P,r•sr b•KKt••►w.a. tr••V I a.Nf 7.r 4.amts ,cws.twte•f.N Fc I—t«W ton to;.t•Mt W•GtaSFwt.aft+t it-►•K•!LK tt+Mr r aaat.t aM rllip f.n.ltt•. . _ t�� fatntiW atter 1. a.AS 1.M '1.29 .st .» trtwt a• t.11S I.N I.ta .N .1t .It latuittr , fv dl•+ra ttfR rffl ` 4trt•t t.W 1.0 1.» .at f' .lt at.y a 9.533 1.06 I.A +. p.0 d C N•K a t. f.w .lt 'rx ttM a - t. LM I.A .N .16 %mommall k-- �� b Pt•Afp 4iq • f ` �tM•�1 t.221 1.70 *4 a 0.14I.N 1.70 .tt .Tt M a 1.04 1.0 L» .w .0 TtOIYR�1�V t.iM PDX tt-tMaT,APt IM MY ' . 1.— i I. 1 1. _ f — It13[[01/0. tar rt t•11 u [r s s avT-Tnt ..w>�� E--7 �... . C Mwr -...r44.M.V . 1rr•.Ta ' fa..N WOfr f]r-fltlJR 4tTVSx Al•Ib.brva Gt•t•.trl - ata{*r..r••aa•r,tnu. rut 6t�6.ta[,t�1. r•1.•••tr,tal.t.,rt Doral., rt,r l.n A.[.esN.1fN• ::•Me Laws I.rc 1.•i.f tom-rt sits./�4!•.. 1'^aT 4t•A r.l.titrN 1164 it+•.fbl.•a,lrwe• - 1•NR of f,n Jo•ialn•w•f 1. r Trt+itr�.we t•• ♦11_q t I,N .fT fLN n+-.s. ,xnTwin,sAr.t•. n.at.,t>.{.•a.n t...w.t "S.nnlr lwx• Ci.r.t•.ta+.14rr. Wtty-nnc t:t. araM,Tt•r•r.flit, - Tt.Ytt•nd iKt • f••••ra�r•.SYlI•.r{•rr•w �: G.s w1 r _e p.:t1eM f•tl«. TMS.AN Ma 1:•4r,9•,, rl•'.r Tom•tasi/ar ti.N .[! ,21 • .b .'.T titr,l Crsnt i-••ir•'i.Nty !16[3rH0l, `. Wt-,:.ea rw r•1 6 ft,Tt .H f 143 II.N .la IU�wt•.6,nt•,[Ylr. 64>.vI 1•+*wt.•.e W d.Rr•dt•a,trl rt•. . T,:At Ara. 11.64 .Tt .lf [3 M•r.G1w•.t•�.lal. al•e;5.,Gr:r•ta•a.,1••t. V•.trrr-tM 1a, - rW-.a,. ,u.a,n,I•.s.n d.nlr•. 1..r..Itar•r, . r.rr...:tx..,s.n.., hra...+r•.s.1..tia. s:n:•t1•x.,s,nt.trur.� 6•,r.:i•m.[.. .ase. :ol•ro•rd s.:sa,G.rM:n 11.11 .64 1.64 a .1[ heu Q•r•,f..Ut tl•rn. Natt%t!]t rrTftrs: ttat f}s,hlat i 'rt•1': ti•v f•.r,t+u•to,t,,,Yr1+. ►tt•t,T•t,•u► r taty.tT• VVY F•r..f•n h•x 1•co,6w DSM..e ttl.d•r!M L2.6* .N {.H I.b .Nl 'w: INRte.f•wat Q.i4 i•trs _ At",sr.6n.talw•r••, 1. •M ltr.at ".ct••h14.62 .N .N -N J ,Tt1trM,[TN41�•6 tr YF u Mlq tr••t tt• 11.11 .N .N .N �t-daft 4! 1t.IT .Sf .][ l.N i i'L'llttTlYtr h•sn n1••Ft# e. ^: a4xt,.n1 tu.tr•wu 61..y1e,ilttafl!•i A11ra _ [w-.l lrr 11.IM 1.if 1.1f .15ty.Nlw r.M 1_s• .1! ht 111t!•.d YntJt•iat ob~-4 ae1 9r QM v,6f.T 11.64 .61 1.11 .h O�1N U." 1.42 .tl • x 4 w .. Room MM/R VOL VL"a 7&-'MT.lSlt!L lwT R 06/i/0.q, ptt-3flf fnr•1] - MINIMUM tfR, if vm r•2.H �t... a.w trr. -ANOWaa.f" t.�w. Rti s.+.lt.• w•+.+• a w�f• MPras, bf�• Ixtwt'if [.+rt.•nf r:r•teat.m••tt• a..a...f.Nwet W trr f-I". a ICU 11 1.17 t $J. ,N .N N-.iw ' N.0,,+Meer s.Tett1•rra bras t.u. til.W to..ttl.•ars M.pti It'll i.iT I.0 .N .N er•..rttt•rl 2 l0.1. 1!.N t 1! t1.N .iT lot,: 1, .t:irl Sn,-•t<r.r rlr- nw..•.W rtta 11.11 7.N 1.1s 1.N .or r. t�r•r fa•!Tat a+1lt w I1..r 1.11 l.i. .N .N a.r t4.it•W t++u Ct•r• - Ilrtm, (auto.. rrtce-0.5•n Sn•l,rin.Sx•nl rl•w �'•er•+•r.tel.it-.1.1 Wool .N 1.1a .�[r,ot+.ne a.nt t•+ feT+Tti��• N:r.• r:/•. tl S. Ri•r•i.,la.ar•arra,t•rt rx;++siet-M•..a Ori lx apt 11.72 .N A7 W bt•r[' air U.23 .N 3.» In .•1 tett =r.f+•.yrt•'.c. it. .tt alrtr-G3.•.r•a W a.t:t.�1_t., tt rv,r•L, far Ssy.in 3r•e tr• St.JT .N LN .it Gi.�., V tl•ret. Irr11o.,t•tt•.61.a., rl.. ti tas+r.)a.Glen.4wN, Si•.i'...,•S.i•et�'- iM.rd.,11Kx,ria... tr r :•[•J r•.• ••,+ter fKttr.ta,2lu[a.]!N<a. ' •..1:r• tl.H .ss _N satNt 7.ar.h1r W r:x: '1t,...•.�-. _ test Cti.rt tra 31.111 ,N 2,441 ,N 7 •.,r..,.••[r a+•tra...alrr•a.ftrt•laa 21.Ht .N .N art tartree tYattw U.ta .N LU t.••.'�. +.•J rr r.,aey, IM.Ner.l..tatt..2•W Q ...:_:..c,.-.Je. It-W 2-C} G.r.Rtw 3L1] 3".1141 l.i 7.313 I." i.i) .N RI aa•te.Y Aft.tat. n ri.V.itrae.i..e fa y. rterr t-�.•rr {..). .H {.>a 1.111 .N h•rrt.et.2sa.+.aY Tv"I T Orrrtw 7L]i .N 7.74 .N er rrrerl fi.ii .21 1,1. i.af .N ttr w.ew t7•.aR2 m" ,N Lst .12 izt•. l n,...iS. Ab W star!-t7r.••ol- 24.3113 .31 .ls G«..t..•+ ft-on"..fYMa•tet 7.t.rt Grr.l.a U." :N 1.27 .N .rt•m l.ni•ha , Cwna:r. aaote:. 11.73 .N LU " i•n rirrr l.to+M 3•n R•tw - ' C_U. 2.15 Lai .i! r♦t to igr+vr••M Irabaww It•.[t i•.1 rl:ar..t"-I. 11.111 .N 1.13 ■ttv,•i sxt fr,N:rer. 21.31 e,ri 7.13 1.241 rlp++u17••sr ca•l tar s2C"ML VOL s].m»-.2aottT"M s].tics lr ,'`•tqr■•o. nn-N» I.f•tl .. �s as. I:sr-can r.Pe f2 ` . t PAW•.a.fyer •.r [t••n a.a Imo.... W. 0►•rSr 01.•W •r• P.rrw ...N. M ■a• I«r•.. F.a►. f• t. 4 w Ste'it 1LLnv . In a..o1«.•.r P • f i s • op-mak car.. "&" aft .. ly.rr.tr •m .r • Olrr r aF si.[r P 2. t 2.40 .1P f0�f4•_.r OI•Ha« LR .w .x • tsl..wr ra r O!F - e:u.w 0.17 w n • I•ettb Lo N 1.r 00 .'.. f•7 r•n /.i7 .M .1S • NrN Gwetl /.R .M 1.M .w fM::_L•1r Mrrte7 Car�,rr f.1f l.N f.i0 .w .1••aC•W Cbniie Co•t. 1•n Mlr.,a•ni•tier.er fsa+i l•• HAS .741 l.N .41 Owa.4w C tIH 11.M .70 1.„ •rat.Col.«."if i.ur «t ao0' �. t».Lvwa.ra Yfi fr vr•,e are.Or IYrnar u.tf 2.b 2.x y La'+.t/!.Ii rte.,slrr H. Oilr.Orta dwt7 Min 1.22 L» .i Parer,er 7a«4w:iH f.x _f0 LM Fr t`rb.e[OalHR Ora1r ll.b .h 1_t7 .M •rrt.rer Cr.,r.:7 10.M .0 .x All NCd•1 rrrrltsera. rerun.r1.e.Y[.:•w ar.« Ireti•r..•2r c !due fano.. f.11 .M 1.10 1.11 Ow.gl.0«r.�.•rf.. .1i:"•.r:�.u.Mrae.41e..ree [I ti W,i.Y•.►l.ter C�l3.33.r.r.[I b+:.to,41em,. MI f1.er•bwa1H IHeletlef la•rrn IS[rl.l�,r[e,rl•c•r, ` LM•T•.w 4.1 ».w 2.34 2 So iJrr 1•.fwt a•r,r.la•M i.r.e IYr N,we•xly,1•e hretsi� - •_ 11.l .11 1.» .•1 .r f5-Ca..ttw ux. t1.103 [.!• t.11 a fee re.nil•eo Grnrr 11.12 .w 1.N .N W.Han W Jwe•Clw• Pw..;.o Canis 7.72 .N .N 1_29 .015 C....uw 21.20 w 1.61 .11 NI Av• rr.aw l/[.Lr«n W raw/Ywa1 11.241.1! 1.N 1_» .b v_r •••rn 41[1.carie. up,-.aW o[L1wt1•rr Y.iOx, 4spe,S4eet e. W-' tr1.. •Mb, '/r•ly7u,S.1•n..Sw.oer. C•2•..rw.c:.iaea.hrnw. •:b rr In1:7 CweH•• 1.17 .M .w 2.23 At - cis•-I.".Y.a.e,rMrra. I rJYe.v c<1, Sa•nlel•ef Rr [•••ri7l.IMOa• •.a it l.+..w.,na la• f.0 .90 1.91 2.20 Irr1«ff,1-,fr i..0.1J4 - f•.b Or.a.S7Wb.ifwe•. •lA.:t-.tz'S'T::A+Sr OtAir..011.m1 .Saw. .1.'...enf lonire Cn.4 Cwnilra 0.01 .190 1.10 sell•rr•.f7 S.iaf•!•Wa. hex a.tlrrf.er iteMr• 7b t+a r0 fe•.dwalr Mae t.» 2.40 » rJH 1.M .w 1.10 tab.14•..r0 9.1.r•1>tefRSr Mu Ll2 2.2f .20 < r on- s 7 O20Pt1U*COMM VM Q.NO,72-PMAT.OPLL 72.2m lfts{IY Y.p)1-1Mf - .trw/ tIL7MY R tlf/s•tlOs' l..w to i ms.µ.. •atr ew..r. ar.,�, � r us l�ea� w.r M ,frefaty.M 1M.fu.s� � r1Y�.tree•�..n 1r,w.seer.CI..w r �+.�.Yom• /M.C.0 f elu Mar.aw,wr.a.,sl«.e, lau,tltw{Tana.a[ �tlr r rt.Yliw tla t.aM a.aw Tru r.atlee4f wralav w( iul tlnra l..Iw.wa tMa t.w.. oww t it.il Af f I.Is .M AS iwt f 1I.12 .M f 1.30 .Y .s7 _ Twr.n ll.Tl .M l.Y .Y .M sY..I 11.tf .N t.7t Vv,.ew i.. Ta}w. 11.p _N t n sr.ee 1._n .w .lf rl rr r flr.th Otwllw iN all ltaut..w1 fuel,Tewrw tl_M .7s .ri s[.r T.Ss is .Ss .M IN.,[a rweacino,sw Mn,aw�iuc«er sees h anclec.•w hw..e G. rwar ren WaTet Tawrer h.M 1.•11 .N 5.10 .M .61 .30.M .M y.w, 11.sl .M 1.1. T«11"a11 t.t h.lN1 asa -a.e.. Il•lt .M 1.1. ita".' s,ua.tbl..a.Gl.aw,Ir.saw. T..w,r,fiwaa w lw4te tYwal 1.•nt,l.y t4 w.i..0 s[ Tuftic rtl«etiwT r.i. 4.weti,w.aa.,t.v., I etTtlr.e« s.M .ss .A It tv.. ..ITIe T.t,te.:r lane•'a,a.. ar r...[rt.......t..,..at t'.t s.a .Y .D • Z �...p. riRr Leel.[y luldlw. Q b.�•I f..t T..1.,w1 bila.' {.Tf .M .N at al[I<.«twee awtiva«. fl••l,sw+t�l..r.,.fu.c t.l wl .0 1p..t f•Q .la .A 1,Sf .M .f{ f1«.T F.l Opewtlw. L...n L..,t).l.e ptltsw aSet .Iw«ltrralw 1.q Y .13 • ' Uaa un-ue of w+r.IY{, fl.eata+w l.N ss .73 a ' .w.r t«i.esrf ewtlua«tprwt« 6.03 .ss Js • fr..a lfes .r .ri *t.w s.aa .14 ,1s • 5)'u),1u.c t.ral s[Hlr —,.I,Ca.ttw tt}ers U.M .H .ri r,.elc rll«.at1 tele ewilc.t«,Istel sty fi-M.rl Tt a[I le MT.w brlw.tet 9.01 .11 .71 b fipr C..ttte�tll.wlsq Moe aNilbYet sss.l ' wy Ira.lr,uwMu . .1a acet .n w...N.ww7 Ln o .1! 11 lees.e itm f\y.e 111P.0a.fr 1 ' N rmtalit'Acttmt vot.a.1{0.a►—as��,nlaa ai.lm 1 7 t=M7N 3O. con-un rap 7 +ably=6 CNYP-� pop 4 tl • /.�. 71.a.4f..a...ni..•.f � 71.w 1..J..►.aa+%. iaR• a.r.T. L R 9MS.W '11M. It'aal•41 7'=CONSER.[7>•r It7.rw'� r....e.r.w sommoTtiam.C..V 4r.Gv.a!•. GrcpA'.a a 11.14 .7f 16,77 .y L.... L• .33 IT.1.1f Llv-.n.LIr yla.rt b.1.44a1..r. 2..41 .11 17.1.77 rq.r•:v. li.a4 ,14 11•.6 ."y SamRrclr t>•at7 [.el.MIlnu 11,74 .77 11•,/1 .N Gw.4.r.1 11.74 1.N Il"t31 I 11•.N .H .rb�nl rl.a%n+�%u• WI.of IJ . 11.14 I.N 1t..M .N %1•.r•• 4.H ./f 14 [/ 4M M.I4,Mat.ttK., ull.%pill•!• )a.41 ..41 11 11 W Wa.ar o�Lr nsn:•ffr= ..tT h..nar. 14-M .47 11.1.14 .H .H 6•I.N :%>>:enr Tata.l<eW 11.74 .H 11.1.13 .41 q.r.era 12.7407 161.74 As Cral.[p:l:ar• 17.44 .H 11•[.11 .41 hal.ftltK 14.7! .47 161.74 .N p.f••+a HI•�e c...... OWA"4[iT04 1LH 1.M .H l.y au.v.n SS.0 ,N N n•.H .N w•4rm .7 r 42.:./plle.fa 134 . 11•.6 •N N41rr%..1...bI_n /•:%..ON- L..K.,pl-.. aa1 4a.1.ap14 IY.111.4 R•ru,T•n•r.aa4 it lnit7 Ma 2.52 .74 7.74 1.11 cc.ntl•• 14r.7f f••ar•p 7aaatr G o.n:r.n 3.74 ,47 11•.76 .H MIA•t.4.%M•11.14% /-•:•nr lgvl�nt ap•r•ter• 11.N . 7 11•.7H .N 4+•M7.r+r 524c.at•rfuc•r• 11,14 .47 It.. 7H AS -19.32 .74 7.34 1.11 1t• do C t7 ft-,ttq.,M.r. LInK•n ll.a .L 2.•.74 d1 4..rr 77/a.a LLq .tl .74 alr fq.11w-t 1lwuta. 14.17 .L 14.4!4 .y yltq%/troraw.1 8141 11.77 .a1 .a4 . Malar,Cal.u,t.craa.nw, 141p.,rreeN.fe1a41ura aril7rf Ml., Pub..M tn... W 1- 0-t1M p%%lana a.lp:n.,ai tYH•b, - 4.w /.M .14 .41 .11 .N .)Leer.M 41•rr• 4alq ae.T.%7a7a•I.a'afaa Gvrat Na.ta[e%tM wIn 4arO.Ie. Ota Q41f%pI , /tKu Fl-W r.......Me - �•t.r N4atlq t.y .14 .a1 .7a .N CfcKtr.. 4.37 .11 1N.77 .4H 14--44/r 1. l-s4 14.14 .1/ .H .77 .p a1Ka.a 11411 .71 cable NI4.14 11.75 .77 4..79 .M7 lit Be - - /IMllt O M M[IOL 411,HL RAM111"T,rt 2%NA t f•KIIIm H. WI-NH ft"1 - mo:Nnom ML cull-sr bite f D k t+�4-6w 7•r•_ O.A. t4 ttiJrr pia 8-4 S4..d- _ Ow. ■L w F-.%- bar. y ■l• P-4- Uo.ft. rlb �.k cLKltJfa !��t'q tfltr. 1v�tV llplr..Krla•..�IRIf. �rA W fNtw Q� Crl1.•.tr. tt 41rr1a, mal•• t I1.70 .N .1S ,U bl cl.n.. ar. 1. fMnti fw Rat•Oaa�at IA w ll.tt ,N l.N - .p [!CIe1•r la.l••1..a.,l. fw Mltr W!.•a•CI•a• la[a.-.na,,r:.n J•.tt+Iw, trt.•r.•ln\•.rWra•W !n•t•.•, ,iIr• t•La.O�a1N 17.0 .I! :a lruc,,:. hYur, eta.It••.•Raaf.sl-wt- .43 T-l.v-.,talo•b tafr W Tel.w Owrlw It.l3 .U• f 1f.NS Al l.H �••fra,tl dei,t.catwto Ta.:w,•a..1•,r,.e.a•.wf w ieV owel.. 1.N .N i.N r•• t Grit 1••W W - t�allfi•Ylt•f W rtw +tn:rn:•..a l•..r o! - r.:•.-e G.u..T 7.4f .0 1.04 .N! -ff u,t taatt.lt�raa. i`"�-�•1`�•• Oa:[a Cart•tb.ntt /.•.�I..,.o.• "28, 1.1. I.N l.H .N 4e.ws..• i..ut•a tri 11.H l.lr l.N l.A .N 1t.N1! .11 1Nl.M Lloe fq•li.•ewa 4r.awr 11.11H .H \al.M 7 a.s-•nts:t.aa•.Iua Jl 11.30 l.l, 1.04 l.H .N Wworo ll.fl ,71 \•1.N LC fy\lr tgllnr• II.tS .h I►rl.N wl1••L•:l C:waa•Caro al-I..aef.e W llr.11er = G.r-tlra I1.H I.N LH An Cnr•e ler l.:t•,Ca,l•ra,fi.•+. ha ir1�a YIwf1 i,.•.I t:,Wr•, (•..t Gawdw•. 1.11 .11 S .It IM A t•at:.���•G..�af frm f•.f Gn.•f.�•a br.lirw.i- fn L•-;+r[W 1.GrM.ty Llwl tr•f0lgrr)1 i0•Atwl aw 8.89 S.US .n n a• Int e L Ialt7 l.rt.0 1LN .ff .H .11 y�o lslrtwr}e11 Nf•p C1:a+•a•i ud Ln LtIwl/oew!Mt t-a gala. If.$5 .N .11 Al Grt 1lrrf"-1\elft, 1LU As • .If Int Iw•e 1f.-CItT et Yrepxt ft-7t1�ar I1.fQ .b \ f,.•u w tLVnit LI.I•I tlf, cS L.1rlfca,l!r•rat•I r nirlw fab 1r�ow f t/er t.0 .0 .0 1.N 106 Nle ftr.7- 77.11 .43 1 .le In\ W • - i aR4fi:Jr rr/. afl-tilt ♦•r+Y am PRO tai. am-un Mr. f.f+f.H..4,fM`+. h llwrt Raw F� Mt77Clr�. Ierrt"al simmovado. t yp�!'~ Ri.ertrtilr i Ia.!\ Aa N.7t Aa •,�• O\tNltlar •Is.21 A\ 1N.» A• c ou Rptlar\ ts.al AI \•.7t .M aril•ylirrr. la.7r A3 7N.37 AR q.vb-"ss-o- � a1AT .aR Ai .M art.,4&-.Yaw,wM.. new,/ .u,a1.Ir.u, CWM aO1- TNM,W TI.IC3(11« a«�w.N..7rw cu-W lMGu}ttM. ti.« .il 14,ms 4:.1,411ut• f1.f♦ .al l\w.lr} .N tl.[rt lelw i7.M .TI ltw/•}r ,.H s,,,,l, t•♦1,rfuG... 3..« .rt \nl.fr .N tineat tct,wt GL3e afitnt•• r.+hU.tf-b+.ttr 11.94 .a/ IN.Ms .N rl«u1c1«. u.14 1.N N.M .N ' C,:fe illi-.r• 1l.N .Af N..3Rf .N C.♦b 7rile.r. I1.N 3.M i,,\a .M a1.cu lcf•.. 33.73 AY M.fa .A t:.clrac un..T+cinl<I+« 31.97 .12 3Ni.23 .41 ati.WR m4trKldt7 91. Aq .» MM .53 c•clr iytt^r, 93.93 .r1 It+l.M .at namesmsm 3Ni .N9 .!S MN .q c>:.•m.t•�rntrt atara9a1 msrrot+o•i•aalrsai ' ca.ctt lcts+. 37.ri .N `N{,N tAzl. fMil 4.tt scout. 99.93 .» N3.M Rtt9tG 7. ml�., ,nt s,a,Lotet ie..nt/+• afa•\r•.tL,rt r+ c[rl.e:t+to slc�fi•�cnr,t, ll.ar .si N+x.» .rtr.. lr.ls a9 3Nl.lf .N fw. tfwt .N "if waIr t,w a0 ' k 2 rr,t•.4,Il+y..ierr••M h.Nr1N.R+t.r.i. .ui•u G.rilr, S-6-1w.S-h-1l !trete tcf,a• 17.17 .» lit.7! ar a..4.w.a-i1r.,ars T+-t•sytf N.• li.n .» fN.r7 .M alp.Nlw. 0 W r. -t �♦^ • . 1+t r,+i+t+,retWGl+v rM ♦1 ft til.94 trr al- wy+ex.ntr f NN 11.11 .i1 1.22 .at t:ectr fcl•.• 33.77 A2 IN.1a 1tl tK[t}f!t<,r• If.11 '.al St+.l1 Af rr.::rot..rn c+\.7un1+3•w � • ' ••d in l.rx G.rttt« . t:.Gtt tei,m 7.93 ,r1 l\ 77 c,:l.ivllu r• 37.\1 .al 31 11 , • . t 7<flEaII9 aEq�ltl."K.at M .to-MAT,AM'!1.1173' RaWYOd a�73t� � 0lSilO i0. Cl'YtiM }as.) lRaK. G1ffNa4 rte. il►i�,a ir. -• . ant.. v-..t....01.1.rlru. �+ ►M tlr0w► ftl aa•,aara.at ttrao.,ham, 0bb2a.IN WW-. yc E ..1r. 01•a.. a.1a a..b•11 4111..t.0..t4 -W... 1...• •t► ►+w.. w..w Via. aa•,swwa r.a. vs-.@%-.�.Rao,rra.tY�M�ao4 so"7a�. •r u.sa..4-.0..+arta,=ani. - . .a..r.. m.."lira.stab noa.alaw.,ttaa2si wr..V%-.3a.�+....a•. fYsl".3.11."11�rr.ft�iN.ra, tO.a7•a.a sal.e�ti.r / s.A *I..* a 1.711 . a.ta2.r.r..trt.tr7,I.tr•. ta.h�t.as.ra tl..�•20 111.1...AIe.+a t•a. q.,.e{r 11.N .ai .N amost3M et71."If anis. a.t.•1 eWtl.+l la. h•w.aiR•,,..t•r..J t."..4"k:b7e+Ma.CK 4-5101 1.:.e wr.rrw,is-Iss2, S.ai sY W$1 T.tN•f at.s Im .N 1.•i t1r.'.Crtr'tt-M~. -11e1R Cw.te-"-1•c••..a/+c t.a.eql+t•.il) cw2:rroa. l.a..r 2M o•.0•.2rM.Met.,.wr•N 2.•.t 1«cl+tlwt a.tor!•.1.Mary•,ra a..1....t,7te.2 4 11.23 t.>y 1.71 .73 a21n.2).v..a..eiia..•t 4etrtR- [22.1 ta..r ' Iw K►re+ra0 awr. ri1i.'o.«i..+"•rte++ �IRl.n2 lawx se.CldO • M...I< t•� tr.Aec.wWar h•.1 sh.l..a 1w. 030 t«.tr< e..•ar ...in.. tr.caa•a 13.01 LII 1.77 .73 .N t....Ti rslhrll0ta 71.73 1.31 1-73 .73 .N meselwt•+..a.Iar.ream ..a Dee.Y.t7a••i 77.t) .14 l.n .7f .0t r�vt-n vM?5t f)t.tl .7► 1.17 11 so .N .iCa•�r e r7t.tr:As ns vss .m N .1." . ri C_' leSCr J.I VS,Ir m,.u•.r... m.tle.21•a•.ilt.1 All t.t+:, <.a.-.a•.)4,.La<, C4"-%I-fir. I043 Lia _ /e!fMf Irnrf.cc,z.•n-.c<u,!t•.t)nu, 1M[x,.•uttala. 10.27 1.111AI toy. 114-W.Oq 11.12 1.72 L71 ,.7! .of Cent te. KS.07 1.4t .rl Y.M .0a 14ZMTCt.0, n!•,.E.•tet C.r.tr.C..t. Al.o•c_• "i 11.15 1.01 I.a7 .2a t12ca.tct- itA& .N •w.Oe .o) r� r[.c,a, I:�...r_.r tdxe 7altu7i xI.q -q 1,90 .e7 M `•�� .a,1>.>•••.7 .1+C.w,.111. MIS .77 ).aa if.tb.Utt..CW... .rote, ar11f tr. •tt •c::.,.t•:.,..,.+.a.......s.. eio•e ter2tI:ps-. � 17.32,,rte.-rr.=.<,s+2 n Cw.ee....•s•.et.eir �R •• Sl.r[+, s,1t<,.n2 ..e 11.21:r a•.a..e V/ 9.::.;. lcic ..2 rue.tz•. 11.70 .10 I.es .I3 K SIf ii•tu fai.w7a la ti.� trt...i•I ..,nt.:27•„}u...rr.2 ct.ct2uu.. sit." .as "As .**s Cw..r12• 11.00 i.it 1.22 Gllr tlasaa 16.10 . s3 a.n N3 z2n e2M10-SS•nla Cl... 5,....S.. 1j Gent!<. 31.11 l.is 2.13 ..4 ms t lcl y U.0 .» a•.M .at1 L nl}Snr,n..3.r.Gb..r••. to"s►lftasa 14.14 .13 N.11 .017 t•n)C•7.t.,It•nlq•a.•.d Swfur�2 tornt te. i•.f; t.N I.M 1.00 I.Lr2 w:nar 11Aa �W r FEMM StOMM,VOL 42."*.'TO-MAY.aRR TL M7 '� cXnnlALt.i TORN ITAithW tly ACCDMANY- VIOAL P,Ltrtlft _ { f 6S tot Conus Costa County :f Public Works Departernt County A"Inlatration Building jlartinet, California Mi rlMl Payment . (Project) Dear sir. The under 0Igned Canctaccor represents and agrees that the final psyMat ineludes herein all 4lma and dernds, of whatever nature, which he has or My have against the County of Contra Coate in connection wlth the contract to ceeitruct the above-entitled project, and that psyrnt by the County of the float eettaet• $hall discharge and rebase it from any and all claims. the undersigned hereby cortlflas that all worn, labor, and Mtsrlals' ea this project have been furnished and purchased in full compliance with the aastrect and with all applicable laws and regulations. The mad feigned states that his claim for final psyemat to true and corrset. Chat ea part hen been thetetofore paid, and'that the .Mount thereto to justly due. I declare under penalty of perjury that the foregoing is true and correct. Date , at (Cltyl s Calitaraia. SN' Rev. 12/72 $ O0116 PX AM I LE M Mau 40STA Ogtm Wt1JIttl0 NANt NU, CALIPORNtA W Fetaby guarantee to the County Of Contra CoaLA the •of Not v%U*w bare tsotalled to tM (most of SuLlatfiv C41ifornla, for year (q we treat Oat• at ed of Co. coepletteo notice to the Olftc• of the County 1e00t4er, we agtN to tepatr et teptace to the sattofdctton of the County any at art ouch weak Nat may prove eetdctive In workmanehtp or material♦ within that period, erdtdary wear a" tear ant tnuawl sb"o or neglect eaceptod, together with arty ether weak vbtak cry be "*mesa at 418piacsd to at, 4.014, it we tail to cagily with the sbe"erettooed �—.4tttans withtn a rat•nnabie Stems attar being notified to writing, ua, Mitattlwely sea aepatetalY, 4o hereby awthurtte the ~tar to proceed to have tba&$tuts tape trW dna made 1uu4 at out sepanae and we mal ii pay the costa Slid ctdrgea tbsretors :maedtataty op,n 4.00114. this guarantee cuvats $00 includes say special tare., tntlu01n9 tier partu4e, specified tear this wort or estarlats is aha piano lid specifications tar this project, This guarantee supersedes any previous guarantees we have made for title particular project. oatat tetfta +bfoorate *4411 We: (Affix Corporate seat) WM I It the firm is not a corporation, add a pafagraph +ratio$ the type of buoteaae arganttottae and the capacity dmf authority of the potion stgntng the guarantee. Rev. 12/72 -A7- 00115 �iY3ii0ILt• liEriitl coenlrlut� (can't) defects in the work, he wilt Constance and prosecute with due 411 Zones all work necessary frto lui1111 the 'arms of this ciao, , nd co complete the work within a reasonable period cies, andaIn the ■vent he fails to so comply, he doe,hereby authorize the County to proceed to have such work doM at the Ito Contractor's expense and he wilt pay the coat theracaot upon dew sand. The County shall . entitled to all casts, ineludity retor's• attorney'. Ise, necessarily lururrad upon the eon• tractora re[uu i to par the aLovw ro4cs. event of an esorsenryaionrtitutiandinK ngl aneklasr lLcealiu sled in the to the health or ufety of the �;,wnry's esployece, property, or LLCM• sen, the County may undertake at the Contractor's experts&with. out prior aotice all work us% ary to correct such hasardous condition when It was rauae.l by work at the Contractor aot b" in atcordenoe with the requirements nt thta contract. The eneral rActor contractors�@hall execute a dcfurnishand theeach County withof thelthe ast ndtrd . `",ee pat&sous ,Ora): to . (t 41 • 3 l41nf•31 14 k •4R j IN a _ _ 00114 DIVISION P. DEMILAL CONDITIONS (Can't.) JACT1ON 25, Z62&ROP J99%AL OR STAT!TAXES: (Can't) Contract and which are exempt from Federal Exelee Tax. 21=1O14 26. ACCEPTANCE: A. The work shall be accepted In writing only when it a shall have born coepletad satisfactorily to the County. Tertitl" payments shall not be construed a acceptance of any part of the g. In judging the work no allowance for deviations from the drawings and 6peclftcattwu will be made, unless already approved to writing at the time and In the manner a called for heretofore. C. County shall be &Ivan adequate opportunity to make any reesaary arrangements for tiro Insurance and extended coverage. D. Final acceptance of the Contract will not be given until all tequiresents of the contract documents are cowpleto and •ovroved by the County. This shall Include, but Is not limited to, all construction, g&wiu�an�e [erne, pats list, schedules, tests, 0 iracin& instruct one. and am-built drawings - all a required by Cha Contract documents. SECTION 27, FINAL PAYMENT MD WAIVER TO CLAIM: After the official acceptant■ of the work by the County, ch&roar rector shall submit to the County, on a farm acceptable to the County, a request for psymenL In Cull In accordance w th the contract. The tars"Stateeent to Accompany Final Paysxat" (Pass I ) Matoll be completed, signed by the Cantractar, and submitted Ta fha County with the tLnel payment request. SECTION 28. GUARANI": A. The Contraccar hereoy uneondtclonally guarantees that the work wttl be done In accordance with requirements of all con- tract, and turf Mr guarantees the work of the contract to be and, remain free defects !n workmanship and materials for a period of oee year iron the dace of acceptant of the contract, unless a loagor gees ran tae period is speciticalty called for. The Contractor hereby agrees to repair or replace any and ali work, together with any other adtacenc work which xAy be dtsp lac ed in so dotn&, that may prove :o be not in Its wurkammhip or wtarlal within Che guar- antee partod specified, without any expense whatsoever to Che County, ordLnary wear and tear and unusual abuse or neglect excepted. e. Contract bonds are In full farce and effect during Che guarantee perLod. L. The Curcrac[or (teacher a&eras, that within lO eelen- dee days attar 4e Lnt notittod In writing by the County of a work not In accordance w.th the requtrosaenta of the contract or anv hta. O0113 r �� p. acg>tx�c.ao�DlttcHr 'tcanti,j' Ovary part of the work #halt be&eeepllaked by weykmen, lobster@, ar mechanics e@pacl<y skilled in the class of work required sod werWAABhip $halt to the beat. lmto t). SSCUA Ck v CY THt CoumY PKNA ru AC:tpTAke91 The County reserves the fSRnC to occupy all or any pare of the pr,lect prier to completion of the work, upon written order therefor. In such ° pent. CM Contractor will be relieved of reopnnsibii-ity for any injury or#&"Is `"y ? to eWh paft ea result@ from such otcupancv and use by the Cowty, Such occupancy does not constitute aeeeptwe# by eh!County of the ,:rk er any portion thsrenr, nor will it relieve chs Contractor of responsibility tar eerrecting dot astive vnrk or materials found at any time before the "**puree Of the York as set rorth in Section 26 or during the auaranty period atter such . `.`ta:.. awcgcance, ea at forth In Sset/dn!B. 2=7 ION 24. rtiSERYATION AND CLW-JMI i A. The Contractor $hail protect and provem the work free otl dome* .r accident, providing any temporary roofs, window and door cawrinS@I ' .baeinae or other construction a required by the County, This shall include *`-any adlotntn$ property of the Cdwty and others, at• b, The Contractor shall property clean the were a it progress$&. As eireeted during construction, rubbish ahali be removed, and at completion the whole Vora $hail be cleaned and all rspororY Cenatructien, equlpeOAt and rubbish shat! to remdv.d from the site, all being loft in a clean and proper condition ` - Solis r aetory to tte County, , SIC11" ?3, rAM N't Or FCDEAL OR 9TATt tAXCS: Any federal, State at local tax payable an articics furnished by ,t, the Contractor, War the Contract, shall be included in the Contract pride NW '...paid by the Contractor. The County will furnish Cxtisa Tax Usiption CortillOStle ,te the Contractor for any articles which era roquired to be furnished wddr the 4 qw• 12/72 •44- qE •:a 00112 „,,•tTrgib.[const.) DIVLSWOf• (can't.) M ���.�ep� �t`c 1X70 T oNt piut+r (i) L`�'AND halt rano In has record• to Such• dtrs•t Coles,M[ (l) The ,,,factorc-Lear Jl•ttnst fon bscveen the the Coate at .. •a to pro.tie & tar un a cu,,.fws beau and Yt fa Work p hours sad b"rations. •tarda thou haying Contractor •,into ln daily t Wark. The The tOr-e Vit, (_) ,.,factor aiyll ulnad for Cott Plus �aW„ty, matarul quanttctea rs4 rovidedbe ., inspector WUl rWIW and abaft We• form approved or P dupttuta and the Coon”tom rim°S the i ch—a ea filled out to atwsa two..t% _ teac�h hl�.a Duro ,�-- shall nc Weed bf velli rf ••— o d. U) iencat and ncerul char{a b• aub■u tua yolk shall Caples of vendor'• Invutu•• The tonenetor'. cast ,,cords P•ttalntll y,co eoet•p (a) G. t.,actow„of Suitt by the t:ouncY. be ape^ .,... -.*'y�bc ,�d Ta- he ar, Ucontractor to,Cres (e) i the rontrac Ge[, ups^Written uurit. Ch. failure o! the CountY •^J thao�sd nanis order, With the aotvtthatanOlnih@ Pro? hall c dlately Proceed tans h (d) above ao to cast o! count Y, shall Pt as indicated to faro{tag inspect to after tram the ll be k.P the codec rue Wark.tio LnµfeeMdt patty Job rare rdca by the concrattar sof Ch. Chand nted tnaPattor eltall aai vben &tread for pay"^t aha const rWec ton tc halt becoM he be' Job t■Cord by later audit by the and aascuttod of the ad"tmanc basad upon• not PC.,l�ds wbse9Wdc J county' • ,Y 4 4 77. x k. 00111 DIVI to IF• 409ML a2lffi1ilto4 (Con't.} Swrtop its most (On't.) 1. ristArtat•t 064't,) it, in the opintan at ter!:aunty, the Cost of matet/atf U omaosdlve, it it the contractor failo to furnish sAtistastoty avldance at the coat to his ftoa, the Actual supPltec thereof, then to atthet coda the Coat at the matertals @hall be data" to be the lowest current wholesale price at which similar*altattate ire ovatloble in the quantities required, rho County radsrvls the right to furnish ouch Siteriato As it defied Advisable, and CIN Cantractur shalt have no claims for casts or profits do atertat t {u.. furnished by the Lounty, ui sent: The Attwai cost to the Contractor for the use of t..�._.. 4qutPsant directly raqulrad to the parr armance of xne Changed 4,0l k. ;•,r.`, to computing the hourly rental of aqutpssnt, any time lean than 110 aknutas Aall be considered one-halt hour. Sa pavrnl will Is wdo + for time white equipment to inoperative 4.t t.:Ateakeavne or tot 1 x;}'.,• non.Wrklna days. In Addition, the rental Alma shall include the its*required to move the equtpNnt to the v40c ttos Cha nearest avalloblv anuria for rental at such squipmenc, ane ca scorn It to Cha toafc$. it such oquipment i. not lav*J by it. ,awn povar, theh to0dtog and transportation costs will be pats in it--of rental Vi.t. ties therefor, novavot, neither moving tier nor Idadtnt and �`.d.. transportation costs will be paid it ins squtprnt to urea on the project to any other way than upon the .anted work, no 1,,v d l Diego* dl *ulQrgot havia t.re liemmmnt Wlwe ur tty�E -}.��1.-t to conslJered t� a too a or In"ll ulomint aid n�lam X11nada x eretot. �....r_...�..�.�,� .i .,r.•, _ per equlpeent owned, turn Nh.4, ar rented by the Contractor, coo ,,rotor shalt be recognized to soNso of the rental rata f '*!g eatabl lrhaJ 6y dlmtrtbuturt or egatPment Centel Agenc14* in the t d - locality vhors the work is performed. The amount to be paid to the Contractor for the wee of "mipant .`, as dot Catch above $hall constttut• full cospanutton to th* t " Contractor Cdr the curt sty fuel, p—or, all, fabrication, 44111111,00, @Coit tool@, staff equivuent, ne....ary attachrnts, tspaira an" ylntouanca at any klnJ, Jepre:tuttoa, ttorago. toduranra, labor (except for agatpesnt.operatur*i, tad any end all costa to 944 '4Ccntroctar Incidental to the us* of each equipment. (a) ALL04'AtV TM t+crt'NSlnrti; r r:: '$;t for Any change in the work, the w:oncrector shall be entitled only �S to such adju.tesnts in Clogs by which completion of the entire work °,r�!'. to 4e)ay.d 4u. to performance 01 the chanson work, tach satiate for A change in the work subtitced by the Contractor *hall Hate the aawunt of extra ties that he con*iders should be allowed for oaxlry) the requested Chang- 2 7 2 hary)@.272 -k2- i t VIM10 yq -''ether. gawk CMITIONS(can't.) swum 11, amore Ontall, (can't.) tt) on a unit pride basis. (3) on a cost-VIVO buts in seeordanas vith the followint setldittaldl (a) lwht-Ufii t. for wort performed by the Conntral Contractor to annast equal to chs direct to#t (to defined baro n of the work plus 1)L of the direct Coot& for overhand and profit. t, Por work performed by s u ton actor an&want "tat to the direct costa (ae de no erofn} of the work plus 20t of the direct costs for ewuhaad sad profit. (duaeasted 6reekd-won: 15t to the #wb-cont ratter, 11 to General Contractor.) 1. For earn performed by a et& •a•ub•e-rat raC r an scowls Wiwi to the direct comer u ns sea caa) of the work plus 11 1 of Che "Cott Coate for overhead and profit. few ddesced ,,0down; 15t to sub-cub•coatrattorr 17.to - aW�teetraCC-r, )t to General Contractor.) A. 1n no came wilt the total sork•up be greater Chan 331 of the the direct costs notvlthttandint the number ofteatroat CUra actually eatatifa. S. for deleted work the eark•up chill bo 10%of the direct coots or the #treed upon dettowto thereof. (b) Oleo TRS: , 1. (aMr: The costs for labor shell tnelude any#*player pymanto to or on behalf of the wurkaen for healch and we tforo, pension, v$.*Cton and similar purpose$. labor ratty - w will not be recosntted when in eaters of those prevailing in tba. locality and tie the walk Is being performed. 2. corials: The actual Cott to the Contractor for the apt ;,11 : s lrsctly roqulrod for the performance of the thsn{ed work. Such Gott of meCeriala nay include Cho cost of peoeuresent, transportation and delivery it necessarily incurred. If a trade discount by the actual supplier to available to . Cha Contractor, it $hall be credited to the County. It the . Mier Isla ate obtained from a supply or source owned wholly er in pare by the Conttactor, psycene therefore will not eheaod Cha current 01-14$419 price for such materials. The term"trade disoount" toc(udas the concept of cath discount, Rev,12/72 -41- t a .. 00109 01vislr4r, t:canu.CC:Io1TIQd (Can't,) StCClin u, d11VP MAWIM1, DLatpuafy!DAri. e.Mtyy,�,• .LTCAw�tvesI ttsn�E.) The Countv will sp■alne, with resAonablo prompefisos, such wbwittalr, and return of tubaltttlt to the CenCratCaf Abell not relieve the Contret[or frog respona lbll ley for deviations and alternatives f►o6 the tont race Dl ane and P. l f l Cott on r, nor .hall It nllava hlw from responsibility far erten In the tuba ffal■. A fall...• by the Contractor to IA antlfv In his lett•r of erana^Ittal Awt•r lel devl.tlen. from Ch. plane and SpeCiffretlone shall void the submittal and &AY actlen taken theraen by the County. When epos ltlully nquesc ad ey cM County, the Conc.actor ane 11 ....bolt such shop Aravin■.. A•eerlp[Ir• Aa[., end ra mp l•. Ae mew b• rrcul.$d. It any pcnan1C. , else cr 1C.L, structural, or *Char ehanees are required for the Draper tostallatl.0 and fit of alternative Lelarlols, artltiu, or equipment, or bec—A. ofdrvistions from the contract olone•and Apes l fl tae l•n•, such ehenq. shell not b• .r d• t haul the ton.... •f tM county ane sh.11 be man•without addltlanal roe" to the co.nty. t INN j�. San►LLS ,S NU TLtiTSI The C•untY r■urvea ch• .lent et Its Own @Aponu to order Coats of any port or the work. It as a result of any such cost the walk 1■ found wacc■pc.el•, It v111 b• nl•ct•d and any Additional test required by C . co'M y IMll be .t Coni r.rtor'a •.pane*, Unless oth•rwla• directed, 611 �l sat U. for testing will be taken by the County from the materl.la, articles or eqw l6went dellwred, or from work perfurord, and teats will be under the &yore vision ef, ar dimsNd by, And at ■uch plana a .aY be cOn a ant Co tM totlnCy• • i materials, orticl.., and equipment requlrins t•ot4 ohall be dallvorod In ample J li0:,b Nfen inreed•d nee to allw for t•atins. end non• may be used before retelpt of r*.1 eH1 1 by Che County. AAY MMl• delivered to the County or to the pro616r for eeamination, Including Cescing. .hall be dlsDased of by the Contractor at hla eWa sena■ within not wars than ten (W) days after the Contractor icgwlros .. $star lras that 6ueh as,I a[lon 16 Canclud M, unl sae otherulse dlraCted by Cha cower. 1CT10N ]1. C*W wZ URDEPm: The County feoo"*a the right to order In writing changes In the plana god epecilitallone, wit bout Vold ing the contract, and the Contr■ctor $hall Comply With ouch order. No chary• or d•v Utlon fro,Cha plane and speclflcatlons will be rM witbawt nuc brltY to War it log ftp,th$ County. Chaog6d work .hall b• porturerd in accordance wtch the original . ratotrame,ts of the CoAtr■ct Documents and pnvloue fully executed Change Orders, A Change Order cry adjust the contract price 6lth4r upward or down- Wald in accordance with•phot of a coalknatton of the following baso, as the • County say elect: lv AC (1) On a lump ■Cow basis as supported by breakdown of estimated cost$. ger. 12/72' -40- ,7m 00108. OTY1/TAlf.. 490A WOMONS (Can't,) SWIM LO, SMUF MWLWl. 0U Mipt1Y6 DATA, 1qW VJ. ALTLkNATIYE/t (Con't.) s. The Contractor thstl submit to the County shop of d igfaa dmemtn#S to the tup member of copies as + utted in subaittai schedule, or live (5) eoptma if b ethaluls to included to theme docusrnts, The 4rsvitip •hall show completely tMe mark to be done: any error or osiovton shall be made good by tha,Contrettor atbig rein"Pont., even though the wrk be itatatled before mea becomes appellant, e#*""wet by the County covers $•serol layout only. rohrtest ton, e#talle and ims►settoe phut: .00lurm to approved taunt race Cravings. C. D.atrtptive Datel submit sats of manufacturar'a brochure# or other data required by the opacittCatl000 is the nusbor of —Viaa so required in submittal e#hagitla, of fire 4 5) copies If no renodule is inetudad In those doeu&eats. Thu Comely will e.amtha such Submittals, o+runt thereon currecttone, and return throe . es►iii With a letter of transmittal todt,.attnt actions testis by the County of tquUsa of the Contractor. O. So plaof Submit samples of orticime. &&fertile or equipment M t %rod by tog opacifications, rna work Shelf be in accordance With the ep"v*l Or the samptaa, Samples ahetl be removed from County property whon directed. Samplae not removed by the Contractor, at the County's option, Vitt b"O"the yrrpematy of the County or veli be removed or dlopomed of by CM County at Confrsetor'a •opens.. s. Alternatives# For COhyeAlonce In doolanartmn an the plans f or to the avec iT lre[1ena, cortsitn materials, article•, or equipment map be eN{mmatml by a brand Or trade nava or the name of the eamisfascurer together with catalog desitnatfon or other identifying InfOrmarion, hereinafter rotors• go ma&aricelfv as "designated be b,'snd +tae&". An •rternarlve Material, atrial*. of agatpaM1t wAith to of equal quaitty Ann of the esqutrod Cher&cterfetlas for the po p.$. intended may be propao*4 for use pfovi,tes the Contractor tompllae with the roitovtnt requirements; I, The Contractor shall oubatt his proposal for&A alternative In WrittAg within the time Ilmlt designated in the 4Pa9tittStt4A&. er if not nae/#meted, then rtthlft a port d which vitt 4*U4.nu delay In the work. No such proposal Will of cnnstdored UAlae# accompanied by sU#Hate Inforfutten, and descriptive data, necessary to dstormina the equality e Of the offered eaterteta, arrlalas, or equipment. Samples shatl bs oravtdgd wiled requescod by the County, Th. Contractor shad nota that the burden at proof as to the setAar>ve quality or suitability of the offered materials, articles, or ogvtp•, ■amt shell be upon the Contractor. The County #hall be the sole ,lodge a4 to vuoh matters, in the event that the County rejects the use of such alternative Mcartsli, arttclts, or equipment, than and of the particular products 4WAhatad by bread new shalt be furnishe4. Ram. 12i 72 0010'7 ^Yik -t-4t._ .. _. DIVISION F. OuinAL er!mlrlutel (can't.) �!CThN 1t, "ATORIALS, ARTICLES. AND MUIL4ENt, (Coni.) that gpgcifled. ltaqueat for Substitution shalt ba, made In apple tine for the County's consideration ca no delay or Accra time will be allowed an account thereof, tvldonce furnished to the County by the Contractor Shell fonalat of Adsquaca list samples of mac&rlal, tasting laboratory reports on material or profess. manufacturer's spselflcatlon data, rleld reports on product'e approval ane use by other public soentles, material east,, and Installation costs aM ZACAnance frevtmldna Ann experience or other data es roqufrui by the County, The County's decision concerning the refusal or Acceptance of proposed qubotltute fir"of opeelflsd Shall be accepted an final. tyuestq 'of whetieutlon Will only be considered when offered by the Contractor with Che reason for substitution, •allure to Summit competent evidence an raqulred and requested by Cownty shall be ronalderod trounda for refusal of substitution. The Contracfor shall Include n netiee of chance In contract prices, It substitution Is approved. D. All materials shall bs delivered so as to Insure a gpAedy AM uninterrupted progress of tie work. +ane ahAll be Stored so is to cause Ad,Obstruction, and e0 as to prevent overloading of any portion of the structure, AN the Contractor shall be entirely responsible fur damage or lou by voot%or of ether cause. t. Within fifteen SIS) "—V&—after the signing At the Contract, the Contractor shall eubmlt for ADprovAl to the f.—ty a cgmvlete list at all materials It to Pro D2■ed to sass under Chip which differ In any respect t frms vterl•ls specified, Tt+la Il,[ shall Include all *•tertals which aro ere"Aee by the subcontractors as well as by hlmgelf for one In work of his .Contract and which ars not Specifically sanctonad in the ipeelflcatlons. This 11St must also Include ane flsures received by the Contractor In bid form for the material or meterlala which are ■ubmittsd for approval or substltutlun, together with the•f y urea In bid form of the epseifled Y torlal or materials for which substltuttans are proposed. In case a substitute 1& *flared and accepted as approved equal to naterlal, ,peclflod, Che cost of •hlCh la los• Chan the cast of Che m.torlal or equkp..At Ap.Clflad, then a Credit shall be tarn for the difference between the tw-, casts In order that the County hall attain whatever benefits say be derlvbd from the subatltutlOn, Failure to propose the substitution of any article vi[hln thirty-five Uf) days after .the Attning of the COntrecr may be desmed sutflcluit cause for chs denial of fNuoa for substitution. 1ECTIL"N, 19, SHOP DRAWINGS. DESCRIPTIVE DATA ctpp,fi ALTE,H T1VESl A• The Contractor *hall submit Promptly to the County, 10 es t0 sages n0 ds1aY In one work• all shop dravin■a, deecrlptlw data end suplu fat Sha varfow trades •■ required by the Spec t f le Scions, and ottere of alter- natives. If ay, Such Submittals &hall be checked and coordlna[ed by the Contractor with the work of ocher trades Involved bargee they ars submitted to ,the County for edaminatlOn. Rev. 12/72 -gy- 0(1106 1 . DlflffMV. GMUML CM171O0S (Can't.) MUM 17, PRODUCT AND MUM STA f f A. Product Daal{Ntlon: When descriptive tecalogue doH{natLetts Lalladiaa manufacturer'. ar, product brand oma, or modal number,are referred .— to 4 else w contract dactnc., such daataations shall ba dentLdsred a ba Log _ tbaaa f,Yad in industry pubucstlonr of current issue at date of )trot Lavtcab LOP Is bLd. -_ A. Wareate Standard- When standards of the federal Oeverements inch detiocles, or credo assoclattoos are referred co In the contract document, by epemLftc data Of issue, these •lull be considered a part of chi, Contract. ffbM a" eta:mass dv not bcourbids dace of Udua, the currant published edition at date e1 lint tnrtNtlon .hall be considered sr, part of chta tonirea, Yflrlfa is, MaTtlt1*Lg. ARTjCjtg, AND tRt17rMLM: A. Material shall be num and at gwilry specified, Wham not pnlmalarly apotiftod, astertal .lull be the bat of its also■ or bind. The paalreetnr 11114L'!I required, aubmtt satisfactory evidence es to the kind and gML1a7 a! ante rU 1. Price, flrnaas and quality being equal, profateoga Ag11 M given to producce mads to Cal!lvrnle, in accordanu vlth$action 4M.45 fee , of the roverwrnt Code, state of California. ,. Nechanlul equlprnt, fixtures end aetarlal shall be delivered -- Layy{mal enisf,ng crates to the job site and the County*all be notified d'aOa reae/pt at such 04u" lief uses and materiel before uncr,ting. TM Omap rill, vNon desired, lnspa:t moan pre!Prot, tl.turea cr material to dkfaaulm any 4maP or dev tsc tan from chat spacltjsd. Items damaged during dal/a�y shall be raJeILad. C. wherever the .ur or brand at a manutsccurer'o article is gpPNlad harun, 1[ Le wed u e route of gwticy and u[111ty or• standard. If YM fiatnctar dee tree co see Any ocher brand or menu tdccure of squat quality aha NoUtt7 to lac pacified, he null mso application to the County in vvtttm •- IN AM Propoad,, suatttuciona, Such application .hall be accompanied by , «6imselm satisfactory to the CauACY tat tM material or Process to Squat Cc f 'eA+ ' f 00105 ;�%fEAjr: OVIIION F. CALMIAL C=ITIONS (Can't.) I.. Conflicts within the Notalflsstlmul a. The "General Conditions of the Contract" $hall Iowtn eWt all sections of the specifications except for specific Medificatleno thereto �— that my Lo stated in the special Conditions. A. ONestcnst if the contract docarnts are not goglote as to any minor deceit of a required construction system or with regard to the Manner of combining or In.tsiting or part*, Materials, or equipment, but thstt estate an accosted trade standard for aced and wOfrA*nllks COn*tfwttldn, sash #*tall *"*It be degNd to haw boon tapilodiy required by the contrast doeteents in accordance with such standard. "041nor detail" shall Include the Concept of tubetentlally Identical CopUehts, where the price of each such component is small even though the aggregate cost or importance it SuOatantial, and shall lnttude o urinals Compenent whldh to Incidental, evmh though Ito Cost Or IMpertaMo Me?'- to Substantial. Taw quality and Quantity Of the part& or material so euppiied Shall cenfne to trade standard* and be Comp Oclblo with the type. co"Goltloo. ' arromch, &ism, and profile of the ports Or mtortals athOrwlse sot forth in the contract dmewesnta. ARL - Q&ILVItCCATight..t_i+n ADDITtOMI 116TAVCTIM A. Natificatton by Contrattort lhouid the Contractor diseewdr any cantlista, OMleslons, or errors In the contract documents or haw any `0*<Mt NWstlan deMeornint intmr/rKatlon or Clarification of the contract d*CMmmts. , It It appoete to him that the work to 4 done or any matter$ rolotfvo thatee1to Ave 0*C o4ttelentiy detailed or explained to the Contract documents, tweet. before pr*meedlna with the work affected, he Ohatl t&*4dletely notify the q{wntyt laf tt ieat,ennOru}urn concha a(w aatliClaMl J*Calledndtnetructl*Ai COACOrliing eM verb, All each question$ shall be r000lved and Instructions to the Contractor teew*d within a reasonable ties by the County, whose deeloton Shalt be f INS and Covteluolve. Should the Contractor proceed with the work affected before ' receipt of Instructions from Cho County, he shall remove and replace or adjust any work which Is not In accordance therewith and he Shall be responsible for any resultant deMaae, defect or added cost. B rle:d urdera: During the coarse of Cne wotk ins Archltoet i 44410C "Later May tat u+Ft e id Order& redarding the work, These yield Order& will owpploeant the ?lane and Spa ctftcatlJn& in creat CO clarify the intent Of the contra_ document. by *dju$tment t0 meet fiJ:d 4anditiano or c9 make the Vort*V# ppa&so of the work meet and Join properly. A FLOW Order Involves no change in contract Sim or price. porforoaneo. psrctAl IV or in full, at A ride#order ohall cmbl ttute ue:vor el ante for a ataha. tri Contract time rr price •a, f wcrk -r'r.' ,. .r Flt •"fr antea. a -4 hv* odor hes bgoj is»tFr.. ..'.'1• . r 00104 �r r. CENEAA&CCNDITIONs (Continued) f�..fECTTDN 13, jW,t ( j: (Continued) tw o. C. The inspection of the work or emtdrtals •hall not valises the Contractor of. any of his obtiKatiune to fulfill his cont rot is prescribed. Work and matortals not meeting '.:such raquiromonte ahnLi be rade good arO ulmuttabte work or �• materialo -Y heroJsuted, nutwlthatan•lin{5 that such work J, or stateriata hnvs ban n,prrvtoubiy tn*pacted er that payment Me bun aetde. ' •, 1tCTION 1+.. 1t P..atfcr.;Lj�';,,�(i��: A. The Canrraetar %halt pprrxsptty rwrive from the practises ell statertals cnndranod by Like luunty o0 failtng to conform to .,the Contract, whlthor incorporated in ttre work. or not, and the Contractor ohatt protaptly reptaee and reexacute his own work in 'aacordancn wttn tlha Cont rarr atut witivn. wxp,,o.o to the County and shalt bear. ties expenaa of making good nit work of ether },',.Contractors ,Marroynd ar damkod try au»t+ r•.m.vei, A. if the Contractor does not remove ouch condemned work , 'mid srtmrtnls wtthtn rsasrntAbtr time, r:xed oy written notice, the County nwY raenve tie+m, wn,i NAY stota the sNtrrlaks at the *`raprnar or one Contractor. if tit*•'mttraetnr lure gat pa tie!„�aaponool •rf unit ranarval wtthtn can• (U7! .toy. th.rra Nr, hr • ,t�,+�'CowutY MAY upon con (lo) days wrtttan nrttcx, utl such materials •,',•,mt+actino or at prtvato ante on,i +lull .+:countfor the not pro- after doductotA all to.ra an,t ssp,•naes that should . `d„',-70,hevo been hornn by Our Luntrxctar. '�r�y v,♦}r QL(,.lt.• T'{�.P ¢d K...�..ri s =Film ;w,J XV r A. CarretaCinnt The contract doouaanta ahati be interpreted la ^dill being eotapte+xnncety to ragttltLttg a c,>lnpteta work ready for use fit; "pd ocrupancy or, if not to be occupied, oporartonAny require- .f, ta"t occurring it% any nn. est rho do+;,anoht;s to is binding as through ,,-14*ccurring in all. �l}p R. Conflicts in the Contract Docu*worim to the event of t ypw`tomflict to rho contract docucantts the priortciss stated in sub+ r'divtstons 1, t, 3, and a uelow aha11 tovorn: 1. Addenda shall fovsrn over all other contract a+f alewCmanta, nxtrpt Chit county . 5tandard farm Atceemant uitivs t -tC to ap:,,,i my Lnd...J that soot addenda *hall prevaLt• grubs quant addenda shall Kavern aver prior aJJenda only to , ,F the extent �pectftad. 2. tit case of conflict between plane and speciti• ,. z..-+tions, the #pec Lficat Lona +hail. duvorn, 7. Conflict within the Plana; a, aehsduloa, when tdsntifted as such, shall govern over all other portions of the plans. b, specific Nocaa, $hall govern ever all "• -<other nates and all ecbsr portions of the plan*. 4I c. Largwr scale drawings #hall govern over 1 �'eRiv io5l7o is drawtn{ta. -19- 00103 iy,4 , CIMALC61,ITIOM Icantiauedl 1=10M 12, RtSPO S ICK tcy cos SLU (continued) proalptIK notify the County in writing. Where necossalTryy fele the Warof the Contract, Chs Gowitr, shall lesue a vritton _. ardor to the Contractot to make euu, adjustment, rat r"Am" ht� repair removal, attetation, or Special handling of such uCllity, inciud W repair of Cha damaged utility, tar the purposes of the forogotng, 'racttve" shalt mean other than abandoned, and "utility Lits to l Lot lona" shall include the following: Stamm, potrotaua+ products air, chemicsil, water, sweet, storm water, gad, aleccrte, and t."lophons pipe lines or tonduite. The Contractor shall performs the work described In such written order and v7sosattott ti,arrfor -ill be node in accord* since with section ll, rolattng to change• 1n the work, incept for the itew of cost epsetti-d in av:t, :,scttons, the Contractor shalt receive no cumperaati'm for any "Chet cwt, damage or delay to hist due to the preaan.:o of such utf'It+. It the Contractor falls to give the lustre apecltiod aunv" nd thereafter acts with- out instructions friss chs awncy, tt,a,i he shalt be liable for any or all damage to muni utilittos or ol,et wrrk of the contract which &timer tram his operatinhe muhsequenr, to ,its,.ovary tharaot, and he shalt repatr an,t uwi,e good --0, damage et ltto given cost. a. If the contract raqutres excavation or other work to a stated licit of oacovatton Genua% the avrfaca, and if during the course of the work the C.auncy orders , change of depth ur diaen- atone of such subsurtsce work duo to discovery of unsuitable boating material or for any other cause, then adjuotimont to eon- tract price for such ctutnfto will o. ",to tit mcuordanc• with See- , tion 21, kxcept for the iCaaut of camt spoilt led thoretn, the Can- tractor antractor shalt receive no companaattart f<iv any other cost, itemSe, or dotty to him due to the promeaca of such unsuttablo baanns ratertsl or ochat abmtruetton. SEC'TIOti 1).. KCEIOA: A. The Contractor &hail at all ttmiss porch the County and their authortaed agants to visit and Insprot chs work or anyy ppart , thereof and the shops where work is tit ptaparatton. This obit^ {atton shall lnalude mntn,alntng proper iavi!ages and safe access for each tnspsetion, kltaro Clio contra.:t te,;utroa work to be tested, it shalt not ba covered up until lnspoctad and approved by the County, and the Coniraacor shalt bo .olvly roaponsibla for nottfy- ing the Count yy where and whoa such work. is to readiness for iftepoo- Ciao and Stating. Should an such work bo covered without such test and approval, it shall be un,:ovsrod at the Contractor's ox- penes. g, Whanevar the Contractor intends to parform work an Saturday. Sunday, or a total holiday, his shall give notice to the County . .ach tntenctin at unset two working days prior to porforming such work, ur such other pertod as may ba apoct- fled, to that the County +wry make nares&ary arrangements. - Rev. 5116 -!»- 00102 YiISKg10N i, CLNL_INi.COi®1SiDNS (Cnnctnutd) SECTION • CDNDtiCf GP ifnA C. The Contractor shall personally supertnttad the work And sbalt maintain s competent superintendent or foreman At Alt LIMA until the Job Is accepted by this County. This sup*riatan ant—dealt be tspwered to eat in all cutters pertaining to the work. D. Uaiir , Manpnvsr keporta shill be signed by to Contractor, or his Supartntendent, and submitted psskly. E, Emus otherwise specified, the Contractor shall clear alt obstrirtions and prepare the stet ready for the construction. Ye shall verity dimensions and scale ni pi„t piatta, and shall aback all distant ions, levels, and catvtrvctton. F. where work of one trade foLna, or is an other work, Ablate steal: be no discrepancyy or inuvylets portions when the total prvtsct is eowplsta. in enga 1„y, -in kind of work with Mother, enuring or damLin& &awe wtli not be paten/tted. Should Improper work of any trade be crvtred by Anuaher wltteh reautes in de.a�•, or deEeets, the whole work etfe,:ted ah*11 be muds good by the Contractor without expends to the Cnunty. G. The Contractor shell anticlrate ttw rotation& of the various trades to progress of the work and shalt see that required anchorage ar blocking Lt furnished and set +t proper times, An• akareae and blocking for each %rad* thell he r port of saes, *s- ampt where stated otherwise. H. Proper facilities shall be provided at ell Claws for •a&eee of Cha County raprt&entativas to conveniently examine and pact Aha work. 1, watchman, at Concrsctor'a option, shall be maintained Mwtaa the progress of the work as required, at the *opens*at the Caacr*ccar. J. tf any subcontractor or person *mptayed by the Contractor shall appear to the Engineer to be incompetent or to act in A di.a- sadarly or improper manner, he shall be discharged tmmsdiately on do written request 'rt the Enginoor/Archttect, and such person &4111 not .seta be employed on the work, slaw". grgvnw¢lrrltgy FOR SSTF CONOSTtONS. She following shall constitute exception&, and the sole ionaptlone, to the responsibility of the Contractor tat forth in $ ection , Ln the Instructions to SLdders: A. It during the courts of the work the Contractor encount- •s active utility installations which are not shown or indicated in the plans or in the epecificationa, or which are found in a legation substantially different from cher shown, and such utilities .ata act reasonably apparent from visual examination, ch&n he shall Role. S176 .33_ 't nqq f l OO1 Q.1 DLVr�Iof1 F. GENERAL CONDITIONS (Continued) StCTIOM , JUTOM VjysTIRS Ap FACILITIES (Continued) D. The Contractor Shell provide and maintain for the duration of the work, ts;Qoracy toilet tea lttiao tot the work emn, These facilities snail be of at apt>roved type cohforen to the nquirematta of the County Health Uepertmont, and s at be wsetherttght structures with rsls*d floors. Structure$ are to have adequate light end ventilation Inn door equipped with latah or lock. Contractor stunt sarvtc* such foe Riles daily, maintaining Sam in a at an and Rotatory ++i : ndtttun, PurtLon of site occupied by toilet facillttes shall no grmdad And cleaned up upon removal of factlttLa►when so ardered and/or upon completion of work. E. The County will pjy directly to the utility companies **Reaction feel, Iruniut"io+i T/ar, ppdnU fees, acreage fen, and all other foe required by Sha ulllity corq+art Les and aseo*Latad with the permanent utility services. It oduttLunai fees •escal- ated with the temporary services art required they will be paid by the Contractor, Thu County y>,ljaU for water gas, "le- d electricity consumad w+ tine pr met until alter she Ceuney coker Mricten raquelt to the utility eompanUs that bit• tinge ba sent to the County, (Normally the County will Oak& the caqunti attar the project to accepted so coq+Ltte.) P. See Special Contttlono for vartatlonn to the above requires* tl, NIECTIOIC 10, .: A. The Contractor shall make application tar all pmrsits, that are required for the parte-mance pf his work by all laws ordinances, rules, regulations, or orders, of any body lawy empowered to make or ta&"aue the aaand having jurted crtonfulland shall give all notteeb necessary in connection therewith, fhe Contractor is AU a to yagg any chargva associated with per- is (It U nut tent policyp of tho County co pay lass to the Incorporated cities for pennate,) gLq jj9 11. COMUCT 4F WORK; A. The Contractor shall observe that the County raservee the right to do other work to conn*vtton with the project by Cot` tract or otherwise, and ho *hall at all cteoi conduct hit work so as to impose no hardship on the County or „chars sngagod In the work. He shall adjust, correct and coordlt+etc his work with the York of others so that no dtacropencttl stud raeult to the whole work, A. The Contractor shall provide an adequate work torte, *materials of proper quality and equtogtant U, properly tarty on Sha work and to Lneure comp�e tion of each pert in Accordance with Mo schedule and with the time agrood. gev, 5/76 Vino* j, GruruAL COMMONS (continued) MCUM_2• Ind of WORK, AND.MUM: (cunt lneud) f. Should the County, for any cause, authorise a out pension of vork, the Claim of such suspenalon wLll be added to the cLao allowed for canplatlon. suspension of work by order Of Cha County shall not be daead a waiver of the Claims of the s� County for does 0# for nun-comp let Lon of the work after the adjusted tiaa a. required above. jj,(`�jION g. PgOG ESR S 5CNfbIfLE: Prior to heginnina work the Contractor shall submit to the County t prectt able programs schedule of operations on a chart form approved by the Cuunty. Thus srhadule of operations shall show the order to which the ontractor proposom to carry out the vurk, the data& on which he Will start each major sub- division of the work, and the contee{,fated date# of completion at such subdivision when required ey the County, The contractor Shall submit an adjusted progress Ichadulo on the approved fon to reflect changed conditions. (Nornaliy a now schedule vial be reyuestad when schedule is more than thirty (10) days in error.) U=ION 9, TU20AAKY VULITIES AMi pACI1.ITIE' A. All water used on the work will be furnished and paid for by the Contractor. The Contractor dull furnish the neriessis ,anporary piping true the distribution point to the points on the , Sits whore water tonecessary to carry on the work and upon Cosi- Clacton of the vat shall renew* ail temporary pip Lig. A. The Contractor, at nis vast coat, shalt furnish and in- stall all eatere,alf electric It�hs and power equipment and wiring, all gee stars, aas aquipaent an+ v ping-that i. necessary to per- COM ht♦ work and shall remove the tame upon the complet Lon of the work. The Contractor shat: pay for all power, light and gas used La the construction work. C. The Contractor shall furnish, wire for, install and nein- cetst temporary electric ttahc whatever it it necessary :a provide illmainatton tar the proper performance and;or inspection of the work. 'Chs ilghtin that: provide suffleteut tilualnatton and shall be so placed and distrtbuted that these SpectttestLou$ can be easily , read in every place where maid work is being partora d. This tun- =prry lighting equipment %Ay be moved Auout but shall be maintained tArouPout the work, available for the we of the Engineer, Project Impactor, or any other authortaad ropresentaciva of tho County dssrtevat required for inspection. Genf. 5f 7b -31- 40099 sly: ' DIVISION F. W1fElAL CONDtTtON$ (Continued) SICTION6. Subcontracting (continued) " D, Subletting or subcontracting any portion of the It u co whlcb no subcontractor was designated in the original bid shall be permitted only In case of public emergsney or neaeo LWT end then only after a finding reduced to writing ea public race ord of the sysrdinA authority setting forth the Lata e.no itutieg such emargancy or necessity. E. Substitution of bubcontrmctors: Contractor shall not substitute any perenn nr subcontractor In place of a subcontractor Meted Ln his bid proposal without the written approval of the ' County. SubitLLUtion of ■ubcontractnra must be in accordance with the prnvlslens of the."',ubletting end Subcontract ingg Fair Practices Act" beginnina with ; olon 4100 of the Government Code, ViolatLees of this At by the Contractor may subject him to penalties which may lot uds cancellation of contrstt, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Cont ractotat State License Board, 5=100 7. TINE OF wOM AND DAMAGES: A. The County will dealgnat@ the starting day of the con- tract on which the Contractor ahall iMOdiAt.ly begin and thereafter diligently proaecuce the vnrk to completion. The Contractor ob1L- gates Massif to a mplete the work no or before the data, or within the number of calendar days, set forth in the Proposal (Bid Yom) for coapietton, subject only to such adjustment of time as may be sat forth In thin Arttcle ar pursuant to Section 21. a. if the work la ant completed within the time required, dasaye will be sustained by the County. It to and will be Lapraot" table and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay, and it is therefore agreed that the Contractor will pay cn the County chs sum of money otipulatad per day in the Specl Ltcatlon■ for each and every day's delay in finishing the work beyond the time pre)- crlbed, if the Contractor falls to pay such liquidated daeugals the County say deduct the amount thereof from any money due or that Yy became due the Contractor ander the contract. C. The work shell he regarded as completed upon the date the County Ms accepted the Sam* invrlting. D. written requents for contract time extension@, alonS with Adequate Just if tcatOn, Shall be submitted to the County not Later Chan me month i'ollmitnK Lha delay. E. Any money due, or to become due the Contractor, may be retained to cover said liquidated damages and should such=nay not be awfficiant to cover such damages, the County shall have the right to recover the balance free the contractor or his sureties. Rev. 5176 .lp. _� 0oyna DIV1SIGH r. GENERAL_CiHOMONS tcontinuedl SECTION 5. DOMD AND INSID"t (continued) E. CERTIRCATE5 rE INSURANCE: Certificates of such Workmsn's Compensation, Publit Llabllley, Property Damage Insurance, end Fire Insurance, shall be ,!d vetch the County and shell be eub)act to County approval for adequacy of protection, All certtfic•tes shall indicate that Contra Corte County has been named as an additional insured. Than certificates shall contain a pprovision that coverage af- forded under the pall etos will not b• cancelled until ae lust+ll ( )days' prior written not lee hes been given to Concis Costa ounty, r. PERIONNANCE B=: One bond shall be in the amount of One Hundred percent fLOQ%) of the Contract, and shall insure the owner during the ife of the Contract and for the tato of one (1) rr a- from the date o[ aco=anco of the work •sselnst faulty or laoroper crater- tala or worto•anshlp that may be dtocovered during thhhhat time, G. rAYHZMT IM One bonA atoll be In thr amount of fifty percent (SOx) of the Cont net prier, and shall be in accordance with the law of the State of Caltfnrnta to secure the payment of all claims for Labor and me ials used or consumed In the PPerformance of this concoct and o[ ell Amounts under the Unemployment Ineuraues Act. SICTION„6. SUBCON MCTING: A. The Contractor shall be cesonaible for all work per- formed under this contract, and no wgcontractor will be ret*aa• nlsad as such. All persons engaged In the work will be eoneidsrsd As employees of the Contractor. t. The Cnntractnr shall give htn personal attention to the cul, ftlimenc of this enncraet and aha:l resp the work under his control. When any subeoncractor fails to prosecute a portion of the work in A manner smttsfactory to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written reauset of the Architect or Engineer and he shall not again be employed on the work. C. Although the epoeLflcationsecclans of this contract may be arranged according to various trades, or ggeneral grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work, is..-1/7'7 'zy' 0009 DIVISICN F. GENERAL CONDITIONS (cont'd) SECTION 5, Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the terM hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage; naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. Fire-Insurance. The Contractor shall carry fire and extended coverage insurance naming Contra Costa as an additional insured during the period of construction of the work in an amount not less than the total amount of the progress payments received by him from Contra Costa County, less the amount paid to him on account of excavation and foundations. DIVISION L. MM6 CONDITION& [continued) BACTION,1. rateDts and.Noyaltiaa: A, The Contractor shall prA-ids and pny for all license$ and royalties necaesory for the leg4i we end operation of any wa of tht oquipnt nr special-its u4e4 in thn wort„ Cart iticac.4 ,'rt showing the payment of any xurh licenses or rayaltiao, andpir. site for the use of any patented or copyrighted devices shall be secured and paid for r the rontractor and delivored to the County on cowpletion of the work, if required. SECTION L. r r r' 't sibUILLY for Work nj Public A. The Work.; 4$ Until the formats ,e,•aptaneo of the work by the -u._- Gownt7t, the Cantract:nr shall hsla the charge and cars, tbersof and s Aft boar the risk of ! ,,mv or damage to ang parC ar the w work by the Action of the +i.rsuncs or ern" any other Cassa aa• rapt as provided in :,mctI,nn 13. The Contractor, at rontractar'+ curt, &hall r4butid, a repair, restdre. and mak. g„n: All x,tch dame,** to any poetise of the work occasioned by any of such causes before its accapM _�• _ - 6. rublle t a 4, Thr. Cont:cactor nhAt/ semi proper notices, wake All n:cessary arrangrmtnts, and perform 411 other serwteas rputYad in the car. and •sintenaoc. .+f air public tuttli.ties. The Con- teactor &hall aaauan &t, respanzibtlttr concerning same for which the County may be liable, - • b, tm:ioakng or u„aing in, ror pnrtection of any ptibllr utility 04ulpamt, 01411 �.+ .b+ne t,y the C Atraetnr, upon eowplo- tion of the work, the C,w,ttrao^tdr .hail rewwva mit encfasurea, fill in alt opaninas in %A.•mry. Grouting the tome vmtarttghc, and ' leave in a finished condltinn, c. AL1 to public utilittea shall be wade and watntaine,l in such maintained as nut ca interfere with the son- tinting use of same by the County during the entire progress of the work. SECTION 5. LQW AlLd,IRSd.CSA:z@, A, The Contractnr to vMns the work Is awarded shall within fiva (5) working day:e After being notified enter into a contract with the mazer an thContra Costs County Standard rotor for the work In accordance with the drawtng and Spocifteattnre, shall fur- nish ami itis at the maw ttao Labor and matertAl and faithful per torrents bond• 4% sat forth to the adverttmostent for bldg, on a torts aocapCabia to the County, Rev, Sfl6 21- x 00095 DIVA F, R►Nr-x-af`CONDITIUM (cohtinUad) , a 2=10N 2, Governing laws and koauLticna: #" A. The Contractor shAlt keep informed of And i h observe. and comply with and Cause all of his &$"to and *me pit+yus to observe and efetply wli.ti 411 prevaiiins Federal And Stat♦ lava, Local ordinances, and rulesand reguLdClone made a , ursuant to seta lava, kldia+ 'tn nor wsv affect the conduot a! he wort[ of this contract. a. All work and m^terlAls shell be in full astofda,k.,. once with the late*+ rw as and regul4tionn of the Uniform 6uitdtna Cada, the ::tate Pi.rn Marshal, thr Safety orders of the`.: ' Division of Industrial SaftKy,, Clio Ndttonal Lieatric Code Cha Uniform plumbing Cndr p,tbilaFeJ by the Western PlumbinK 0164434 Association, and it *% applicable ,tate laws or regulations. Nothing in theme Plan• or Specifications is to be construed to ppermit work not eonforminK to those Code*. Tho Contractor etu11 at, copies of Codes on Job At ell times during construction period. C. tacarpts tram Section 4422 of the Labor Code of the $Cate of Callfornia•are included below. The Contractor SM I comply fully with this section of the Labor Code am applicable. .ti "No contract for public works tnvolvtnx an estimated utpendtlure in •scoms of $25,000.00 tnr the excavation of any trench or trenches five feet or more in depthshall be awarded uslees LL contains a clause requiring submission by the rantratter and acceptance by the ho,sy ar by 4 reglmtersd civil or structural engineer, +maloyed by the awarding body to tthom Authority to areo.t has boon d*laKAtYd, in advance of a!e caw4tion, of a dotailod plan ahowinx the dealgn of sharing. Brea- LAS. sloping, or )thee provLslons to be ands for worker pproteetiea from the haterd of caving $round during the excavation of such • trench or trenches. if such plan varies frau the sharing system stmndtirds established by the Construction Safety Orders, the plan *hall be prepared by a registered civil or structural engineer. "Nothing in this section *hall be donned to allow the use of a sharing, sloping, or protective system 1a114 eftaetive them that required by the Construction Safety Orders of the Divisiuo of Industrial Safety. "Nothinx in this section shall be construed to imq•se tort liability an the awarding body or any of its wopioyess. "The terms 'pubtic works' and 'awarding body', as Wed in this section stall have the some meaning as in Labor COds Sao- tioaa 1.720 and 1.122 respectively." Rev. 5/74 i .26• 00091 1, 4 J�yjQJJ,s. Jiil�Gie CONilIifON1 �+ JZCTUM 1• Dallnitiomet (continued) Contractor - The individual phrtnership, a olatwii arp ueociation, a nc vanturr, or an combination thereof, who has enlaced into a contact with the County, c Shall mean the County of Contra Costa, aria) , , palltial su v aeon aI she State of California and para of the 1, r tint part, or its duly authorised agent acting within the scope of their authority, w Is an instruction given during the course of the war so Section 161), "Q1 • The written instructions, provisions, conditions of otter trewnts appear%nA on the drewinit, and so identified thereon . which pertain to the parforunae of the work. ppll��An�� The .[ficial drawings including plens, a1e- vations, sectlooe. d4teit Arovinge, disgrams, general notes, in- formation and *chodui*s thereon, or exact reproductions thereof. adopted and approva.f by the County showing the location, ehacsotsr. diaenaion, and details of the work. Spac�, - The instruccione, provisions, condi- tions and ds[�■''r e requirements pertainl4 to the methods and man- ner of performing the work, or tv Lim yue.:t:rs mnd mnenri.tier of work to be furnished and installed under this contract. 5ukcontrgutor - An individual, psrtnershig, corpovatieo, 411jocistion, Joint venture, or any coed.inatton Cheroot, who Con- tracts with Cho Contr4CCor to poT arm work or labor or render service to dr about the work. The tars subcontractors shall not include those who supply materials only. i:.11l'lL.11 s t - The rapreeentatwt. ive of the contractor w .,.all bt ♦ prem... a. e work site at mit tiaas during perform- ants of the work, Such Superintendent *hail at all Class be fully autharit.d 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. Jugal,g{g� r. [1 Aa .mant • A written ogre cont providing tar alteration, amendment or extension of the contract. wark • The furnishing and installing of all tabor, materials, ar—tTclsaI supplies, and equipment as specified, desig- nated, or required by the contract. Rev, $176 •ZS- 00093 Dryuto" r. E8&txmnlrlagg iii. Def Ln tions: whenrver the following terms, pronouns in place of than, or initials of organitatLop appear in the contract 400MIRts, they shall have the following sunning: A"acA a - A document issued by the County durtag the bidding parM wwtti c modifier, euporsedea. or supplawats the original contract documents. tic wr ttanaocc+mawlt (datly,tweet[y, oX 00nC y w prepared by the contractor for •utmatsalon to the County Loh reports the total number of employees, the total number O! min- ority mploysea, end the present minority manh-ours of total Me- hours worked on the prnjact. nt - The written document of agreement, Safe cuted by Che nunty and the Contractor, Aichitett ,ar Etutinser - Shall moan the orehiteot, engineer, in v ua or c0 pirtnershtp, employed by the County of Centre Costa; as duiggnated on the tLtla shpt of these specie lScatlons. When on Costa County to desig*+etad as the EnYinfer, Engineer •hall ran the public Lorka Uirar.t nr, or ht• auth•rS&ad representative. gjAW - Any individual, partnership, corporation, associations )dingy .:a -t, e, or any combination thereof, submitting a propoenl cor the work, acting direcily, ar rhlough a duly author- ,.ad representative. ifW,o_! Suuei°Y_iaar� Shall mean the duly elected or apppointed o < l• who const can such a sum d. who will act for c}u County in all matters pertaining to the Contract. Ohms i1r - is any changa in contract time or prief and any change n co—n ract document• not covered by subcontractor: y� `�' ` i'- "� ,an, �Q , County of,�. ork. •to man c • nuc or se agent o County at t e 012c,=60 chs work. Contract - The contract is comprised of the contract docufmnts. Contract Dncuesnts - The contract documents include the agreement, notice-to contractors, LnStVuCtLone to bidders, ptopoaai, pDlana, soneral condittons, specification, Contract bonds, addenda, nhat40 orders, and supplementary ogremmants. Rev 5176 .24- 0001492 II. Arrirmntive Action. Certification. A. Bidders' Cnrtirication. A hidden will not be eligible for award of a contract ander th a Inv tntion for gids unless such bidder has-submittod as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS CERTIFICATION certifies that: ,y (Bidder) I. it intsrO to employ the following listed construction trades in its work under the aontr*ct # and 2. (a) as to those trades not forth in the praccding, paragraph one horsof 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 Couta County within the scope of coverage or that Plan, those trades being: 1 and/or (b) as to those tracks for which it is required by these Bid Conditions to comply with Part I1 or these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specifice aflirmativu action stops contained in said Part Ii, on this and all futura construction work in Contra Costa County subject to these Bid Conditions, those trades being: r an 3. it will obtain from each of its oubcontrnctora nhd nubmit to the con- tracting or administering agency prior to the award of any subcontract under �., this contract the subcontractor certification required by thaws Bid Conditions. gnature of authorized representative or b d or - 23c - "SECTI^N 3 C��t.USF;,, A. The work to be performed under this Contract is en a project assisted under a program providing direct Federal financial assistance from the Cepartment of. !!ousiag and Urban Development and is subject to the requirements of. Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent `sasible onportunitias for trainiu and t�luvment be o,iven lower en . income rsaidts of the protect ��, and��unt�aree four, work In connection with tel project be awarded to buainesa concerns which are located in or owned in substantial part by arsons residing In the area vi the-or—.iec.t. $. The parties in this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Rousing and Vrban Development set forth in 24 CFR ;35, and all applicable rules and orders of the 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 dianhility which would prevent them from complying with these raquirements, C. The contractor will send each labor organization or represents- tive of workers with which he has a collective bargaining agreement or other contract or underAtanding, if any, a notice advising the said labor organizaeian ar workers' representative of his commitments under this SiwLivn 3 clause and shall post ° copies of the notice in conspicuous places available to employees a and applicants for employment or training. ^Q The contractor will include this Section 3 clause in every subcontract for work in connection 44.th the project ana will, at the direction of the applicant for a recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding chat the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban , . �`Dpvglopmenc, 24 CFR 135.20. The contractor will not ff;, any subcontractor where it has notice or knowledge that yam the latter has been found in violation of regulations under 24 �t4 rCFR 135.20 and will not lot any subcontract unless the subcontractor +t,•. : has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. +g. , Compliance with the provisions of Section 3, the regulations set forth in 24 CFR 135.20, and all applicable rules and orders of the Department issued chereunder'prior to the execution of cite cortracc, shall be a conditign of the Federal financial assistance provided to the project, binding upon the applicant or recI arc for sur.h assisrance, ;cs successors, and assigns, Failure to lulfill :hose requirements shall sub;ect the applicant or recipient, its contractors art' evbcontracnors, its successors, and assigns to Coosa sanctions specified by the Grant or lean agrecmcn: or contract :`trough ;chic:; .'._dera�li]a�sjn�i(_ttaance is arovl:ed, and to ..:c`t ianctionn 1,• aro 'pe ie alt/ '4 C7R ,..- Y VISTP.UC*7T0NS FOR F?t.0 E"^'0'fMF it il,AT!ny REP,RT (SF-257) The Employment Utilization Report is to be compLeted by each subject contra•:tcr (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 tncluee the total work-hours wor'4ed far 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. Comp lianee.Agency . . . . . . . . . U. S. Government contracting or adminis- caring agency responsible for equal employ- meet opportunity on the project. Contractor:`. . . . . . . . Any contractor who has a construction con- tract with the U. S. Government or applicant (Ser OFCCP Regs. 60,-1.3). 1. Company:'$ Name Any contractor or subcontractor who has e federally involved contract. 2. Trade:',;'. . . . . . . . . . . . Only those crafts covered under applicable f*x Federal EEO bid conditions. 2. 4otk-h6urs of Employment The total number of hours worked by all employees in each classifications the total number of hours worked by each *minority v - :• qrn in each classification and the total I f?: work-hours for ail women. CLaailfieation . . . . . . . . The level of accomplishment or status of the worker in the trade. (C ■ Craftaorker - Qualified, Ap - Apprentieu, Tr • Trainee) 4. Peroaitr.of minority work• hours gi. total work-hours . . . . The percentage of total minority work-hours worked of ail work hours worked. (The sum of columns b, c, d and a divided by column a.) S. Totaf%Aber of minority amployee'a . . . . . . . , . . . . Number of minority employees working In contractor's aggregate work force during reporting period. 6. Tots 1`Number of Employees . . . . Number of ani employees working in con- tractor's aggregata work force during reporting period. * Knori.tye;is defined'a a' lncludin; Blacks, Sispanics, American tn¢lans and Asian ,and Pacific Islanders - both men and •.amen. 6�0 to M11, U 01)()8U, STAVDA7.7 y Ail presortbod ty the of r— 7"w tT,13 report t.. by il-P. F,A,—Ure P.0 report can result in sinr.ttor.s wnicn triclutie cancellations or debarment f contract, 1,0: (Name Ind locv,1^-1 or ;cmvl!.Mnov A4,1Mc-,) From: f3ame AM Location 4f lontractor) Asst. Reg. Admin. for Equal Opportunity U.S. Dept. or Rrueanl & Urban Dowelopment, 450 Coldso Cate "wonuft, Box 36002 San Francisco, Cal. forida 94102 L MLA o'. .otal ctrl Work 4OUVO oe 'Z4- footnote! rLty number .umber er v hof of of lariat t• " MLnortt• Employ , "' to cospony,I Home T:tjq Bilek phr.t"Crtotal hrV! woh oopwy- *to Tr r r r Q Z�mp A.1,; n,t 0008 -4,- Area "340) Part M ,mora'_°e�uirr�,^,c� 1. Contrictc"". :ere renrnn.nt ;.cfar ?nforrd nq char sl:beeniractors in writing regard_e tit tler., er: to -h Ar re^,err,;!.:e 01.1gations under Parts Lane 11 hr_-vnf, on aT v)irable. 1W1hene,;ar cnntrnc,ar subcon- tracts a portion cE the ,iork in aiiy .rode co-;vred w tti-ase ltd randi- tions, it shnll include these Fid Oondlticnr, to sue;h subr.nncraca and each subcontrnctor shall be bound by those Bid Conditions to the full extent as if it ao.rr. the prime contrnrtnr. The contractor shall not, however, be held accountable for the fail,ere of its eubcontractora to fulfill their obligations under these °id Cnnditions. However, the prime contractor shall give notice to the Assistant Regional Admini- strator of. the Office of. Federal Contrary, Compl.i.nnce programs of the ,*Department of, La?+or and to the contracting ce administering agency of any rsfunal or :allure of any suhconrrnctor to fulfill lta obligation under these Bid Conditions. A aubcontrntor'u failure to comply will be treated in the sane manner as such failure yy a prime contractor. 2. - Contractors hereby agree to refrain fv:m entering, into any contract or contract edification subject to Er,ecutive Order 11246, as amended, with a contractor debarred from, or who in deternlned nor to be a "respon- sible" bidder for Government contracts ane federally-assisted construc- tion contracts pursuant to the Executive Order. 3. The Contractor shell carry cue iueh sanctions and ponaleies for violation of �hene bid Conditions and the Fnual opportunity clause including susnenr.lon, termination and canc--Llatiun of exinting sub- contraeta ane dabdroant from fut;,re contrecty as may bet topoard or .� ordered pursuant to Executive Order 117.46, am amended, and its imple- menting re„ulationn by the ccntrarting or adninistering agency and the Office of Fveernl Contract Compliance Pr"ramw. Any contractor who . fails ,te nnrry iuch 33n,:bona ani penal.t¢:s shall also ys deamed to be in non-comp?lance with these Bid Conditions and Executive Order 11346, as amended. 4. Nothing harein is intendad to relieve o m; contractor during the term of its contract Iron enrplianee with Exacuctve Crder 1!:46, as amended, and the Equal Cgnnrtunity clause of its contract with teapeec to matters not covered iu the Contra Costa Plan or in Vart II of these Bid Conditions. E602utive Order 11246 Executive Order 11246 requires non-discrimination in employment underfederally assisted contracts. In executing this assurance, the County, cities, and non- profit sponsors agree to do, among other things, the following: include the following equal opportunity clause in all federally- assisted contracts. This clause applies to administrative, supervisory, professional, and clerical personnel as well as con- struction workers. This clause also applies to the employment practices of the Activity Sponsor: "No person in the United States shat! on the ground of race, color, :national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with finds available under , *�'.=thus title. 00097 Whore the ageno/ findn that siic vin'tractor tailed to cnrply with cite requirarants of [rrceicive Orlor 1 ..".f+, in atm,rded, the impiemencing regulations And the ob1g.itlonc uodnr Parc 11 of theme °id Conditions, the agsnay ah4ll take ouch aeticu ane imp^nn such snnetionp, uhith include susper.3ion, tarwinat'.on, .:nncell:ttlou, and 4,0;r-t.!nt 4e nay be spprapriAta ;:rdar thn Utcutive brier and :to rao,,viutiona, When the agoney,proceeds with much faraal action U '.tan rho burden of provicig that;.rha con:raccor has not mac the gaein erntAlned to Part tt of thane Bid-Condttl-onn. The contracrorli fa:l,ure to ^wvtt its goats stroll shift to it the to ccmp rorrari with avtJenra to ultou that it hat net the gond :alth raquirgmeots of thaaq Sid Conditions by tnatitut.ng at.least the apztific affi:-+attvo action stets listou in Pnrt ti, See- tion 2. The pendency of much proceadingo Shall ►te taken into considers- .tion,by Fteara.`, etganciox in deterninin; -thnther such contractor can comply vitb tho requtramance of !;xacutive Order 11246, As imunded, and is therefor*, it 'rnsponaicic proapactivo cont-.Utor" Within tilt tsoaning of the basit _lacwplan of Fad.+ral prorurct:unt lnu. C. .;Oblir tion- A-,fsIiCAbla to Cantractort `vim..;}:e.ct to €ithnr Part t 'o Part rt. It shall be no extuna that the union with which the contractor has A collective barFain'.ng agraatanc provtdinp for excl-faive reearral tailed to rafar employinc. Discrinirat*^n in rafarra2 for employment, evenIf pure»Ant to prtviaions of A collarzive Bargaining agraamaat, is prohlbi.tad by thn tintional Labor Palltio»e aloe, aA aneuded, and T..tle VU at the '_ vi' ?!ghts Act of 1464, as *met:dr.•_, tt its the policy of the,-Office o 7ndaral Contract Comvllanrr Pragrnre that tune:actors have a i•aspon»iJ=' ty to provide equal 4mploy+ant opportunity if they Wish to part'leipate !.n !ederally lnvolv.ai contractd. ra tha extant they have delegated the rerponsibillty for some of r.hQ,.r amploymaat practices to a laboC''organ_:xt'.u+t and, as a result, arc ar%ivonted from aeacing their obligations p�3r9+tAnt to €xacutivo Cc-or li:a4, is smondad, Auwh cant.-Actors cannot 'on cncaidared to be in complitnee Wit% !tcacutive order 1121,6, as' amotfdi�d, its i^plc anting rules and ragu_Atirnu. i � • :3 •� 4 h � h3a9 ' } f± 1;. M' i int_ 1 failure of such contractor to take a Rood faith effort to meet its fair share obligation 1t provided in the Contra Costa Plan or has engaged in 1} unlawful;discrimination. Such vialar,ions shn'l be deemed to be noncom» plianca with the Equal Opportunity clause of the rontrart, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. 2. The OFCCP shall review Part I contractors' mmpioymenc practices during the performance of the contract. Further, OPCCP shall be solely " responsible for any final determination that the Contra Costa Plnn is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP miay, upon review and notice to the contractor and any affected labor organization, determine that the Contrn Costa Pian no longer reprasants effective affirmative action. to the avant it shall be solely responsible for any final decerminar.ion of that question and the consequences thereof. r 1. Where crap finds that a contractor ties failed to comply -with the csquirementd of the Contra Costs P-lan and ita obligation i:nder Part 1 of these Bid Conditions, it shall cake such action and/or impose such sanctions as may be appropriate undar the Executive Order and its regu- lations. U`hea the OFCCP procauda with such formal action it has the burden of proving that the contractor has not met the req#slraments of theme Did Conditions. The failure of the contrrctor to comply with its obligations vnder the Equal Opportunity these #hail shift to it the requirement to come forward with evidence to chow that it has met the good faith requirements of these Bid Conditions by instituting at least the *pecitic n:firmative action stops listed in Part 11, Section 2. The Contractor nu%L alta provide evidence of its steps toward the attainment of its trade's goals within the tinstablen iet forth +n the Contra Costa Plan. The pendency of such formal prccaedina,n shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executivo Order 11246, as amended, and is therefore a "responsible prospective rontraetor" within the .msauing of basic principles of Fadoral procurement law, 5, Contractors Subject to Parc II. In ragnrd to Part !I of these Bid Conditions, if the contractor meet& the goals set forth thurain or can demonstrate that it ties made +ovary goad faith effort to meet these goals. the, contractor shall be presumed to be in,comnliance with E.,ecutiva Order tt246, us amended, tha. imple- menting regu'_atione and its obligations under fart II of these Did Conditions. fn that event, no formal sanecions or proceedings leading toward sanctions shall be instituted unless the contrnecing or admini- staring agency otherwise determines that the contractor is violating the Equal Opportunity clause. 0008 + -21. 3. Subsequent .SignatoM to the Coatrn Costa Plan. Contractors that are subject to the requirements of Part II at the time of the submission of their bide <4hich, together with labor organizations with which they have collective bargaining agreements, suboequantly become signatory to the Contra Costa Plan. either indi'lidually or through an association, will be deemed bound to their commitmnats to the Contra Costa Plan from that time until and unlsne they once again become subject to the, requirements of Part II purouant to Seccion A.1-6. 4. Non-diocriaination. In no event may a contractor utillso the Scala and affirmative action steps required by this Part EI in such a manner as to cause or result in diseriainetien against any parson on account of race, color, religion, sax or national origin. Part Irl: Ccaolianco and Enforcement. In all cases, the compliance of a contractor will be determined in accordance vith its obligations under the terms of these Bid Conditions. Therefore. contractors who are governed by the provisions of either Part I or Part II shall be subject to the rt4uirements of that Part regard- less of the obligations of eta prime contractor or lower tier subcon- traatare. All contractors performing or to perform work on projects subject to thus Aid CeceCtions hereby aeroe to inform their subcontractors in writing of the-'r respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of nimwrity employment and training. A. .Contractors Subject to Part I. I. A contractor covered by Part I of these 41d Conditions shell be in co"liancr. v:::, Executive order 11246, as amended, the implementing . regulations a:.Q eta obligation* under Part I, provided the contractor together wit.: he labor organiaatlon or organizations with which it has a collective bargaining agreement meet the goals for minority utili- sation to vhi:h they cosinitted themselves is the Centra rosea Pian, or can demonstrate that every good faith effort has bean made to meat the goal. In that event, no formal sanctions or proceedinga leading toward sanctions shai_ be instituted vnlesa the Office of Federal Contract Compliance Programa determines that the contractor has violated a substantial requirement in the Contra Coate Plan or Executive Order 11246, as amenced, and Its implementing regulations, including the 00081 -20a- e. The contractor should have disaemi.nated its LEO policy externally by Informing and discussing it with all recruitment sourcen; by advertising in news rAdia, specifically including minorfry new" media; and by notifying and discussing it with all sutcontractorn. f. The contractor should have made both specific and reasonably recur- rent written and oral recruitrant effortr. Such efforts should have been directed at minority organizations, Anhoolo with nubstancial minority enrollment, and minW.ty rneruitmont and training organizations within the contractor's recruitment area. S. ,The contractor should hava evidencu available for inspection that ..all costs and other selection ccchniquas used to selact from among candidates for hire, transfer, promotion, training or retention are being used in a canner that dopa not violate the OFCCP Testing Guide- lines itt 41 CFA Part 50-3. h. The contractor where reasonable should have developed on-che-job training opportunities and participated and aasivcod in all Oaparttmint of Labor funded and/or approved training programa relevant to the con- tractor's employee needs conalatenc With its obligations under chis Part ZZ. I. The contractor should have made aura that aaniority practices and job classifications do not have a dlacrim-natory 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 employeaa for promotional opportunities on a quarterly basis and the encouragement of such employean to peek those opportunities, 1. The contractor ahould have solicited bid,: for eubcontracta from available minority subcontractors enga;ed in the trades covered by these Bid Conditions, including circulation of minority contractor associa- tions. Note..- Via Asciatont Regional Administrators of the Office,of Federal Contract Compliance Programs and the compliance agency staff will provide technical asnistance on quoations pertaining to ,miAority tecruirmant sources, minority communicy organizations and •miccority news media upon receipt of a request for assistance from a contractor. Z. deserved 00083 -20- 2. Specific Affi--mative fiction it-lips. No contractor shalt bol Lound to h-_ in noncompliance with Executive Order 11246, ns amended, eoleLy on acrunnc of its flullfire cc meet its goals, but shall be given an orportuniry to demnnurrati that the contractor has instituted all the specific affir-rncivo ac•t+an Ateps specified in this Parc 11 and hat- made ever, good faith effort to make these steps work toward the Attainment of urs got:la within t,,Ie timetables, all to the purpose of nxpandtnp• minority utilization in its aggregate work force in the Contra Costa Pli.n area. .i enncrur.cor subler.t to Pars I which fails to comply with its 011 gnciuna under the E,lual Opportunity clause of its contract (includiuq failure to meet its fair share obligation if provided in the Contra Costa Plan) or subject to Part 11 which fails to achieve its commitmanto to the goals For minority utilization has the burden of proving that Jr has engaged in an affirmntivp action program directed at increasing oinority utilization and that such efforts -dere at least as extensive and as specific as thn following; a. The contrsccur should cave notifi.-d minority orsaaizotions when employment opportunities were available and should have raintained records of the organizations' response. b. The contractor should biv* maintained a fila of the names and addresses of each minority referred to LL by any individual or organiza- tion and what action vas taken with respect to each such referred indi- •idual, and if the ind:.vidual was not employed by chn contractor, the reasons rhdrefar. If such individual wax sent to the union hiring hall for referral seal rot roferred hack co the imirn or if reforrnd, not employed by the contractor, the fill should have documented this and the reasons therefor. r. The contractor should have proaptiy nociflad the contracting or adminiatering agency and the 01!lcn of Faderal �antcacc Compliance Programa when the union or unions with which the contra:tor has collec- tive barnainine agreements did not refer to the contractor a minority sent by the contrac-:or, or when the cintracto- had other infonecion that the =i.r. referral process hsn impeded :.'forts to meat its Scale.' d. The contractor should have diniominatod ,cs EM policy within its organization by inelud_ng it in uny employee hardb->ok or policy manual; by publicizing it in company rpwaparers and annual cepacta and by advertising,such policv ar retsnnable tr.torvn13 in union puhlicetions. The EEO policy should be further d Uaeminared by conducttnp staff meetings 'to explain and didcuen th•� pollcy; by posting of the policy; and b7 review of cite policy with minority employees. 00082 f -19a- 1. Co to and Timetables. The goals of Minority uttlitatlon required of the contractor are appli- cable to each trade used by the contractor in the Cnntra Costa Plan ar*a .. and which is not otherwise boaid by the provision» of Part L. for all such trades the fallowi►ig goals and timetables shall be applL- cable. From !011173 17.0x - 19.Sz is the *vent that any work which is subject to there gid Conditions is p*rforoed in a year later than the Isteet year for which goals of minority utilization have bean established, the goals for the last year of th* Aid Conditions will be applicable to such work. The goals of minority and female utilizatiou above are expressed is terms of hours of training and employment as a proportion of the total =a,tr of hours to be worked by the contractor's aggregate work force, which includes all supervfsory personnel, in each trdde on all projects (both federal and non-Federal) I.n the Contra Costa Plan area during the performance of its contracr, U.#., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work). The hours of minority emplaymant and trainiug must be substantially uni- form throughout the length of the contract to each tradot and minorities roust be employed evenly on each or the contractor's projects. Ther*- fare, the transfer of minority employees or craindes from contractor,to contractor or from project to project for the purpose of meeting the contractor's goals shall be a violation of Part II of these gid Condi- tions. if the contractor counts the nonworking hours of trainees and appr*n- ticas in meeting; the Contractor's goals, such trainaes and apprentices must be employed by the contractor during the training period; the contractor must have made a cortaits:ent ro employ the trainees and apprentices at the completion of their training subject to the availa- bility of employment opportunities; and the trainnes 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. 00»81 -14- . 'L. Part II: A. Coverage. The proviaiona of this Part II shall be appli- cole to those contractors who: 1. Are not or hereafter cease to be aignotorims to the Contra Coats Plan incorporated by reference in Part I herent; 1. Ate signatories to the Contra Costa Plan but are not partiM to collective bargaining agreements; 3. Are si natoriee to the Contra Coat& Plan but ata $ portio ate arf.leC- tive bargaining agreements r+ith labor organizations which are wt or hereafter coast to be signatories to the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan and are parties to eellYt- tive bargaining agresmenta with labor orgnniaations but the two have not Jointly executed a specific commitment to goals for minority utilisation and incorporated the commitment in the Contra Costa Plan; or S. Are participating in an affirmative action plan which is no lamer acceptable to the Director. AfCCP, including the Contra Coats, Plan. 1 6. Are stgnatories to the Contra Costa PLAn but are parties to collec- tive bargaining agreemantu with labor orgauWations which together have 1 failed to make a good faith effort to comply wiLh their obligations under the Contra Costa Plau and, as a moult, have been placed under Part ii of the Bid Conditions by the Cffice of federal Contract Compliance Programs. B. Requirement - An Affiasativr. Aatinn Plan. Contractors described in paragrnphs I through 6 above shall be subject to the provisions And requirements of Pert II of these Did Conditions �- including the Roads and timetablea for minority l/ utilization, and specific affirmative action steps set forth is Sections B.I and 2 of this Pert II. The contractor's commitment to the goals for minority utilization as riquired b;, thio Part II constitutes a commitment that it will make evory good falth effort to meet such goals. LL/ "Minority" is defined as including Blacks, Spanish Surnated Awori- cans, Orientals and American Indians, and includes both aimrity Pent and minority women. . 1 NOW ,18a• 1 Ai PEN•DJX rrV >+ AOt d11 Naa-rxe++t "If6dral nttc' cedrral}.y-Anointed Construction Contracts to=lis Awarded in !'Sutra Costa. tiq'"TC". FACit''WDrit, CO:rTMArT'OR OA :;%1jtr0:iTMc*vA rl'rrZi',NAs'M TILE CONTPACTOR) ,MUST"FILLY Ct)v-"!.e NTTN FmILR tWA T I OP. PAPT 1'. M, i !,LICAbLrs r OF 'MESS BID CONMrrr V, .tr TO Fdd l I (GVn'If,',xrl)N T.N1 F tT UNI IUS TO USE ON THIS CONSTHUM014 CONTRACT A20 ALL rYtlii•'.it 01NCTr.UCT?QN }CORK (EOMI FrDBYAL AND NON-FEDEP.A). TN' 74E COt•ITPA COSTA COUNT? AP.nP. 'rl.P.T140. THE CER.*OP.WICE OF THIS CONMICT OR SUSCO`4TPACT. 1117 C+?1I'r'tAt:TrjP, rr%MATS T.TSFI.F T4 THE COALS.FOR `^:1^n1''± ?tA!'fFfP." L'r?LT7AT%1 tN FITIira s:V'.T I OR FART II, AS APPL%W,,L?, AYD ALL tnMP t+Kr,+,ti+ ?llt;^S, Tf tyy, rl:ttl 01111ITONS OF THESE SID COttDx',ION3 117 S;"!!1'TIK. A Ytialr"XLY tit;Ni'� THS COH'.IMArTVr "IWW, APP0,5'T t COS!P;t:{ r{:r'0:'"T';"• TO ASSUME TIM RESPON- SIAL{i='I'f Ff!P 7!F 121PUNf'.T:ITICN Or lith vrt�r.'eu{<^,tT`iTS, TLPfI"+ MM CONDI- TION04F rms-L ,Tt1 COt4D31'I±;t4S, Part Xs T'.^.e »-^'�i.aiana of tiltsF.trt 1 ,s•n'•.•; 10 :1ntTnctoeo which are Party;to cm11r-•-t%e bargninins, agrepmenr-, +, tnhnr organinattors which at, 'I's t•. a t:re^d to Phu <;,3nt a C nt nMIMy ;.reA Cnnntruction 'Program (hr• t t a .r the Csnrra . ,•to 4 '. nu -t 'ian) for squnl opportunity / RA+�,hay.t rondo n en+rc,i:m'yt t.,+ GV"G:.:,'.c. :enls L:f ainerity and, ferA.'± 'the f:int:ni Coutz Count-.- Plan i1 a;-.j,L*1VArt"o `.'ni''nrX_V "'7011MOnt 1'n' FR :x.!. CpM?rr,unity. 71.te Contra Costa ,0,0 14y Pl.tn, a�ather virh al!, impit'Moa•.ino JA+oolrrnta thnr have been attd:aa7 herrAf;er bo dove.iop"d our !sant chr:r—n, nre incorporated herein };by`aC4tcrcccr, ,Any>aantrr.^.�rr um ns r•ne or mire trn0v- .+' r^r,,s-.uction emoleyseR Must Comply r' ti , _.nrr .art Z .+e Part tt, t=," .':r», P;•! rr:ndit+.can as to each Ouch trn:r. . -.intractor =,yy ttirttrtrnrn ` ,, ca.pya,vnwralth Part I'of •'theao Rfu Cnr,0i -ns by ttd pacric.^ .' r ch -`+,t Labor orPaniaatinn ,vhith reprn:er.t ice emul-oYces in t'+ c�:ntr,, .n_to Counry Pian am to one "trade ,nr<tv'.det therm, to iec P,ir0 in r',,a C(onr.n Conra County PLnn a spscii:c s*it:rt nt by both 0+1 ronur c,nr .,-;, t%e labor arganizAaon ro a goal of m!ncrity urs!".aaLl,nn fo -,.',�, C:antraccors using tr+tdao which are n?t .:o. rod by Parr 7 ', 1'.• !erl:tna A) must ccmp.ly vieh tat cnxtxstnCn rrat.i;m_4 + Gln fnyl goals for minorities and feroleu _ ^t Qn act t^rti! i. `arc ?r contractor doss not aa,rp.'.y ,Ir,' t"e r>>rt;»,:,roto oC these Bid Con- it Ah« . be auuject :,I th:• of Vtirt II, 4 , { 00079 tr are edeemedpao r ,, `^ nc� I; r "onr p a� 1 fundal ortfele«nnjfk}as runc isrninui;, .r,_}Of /I "!Jos., do canc�iona na scan "oncrscts. 'e+' :'ur'iier ncella- e�era.Iy and/or OPCC?ovirncaipc of a rc+que4t In 41 CP.r, ;,n nrrange ter ncaiinS, tbu ; an,i ;I G?r' Sd con ray rt tree . umoI_'ance Agency on t110 "sues Outlined Cur r• he tcrc'Hn y Purruencdton ti ^-nvelved rttr,rp! nnv .,,�t ttt'luoat fn• prnaltleA t,t iedvi:ivn `rs e'av g„ t haarir.r npuci.' �_' r, yp�ttJed in ,},, ' a contractor's UY be im i^ C'loaever "0 or in Parc, (:PP t-17,1. { polled vithout tlf.t ,i 5Q-1 or }:;sacut t; , no aanc"'I The L* a}+rn'rtl s or n: tiro UL:hctee,lrUGCr4F' nsnamand,ed, e111ation s urirg pCecadt:ras (») CRF 50_301 1AAtlea And �,i Vy7a or ann.. ,:r decrw,. , provtda aPProved y ` 1 ,lecistor, v,t trsH "Op".- char any con- lV unrecary of Cahar urt-r,�'i+ion+a.1banceiun$n�uaf tha L-.3•,tc-, r be `T'4 Cnrtp' , r t4tlhnle�,- Hefty ". +f ln'�nC% Jnri r)�r t fi, + lsue.+„cg r tdg r to n tca stetf It n rnquaat ar ask:adora,tacan ce }trnmVadcontrseu�t``ortAPpen�itr,"9"'IreMeneaprovIde of actwr, oe uPon roceipe h k ss k 1�y , k 1 t � 4 ti T K - p0078 8'. Remedial Ca= Vntnt,, :In the event that a C"trnccor hag fared tO sheet the minimum utilization goals and had failed to provtd.e advgs,aca dactsnent_Jr v evidence of Foo,' faith efforts to tmplemcnt the zin'.aum a.rirrativa action program AS specifiaJ in the !Sint conditions, the cuatractor will be given an opportunity At the erynelusian vi .ht carrplio"L teview to j make •pacific wr.ttcn co—itments, which will 'ae aigned 'jy an officer of the company, to rcredy n11 deficiencled idertiried durcng the :avlew, provided that the contractor lot not uthetwiee 3pin :tl3:d cc have violated � the E.E.O. Clause. i if such cn:sitmant+c are made by the contractor, sad approved I by the Compl'. nto Alnncy, t:hd Ac;ency will find the coutrnctor in cos- pliancy and tnitiutr *anitarinc cit the sPCcltic nammitmen*c. C. , Natioof fctent to�nitiate t4r,.nn3 :r.adf ¢ to Sanctions If the contractor fatls to mnke, or having osade, fails to isplawat adequate remedial ;.ot.nitzents, and/or has been found to haia' othsevise violated tha "_,S.d Clause, Cho :'o»oliance 46ncy will issue a shov cause notice to the contractor providins; :() da7r. 14F the contractor to coma forward with tsvtdanew of i,ta Ri evre4 to comply or to make adequate rewedial co.rmitn,sncs, and, when/ rv,tuir.sd, to demonstrate that it has not violated rho I.c1. Clause. If the contractor maks+o quCl darnnatration(a) and/or Commit- meats, the Ccapliance Agency will withdrwi th,• ohcv Canasz neciCa and place;ths contractor in campltatcce, 7rovidod that any vlolattOn of the Commitments •.pili cause Cha :untracttnu alvncy to proceed with actions leading to aanctions. D. Initiation of Actions Lesdin. t,s Sar.ct1ot4 If, aurtag the 30-day !),ticd prlvlofdd, the contractor, (a) fails to dccumtnt adqunto ?occ raith cffart to tan;.emert the miniocao required action ,tcp:z ac faz:S to -aka 4d81+:hta cOTCMitmedta to eartact all uef cioncle,, or {b) ij-,ere requited, t'a.ln to duiaonatrate that the R.F.O. C-'suss haw not been violace..,i, thQ Compliance 4ancy will UUtiate actions loading to the inpoviticn o 34nctionu against the Contractor, nurauant to 44 C%F tlpon such action by tbj Compliance Agency end Approval by the >OlCCP, the ccntracrorwi'_! be notttia,i t:sat actions Itading to sanctions have been ir.it_atee. i'ha notice will awte the reasons for the action and provide 1» c�.erdar data for tha contrscta: to r-quest a hearing regarding the imporitian o,` aaz:�t.on5, i a 000171 �F�W,� �� 4, Provide acceaa tc and accounts of all covered construction cites and .'ncxtenrnry evidence of good faith efforts to the Compliance Aeancy and/or the I :'. Office of Federal Contra,:t Cocp:lsnce Programa (OFCCP) ff for the purpose of conducting a review. 1 When the Compliance Agency and the APCCP have detarminad that the contractor has eonalstanCly Vic the minimus utilixntiun goals is A covered craft over an intiru construction season, reporting requirements will be changed !rom a aanthiy to a quartarLy ban13. However, if a contractor fails to meet the minimutu ucilitation goals during any quarter, monthly reporting requirumantu will be rainstatad. M. Laforeaeoc i A. Compliance Review i Contractors failing tr meet the minimum utilization goals specified in the aid Conditions, or aubjeet co cutatanding allegations of diseriminacicn in violation of the E.r,0. Clause will be subject to a thorough review of their implementation of the Affir=cive Action Program as specified in the Bid Conditions and, vharc required, a thorough I review of their cenpllance with the E.Z.O. Clause. �. Contrac^ors willba subject to genetal enforcement, as stipuUtsd t in Subpart B of CFR 60-1 at the dijereticn of the agency or the OPCCPI i A compliance review conducted by tha Compliance Agency will consist of the fo?'owin"ys 1. A thorough review of the eoncrdetor's books, records and accounts and other ralevanc docsmeats. (If a contractor has not: the spocicied aiuimum utlli:atton goals for the � aggregate workforce tho contractor will be presumed to bo in complianca with the rkquirccm.:s:ts cf the Did Conditions ,w and the review concluded, ualaaa an allegation of discrimination r in viol atinn cf the C.G.O. Clause has been made.). i t� Validation of the infornatica presented will be =de £'• through oa-site raviewe cf a sample of all of the contractors l `• projects to dotera:ina whether the contractor hay met its ! ? , goals or itis made a Rood faith arforc to implement all of the affirmarivu action itupu spw:tied in tLe raid Conditions, i,,t;; and has not violated the E,E.U. Clause. i 4.11 I 0007 3 i U. Oblieations tinder Federal EEO Bid Conditions A. .. Hometown PiAna Part-I (Volur.tery) i Hometo•.+o Plans are Office of Federal Contract Compliance { Progrow (OFCC?) approved voluntary area-wide agreements between the construction industry end representatives of the minority community establishing craft goals and timetables for minorities. The Plan and the signatory pArt_cipating parties to the Plan are incorporated in Part I of the Bid Conditions for the Plan area. Contractors signatory to and participating in Department , of Labor approved Hometown Plnua and utilizing a Local craft under Part' I of the Bid Conditions are required to comply with the proviaions of the Plan and the EEO Clausn, Removal of contractors to Part IT of the Bid Conditions and/or initiation of enforcement proceedings may be recommended to the OICCP Regional Office by the Adainiatrative Coaosittee for a contractor•Is -_� failure to meet Hometown Plan requirements, much action rely also be loitiated directly by the uFCCP Regional Office for violation of the EEO ' Clause. R. Recatown Plan Pnrt LLQ Aonendix A (Izooaed P!sn) arc ;molal 31d Conditian� Contractors subject to Part II of the Bid Conditions 1 (1aC10dieng ccatractors participating in the voluntary plan but utilisiag -=alt(s) subject to Part IT requirements) and those aftecced by Appendix A at the Ispooed ?Lan, or Special Bid Candiciana are required to: 1. Comply with the MO Clause; 2. Meet the ninimut: goals and timetables for aggregate workforce utilisation specified in the Sid Conditions andiar Appendix A in each covered craft on all covered. + work in the area under the Bid Conditions/Appendix A or #� provide DOCLNENTARY CVIDLUCr of good faith etiorts to sax" implement the nininum acceptable affirmative action yg program; i FL`a monthly or as directed by the contracting orad ministering agency, beginning with the effective data of i � • the contract, workforce utilization reports (Standard { Farm 257) ref:.ct_ng the prima contractor's and each subcontractor', aggra•gata war'cforce in each covered craft i vithin the arae avurca by t.`.a Bid Conditions and a one ; time listing of all Fedarally-funded or aasiated can- tracts within [h_ aid Condition arca by agency, contract n bar, location, dollar vulvae, pdreenc comp'-aced, Projected completion date, and a listia; cf all covered 1 � non-federal work. stanchly reports, chs resfzer, should � 'alt only include a dating oz new contracts received and current contracts ccinplete<i. DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY III (Housing L Community Oevelopment Act Guidelines - Appendix III A IV) T. General Rannonsibilities of Contractors A. General Obligations 'Contractors biddiug on non-exempt Federally involved noa- struction contracts should carefully review the general requirements ralstiva to affirmtiva action and non-discritaination stipulated in the Equal Emplolmont Opportunity (£EO) Clause and Chs Federal EEO Bid Conditions, where applicable, which Incorporate the voluntary minority utilisation , Plan (Howatown Plan) and/or impose minimum minority 'utilisation goals and tiastablas on cuntractora. Upon award of the Fadoraily involved construction eontraat. the eontrsctor will be bound by the requirements of the EEO Clause and , , applicable Federal EEO Bid Conditions and must be able to demonstrata compliance with thosu requirumunta, including the designation of a high level coopany official to aaeuata the reoponaLbl.lity for the contractor's MO Program, B. Notificati^n of Specific Responsibilities Subsequent to award, but prior to the initiation of construc- tion on a covered Federally Funded or assisted contract, the prime contractor and all known subcontractors will be notified by the Department of Housing and Urban Devsloptteat (HUD). San Francisco A:ea Office, which ! awards or administers the contract, of the'specific reporting and record kaeping requirements under the EEO Clause (Sae 60-1 ) and Sid Conditions. `1 C. Notification of SuLcontractor {' Each pr_ae contractor and subcontractor shall include by i reference the ECC Clause and applLcabla Bid Conditions in all advartiaromatts 1 or other soliciaatlona for bids, and shall incli:de verbatim the EEO j Clause and applicable Bid Conditions in all contracts, Each pr!--e contractor and subcontractor must provide written I notice to each subcontractor of the specific reporting and record keeping E requirements ander the E20 Clause and applicable Bid Conditions. Upon award of a subcontract, each contractor shall i-:nediataly notify the Fair Rousing and --;us! Oppor:unity Div=ease., San Francisco Area OEfica, Department of .)using and 'Urban Development (or the Contracting Agency i who in turn will notify FH b £Q Jivision)of Lite contract number, the subcontractor's nmae, dollar attount at contract, estimated start sad completion data,, and the traits which will per-form work under the subcontract. 000174 -15- s /r._,ytttl{ltt r0a•tit , T\!r0tlr Al fair itltti! la rnaln tfif i•Yrlttlaa'IYY f1iiN7 aYTTI}trr G•rla fYatrr /fi{h1 GNtff lilt/\t/.lif!RIIYIilf t•i/!/aa y/ip{ifi rtlYaflr NNr4t Nf auau ttt/f raif Cu*h fi!vl lY iH•raF rr IM iH u, fitMif Mi'.-. YYN ur ai.ar rt TF t! tifuuf[Y/wia tat tit ti.nulltiw alFliX!• !a1 ru+tu wtit.Tlf YF t t\ it FtFF<f Ft, r l k1 t#FwF1 Yl1;YF {t tY YaY;F Yf Iw Ylit, wFF YAI YYX{If lYa rf tY. Yfff lY fYi nail � ♦rf ihlYt Fa!Iftf1 Yrlf�}{1wl lila l/tilt!Yaf'llFi/fl iw(#i {ni t1{irullf'! Fari+• Fr♦vn tlu. +wiaFt tMf Y#Y!• • a ;w*rit 11Y»r/ tat.Ft/ ♦•F/ar ntl+tat.. If »...tial ff v11 a1 •r+ xii air lnf Rlltf .YF F{♦tItlw/ Yr !wt ifftefl, Fint a1 tayllli!Ii {wt IYYI IF ill F♦r♦. ant lM1Y v*It It Y•i p!t tXltfai aYY«Illi ilio {X• ffIYI lltf pll f( Iaf! UiNttt, . tillrwri !f (}f MNa II !nr Rlrl ff Ul1 + . F»/Hr afflrilti. tr 11/Y 1}I! tat. .. ♦♦ ntFtwallin of tall♦ t<(F, f}ail nit r+ilYrF tai telt/alit+YL \f!fYilt tit!. . .:fi"lI <Mi/ tiilrFli at iritfflaf!! n ♦Mall Inf lYl;;t A{f ti. YF F\t+f tl in rlF+a♦I • IIItilt{ 1tr alltfY f•r lraF1lt IrrrYtiraatawt ffif l}! Iiia <i f{(F{y;,YFYF LIF Y(a♦iter �. ♦ir 1f tX! illi! !XY fYxl{l!!nF wir♦ar. iiiiaf{rT��•• :�1. Ill♦r rl aYi fiYFi Fl+YaniF...FY.+x.+}1 taF{i alli aFFY{ri♦ FiIY It! Tr! (baa .it ilflf i/Flt rrl/t tiff YI tall}relit♦ tra In•.*ilii xY1i1• FAY 11F Y1en[rr •♦a ai♦ii nitro Ylarll, +NY{l/iFwF, tif11•f1. ♦Ifni♦ Fwf•ir 4iritF /f1 (t! it♦f':1..1}J IFFIFti!!Ff littF FFF lar ;fltlitlr If .{YFw F1r YFYFLi Yt Fwr !{a/1{tYN Yt.-T"�"+. tnerrrt/ar tw tY Ftrwlt t•t tYFl it ta<lrni Utln+i YY1r+, Iwt{N 1Yy RAft nil t})r!) YltflrlT tlY if i. 4F•t rF• a•iil nFt tf•. • t/aY{wnlr»Y/ tfi/Ft, f f/I 1lf! rt ran n ♦xai !i♦G.liir. rl{tt rf YaY♦ta.♦ rrn/till nfYlF ar nr tlai if�f 11 M1 CF•Fir♦♦ Yrn Ina {!.fair.!}t 1/1n if iu!Rill [.Fa.Fyr Y•F if.Rt ♦ nf•ylatair NI iftlYf 4i rFi ♦♦Itfn fi twT 1+t1 lfl Y/ lF t/t*(t1 FF t!+rr ...... r1t!lff ii{ tnYFY. ({f T►a it,11,1 ta{ GlatlltlY !Ii Fir rft tr!li!lilw <}r{Itt 114 f/pa• ufiifuli It uFii111�nlrl{M lar if 11tH qY{/fi YT toll nN NF! nl fl ittty Ua{• a 0. `1 iffllu utx ufFa wl riot!/if 1.at ur rf It t.11 1llat i*/ ar utltrfeFli Ir oaf a+Hf!f( Ilai. (YS T\! r!!atlf faY at lftN li iM tMta I rf i•» ii tit tali!ll•waR of ff/raw♦n•v�(�7i+�r wn uY of 1Mtl t{lFt nllf! if Mutatit. It* Fif—h,kii f1}, Yi+rtFitt•. .r. Fr Ilnfr•t an yUw4}t !tilt Iwf#aw{Ittiii as uN1;►f at it tun utrF rf, we ua lu Ntgd irpq rrf Yi wi raN;T rnl ur ultix fu{Y/rttit.l•iluurtt ft lir tapNti n. a r =l t�tlr Y'Yt.41 Rev• J?3 OU0''13 1 Yl te, /t ih#il /01111! 1 ii Tltiie•1• tY tR!CldtrlclM. +wM iir iR4 Yilf i<* 1111 /Yftiitttlei !E N! if ttr 4iilti{Mj fel i1.vd4. Yt1YRrlt Mi.r tN11 irY/flttr ifiY141t ih! ttFi Ff ttlr ' l NYf tRn fl{ iIl181 !!t !illi 16o ffi.rlli# AIr!Yf iw la4e. A• ' 1itftt alY1i4tt1i►li1Rfri4tf3!{tt.eittAssiileY.t•4tAa tri4ff 14µ1N6.!.f1f4(v{ti}ta•r.t4#tIfir 4•■i RIliitrt#ItRlA{f1 VY!Mtt!i!.i r!♦1 !tI.lf lr too I'll Yf:T.. HAi ii! ldrrteI to Ulµ ti♦tal 4 813144e . f.311A10i1t1ht * ' !�_.3Yl Yjr)rjj• (tti6f tN• {I1/.0•!1) on ♦IId3+6 !Fie Un11 N1, CanlalttH ai/t 0i0110 r t tiinti til t u11/IItIt* et st 4tld4 is Uii•i41rb IN rle )r IM. 0{i1aIR MI 0110•.1!ut blit L+nil •t Its + ti ntti ills .f YiHun'4 Ng4dl Ilii! iiart♦wM 11 Nle ii It !/6 U.M ti#Yf 111. ti 133 Y. .utt U*r N 4rliiaiU lq ra it Lrt/tle.iY tNt OtNalf tf til ta%.ffr. C•dtfitler Lt triri!t idt 408!!1.! vita to"# Cit* 1., Mo ORM too Yllilsi'i Ci•/ea4♦t1M4 lir. .!lt�i 6F 1{144.j Lha♦ rRrta!/ C/wl tf i/.t lh.it {.it ret t+ iYt11•' Ai1*tT tit tr4 IRI iYltitf alt iaM1 is rltn 4Yrtttµ, in iiYr4l it! ./iit11.4 Lw thr.ileaiti• l.it•+9• IYit•ai.ila4 Nle ff 44nf r; pt tt....... .f ,n1a s+V..... ..1 Rif I.i8a41 fel Ott {ilrl IN/•It4tl.l# A+t•YM1 li( 1 TU li6t0 AN. tt too t..%f4t iii at iir 11!.11 rf tYlir it .it 00.00. Y14Yi 4{ fie{l / ta it.•4T .t {t* X.,113. la 4Y1*If rY1 i1♦tint i1i.II 11• ♦f YtTYMfd li #6#01•!4 Lilo to, Titin.+ 1a4 RM AV Yi Y 111.11 %111111 !iiif{Y411f11.. rlrlln, fat ♦ 114!..4 rt 7Y ilii IJ 6af4 if tit ini /vY 1lt a4lnal i*T /Ylnl.. slri !M i.iYt{ too t......It. ♦ai tl4li i.•4.lt 1'.. to. 4M44t.,;t 111{.t, �t l,��,ij iHh Flt/i4f tettjwlU tM .pi ltgN3Rr el wa ri lY* flit Nir t .n I+a •t! +ri i•�r•i r3at li hl. iilsii iitY Gia/4lr i !I ►4tt I ♦f tAi Ciiif llR{t of ilea ggtllldl rUN Lt. 1330, •Aa U11irUii Hti. {Lt> ! iT)t.i terlfiltf ilei !0{0011/194) apt lot..# thei til. •410!00 At trallisi toe nrl tR. TRI !frill• ip.t�litei it 1l1*•l//+ 1R•i tNt r•tlriil IiM1lt<t!i ♦RI lift%It rt 4• It.TIlt4 {. t.r iii lr Ci 11, Mii<tsi7r t4 tU.. 1311 i 1l7i, t*R.OesA6 It•Yf{!lq w+l U 0i hl.to, ..all !!!11 to 4141• 11 nil+it a Darµ tri if %iti.lft.4 Niµtn. 1J1 i:tti•t 1atT0!!. 4.»ini#4t C.49 114100.111! ar• Iwti r►4t tt.1 N.r.ln �l�,t t+T[j• 1443 Ivti ri+t tF Laiit t•t• t.: lrlt. tn♦ /irirwi+t ii 414 •t t4i l4i Iii 6fat/ \n !lt.Iti1M1•a h% 4441!1 *1'. i .j rata IS 1111•r !011 ftaa, ini fit a!{ttfY !a1 iT611li1 v.(\, to 4R• 1!..4644, IA rNi<% ti m/a rt It It 14 \1 lrffi/6i a, lir Iiia ifafl• ilielit t.r.li., !f !11011 if Vs.li 1. ..•4114 li Ya.a ria iNia arnr tilt, fwi tsfi f1t.r ofr i. !!•lit{f! a• ini iitl /111 6.1a rY. /RIs viti 044 41. 1. 141. vItk %wr l,tllt4 a4t1i/, 11+11 eft tin it iaa*.iif.I11 h.rf 4n {!1 0041 iiRf♦Y 1! .i rra•1 if ill 141.► 1 •i Ia(n/ .It It 1 4lYr! Y4(ifi lti irYl!! !Hili Li i, aFo lF• l+lit tit! I. t+• NarriJ t.t1 aVS.4Jl if! 1I tN• ir4Yl. .t R+vr* t!A• i{lf.11a4 {At•ltalij 4iY, YR 4n 1l4i Iwll tN at AYil9t it ii Y.1 ifi VlfYii• t+• tatty 404* �nt:i6/a L+ %t!t•tt ifi tl.lr .•1vc1 V, in {ki NiYrlr fill t•ai.4a ♦1 1{»tl4. 4.4 #11 AL1 l.%,*.11$.to.4, iV11 !.t #1 li 1lS to iii tit if 141 all -t S.�«r!llra• fa ti i. vif\, IR4t.41.0 iii atr•t 1. Iut 4lf t1i4.. ih. ftlwti lYRali4Hr.9I{l ,I�' •i ifi♦/a11 n. 11 ♦ii1L4/41i <ii l4tllri lit l.tilwj •{itfw ini.. +11 96!!!11{ !alit At{ ilii*t 3 r'a►i•a tri. ♦1 Sato it 1.041 tit.ail ..410 iti axil in•1 if call!ixi•• 04TWA1.1 44,646*It 't}'.tit aYai 1.4- to tn4 t1f a1llr vRf t+ Iran Y4fY 14 Yl3.4 iittrtill• it It k-tots RiCi i• ''iNR br Lt! CMtti<t*T 114 iii iV6.utNtf♦i N rq ii. a.r ►.Ifi. 1n t it.it, <tst Itis• �.•,.Flt{ii •t tr%• 11 114!1 {!atilt iitc rl ll., .Yl.roll.1111. •i.7n Viii+{ri. t1llltal of ilii. iN•.Iir.l .!.\en i1 fV4A) 3.11 Val<h .i i{.1lY*raj• ,iii t. .ir CltllM, IN. C14(fittot ';01411E U.H ii 14.411 iHltr tU lv111i At•wir vR tY4 aN»11 ire+µLr tt{Itil Al th% lfl glllli .041. i... ..a..tot 404 I.m.4 to. CT.tra.t.t Vtlh to. a1.401. 11.Fs !.iia 4f!*4w, rh{rp "�iMill ft14t trs!t►i iii. ♦I thr tM1lt/al iiii*74.nt .1 tit. ia1110. tilt ctr! 1.4 4.11.6 449 si.11Rrlii. at Iv<n a.11.Ta.nt. .Yait J y14111t tL{FI Ni Vfe ai t+iit ti an! ♦II+n4 it 4fY eM+tiir4ai 4 St6il iit'i V!r a + i�iiiR .tilita. 4/ 140 tll9 !A tN1♦ Y . Ti th4 C*4t nil#. 911 it ♦nT l.r• r.ti 41fac1ll ,+ill wt rt9 µf IY µ11i1 tifr rt vi 144 iry 4114 4Nf RIiw 9i:alt %i if ori{44 .w �1►ft Cl ti tits. t{t0•Il41. t!l 1:vi /r.t9t1Y tnitnt+n0 •ppt.w.:;ra i.r N rl*l%Tei +w Lhta Vtfl 44 ,.500011 rt a.c• +t{n ♦atTr Ci+t Siva. L'37.3, 9w4 Itri.4 4w nYw•4t4crLRtli4LiA. (t.4* Rev. 12.73 -14b- 0002 } (•t t1 tAFN •l+iiiwaa My 'I"is tie/tlw► gets. Y •.•#1r4 i !f s11f Iii •i t•i N tit 1•+Ih 1►{a lr NNtiit• inti ti•fi//ai wi !boos nt+fwft tit lN•t101 lrrar#lf!•ir1 In tit, 1. f\! CiarNiH rt/il, fi aN iws toil til.•H Nor iii Ii i rfrNibttU Rlfatf. IY{Iv 144 i+itnNU! NfpM NI iM1li#1 tMti YRiI Ni rill tit•Ue its 4ptiita, t+iir• Nr+1su •a4 tr Nip rt ii UR alai R•#1!. eslNllia/ .#1!to►Mf /h•ts•1 lilfir Ir j•rt•ti tai riiifriNMli at toll i1Rttlti, !11 iorltili t• alio#1pt•Vith tN Ir\lit Aii.ir,s iI 1k. Ir W.lt ii 4.Ni•a tlf 044 if1• (e)Tet.sir+ tN be feaMll/Nlt riN ort oft Fla!{T'• Irle1 rtlital.foot ♦iitttf/al INA +OwiM NI lu ti/r is Ni{t•►t a.f ... la• in ifs it.Nr mitt a.Yfr►iii t♦ /t/NN rag gull#1i {A HR, 7 rltNY. ..aa At i#1n. t. foal! "1111H 3.1�4£tiA• i•ntrli/•1•Mill •flit tM{+ rl tt •1 !1 lfN#1 /A iii/jN 4+ t7TN ♦+• •+ la+ •{ l• tf Irl Nit: ia/tR all Nrrli/• fl i+ il+af tiN ti iii. 1. tt tie C.alrltlir iii li ti r1a11.t• NII .NIINt I.i illi vifM V�j�-t.• ti•iafif, ii lir tai• 1/111 Nii sit :Ini{iiiN ii+ ii tf•YI/N aiiilh, e•i•ai++r fta.3f is t1♦!Yllta Riirt/ tit iii f1♦ iii+ i•J i•i•l• t•ii#1riri ffi►i11M#1♦ tow aa. • . i •t tat Nrl, ti 1• N•rlit !+ iq rifffra ti Ni e+iru•1. Utlf Nit ti Nunn. .�iri to tA• rd lie •t.wil'. •.I rlA U0Q• rIN •rI sit•+ i• rf N•lN1N Ae Nilr 11 /• ri rr.a iM•t CNtia NI rill Iat n Ili rt.afai iN iii• lu IF•Irllis iiiatr tai feN t••ifi •r t1•.Itifi fn!s• 1. f«. IN rI/ rt tR. /•rti.i' f•itN•!11 •Niirit to p lNfif rot rr•r+l•i• tNl Naii iii {r♦+•fie. rot ••��� .•!•lilt iai�/ Ii Oil IR wits 0044 urs, aii It iii iNa N a.t Iiif, ori ill 4l•rrr i.•. In iiitllii ii iii 1t Atr iM•ati i. i•a.rt las aY• f(ia • i !1 n•( u• +( ii h•tai• Ori La•It••lit •RNI Oat• si•r ltNi, ti t•• lYi l{. •N Nr IY11a + /lois NIMYl1Ni t1 flat rit.t•i is i it oil. IYloie+ 1Ua•1 ••a ++ •i •u/N d alN alt♦ irHa•w•ull +: •YUI ti IN 0 1#14#1 Oar r fi0o►las it+. .rr 11a+a•SI aai ++ ♦!•aii i r•l oar ;a N +art t• 4•1•il ...Nr If/a{ i( lei 4�•N1 ri ai«•ia 1•! i+r` •.It•t tar it if t+} A•trrN•f ........ ti G.....R{ t•ie 004, •ill. f+• cra tort•! ♦a al taut H upma tIWO. i Uu1u iii Nii+ t« eNiiit Ns t/ pa aN. •V• wsi i•Uj rat aar•.i Ir lM iH iYH if iR. fritts iluar 1f{N Ni1t of i 'i1Wta t• {rtrrtN t1r rlNrat at tile.•INa♦t aultit al{ter tliltl4{ii• ' tl D�fp4UM�/i{ TR♦ j3.N, 4r•rt•t• •N iFaiitastl•u, !t NT milt tt Nil r! ..a Cilo rtri li r'+ Nit!Nt:u 71+ Uu ••ti ill F•+ik/ .Nirt•Il *N / • ......... + url•i f • IN ii4H t• w•iN ra t, +i +Rol •a7la., uI.Aiiti#1 U iR! t1 N••♦ +,.rlrn as N/ Nfilaa•• t+ IR. .1•Ittiaati••t, .t rlN 111 t. i1 ti ii arluHa a tL .+ilii/af, Nati•ui Pi Nr tf1P In ran, it ua trot 110.1. tai Neitel tM off a a1/ tlittn•r: a•t ash ryiN•N ejlr/t1 ,*lot tNN •Nlt be t/Ntlr aa+t•inu it!Nii: .INR} r ae+Rl rj.ai tt It ti {•t. I. tr7 sir 1t• .ltf.l •N {lis N# fMlit lll.R1 of iR••i Irialit• R#1 Ni/l llil�r H . 1 it+.t•t/1. fit a/Y a•It .alt• ti IN iii ai+t .Rill j1+ lt• L0.t1N to :i NitiN i+triatui•ratii•ti ku1. iiit a+ii t• r•u i•t ai a•Rt..riitY ta• prNat tF tti N Ni t!) i+ it be.. I. tlf•I 4 ii 1iN ails!Nf •NIR to iN irNt•t a\fli iM10ti ii Ni iN lla t.•rir i rat{tN4 •iRliala li• Nr IiriMt, 1.0 ..tri YI • uiNa•lt NWtO( e31 r.t.tis!• at.a 11 to t.il•• I.rinj IR• nai•al•1•sato, fu ItNr .Yt•aNt tM IIsi• w4 IR. rr .....all VAYI•.p•. al+l ii i ati•l, lM•tuttic 1{a•ti aki{t 111Y! N olRu a+lrr+. rii ttu t♦ t.f + • Htr•t 4-141—t l•1. 1... RUN tot /atfo•-f tNFNiI. of Hras t•.asCu. oN. S34a 7,Rart ui ..it) i.lata•. rot+ a•4 0i/•tlat. here i..A t ow-4, till..+..#1 0#1+ 1-# r 1! 111 TR• rreil< t1 N tr•+ ti• iota! air Ylt\h•i4 aa1 i17Nit, 1f .•.r...+•Ybra U Ui+n c+ lois/Tr ill it iR+Nta+li ilia• ta(jaYRNt. ti 1144 !H•a Y •!•rtat if t • sal+ 1 1t NHtiarT to I ♦a 1-#* {#1 lal jV►iii i�iiq i l i s1Riu••r it) =II.!r. 1••.tY.uaf\ •rl tN•a{.i. •+.8.1.11.1+i tali, Ctti•i it (a•N ull• aYtiNu to taa[t•t ".boo I. ilii.!, (31 lafla• No lNNrt1 sir .riaiRt+Nut• rt tot Nt•t tai!r t•►i.• (ii baU•+ilY Nu!{ 4\Ya aN •ar/ ata N NNi•IN ffr tai ei folio . .Rt a{ tt (t) u•u• ti"rlNr afar•uf . •tY) tR• N-Iti .1.447 18.41ria ta•trai►i• ft ttla•a. 1. 41 N•N. tai riN tt t. ii• rTNRa••+, I 1•t U11.1 of 3iY•r raH. Qe Nttlit N iafitfl It Lt. Al 1i t .•iN vRRiau.•.. ..•.a. •. toil 1. for C.ac ratt►i M NHa 7 ih� - t01Ntl.• —t 1r/itis, ti) 37 •aNMar Inl it oar aR• r.ttrt aI ..... •t HNtii.at tee 1►tiif 3R Ni 1 At .1 'i LRFA'� 000, 11 . tr..T { P, y{ • h� omaatb. uurtafn a�aunorr tpoiruH :.` S0113t11; r, lCtiatrrttlall tiNMpti `l�)v. (C.rtfi Ci.tt Cli.ly trutift Vital ;�N 1.�attlKtt, tb••ratlosel it; itiaryrNltd list**ty fafortaN. _ ✓� flltaff Nrett.+ tfi►ua A0Nir1 • ,r itntrus01l fit) tlh01tw 0010/ MA la NI •soft t t Siti the rrr►I 3' tamtottoo rtlua tlsr/N♦it tai or S61 isaisatar•or '.awN•1_ Ut IV tttiot :4 _j^may tYi rttYli itlrerrNprttla rt.r tt►r rarttty ut.. !' • IM itirttatiJ a.at01+ s Dat tsts.lsf ttr• toil h►tt♦404.40's tyi.., tl•3 NaNt1 rrtpl I stirtnu tttu i!•ir•etn nt* {laic Ir tits/ilii• r 1 ! • .t tr..t li{t• i\ Alit Vii Ill.if ` •tttriti lit ►iriititttlt3 iii kf ill If l•♦wii•fat•.{ �� jt fLit�ta t daarrsraarttr. _. nttesiti+•t a sus t 01..0001.,1 • N.f N.r•r. iHHt.t•Ub Wl NtlU tri rti N!♦( t•{ \wrlNN•rift lttlt CIia• Its►i t.!lit.tia WtYrw't t•ir•i.lt i.! lw. •t1y.t• • iii m-it, 1. tt! ••l..it titi t!Ct.iN••P!' fit to Nr/• 4 A...:4dy...f /n!.at l.r: ltd 1!! 1tt!i Jrl51"lJ ft! ►Yr.....................................................................»............ t 0101•i/ ctitt.I.l. 1 err�er�p� n. cirtr�qrlfiiit cilia•r ) ••. i�rT•�r Itit.tiotYL,. tti littN it) .{Nl•t tri.. !it C•.tr.ttof. tit.. t.i! 1. l.atrtat•t •.t Yr•ii.$0 Nrttiit t.fttttl..y0f.lsillr •tt..r.t Mta01 i•iot0r •.t .<\i•ri•taii twit .0/t i:`• taN•itt it lit slit Ui ttrwotti! if firiNr•i t► M.r! star• U.{Lt•t it. i " ailtil }A'.. t1tAN .. 0\.rr P.411. 1 ►041 t►rWt[t+'+!♦•.+•C1Artl••4....twCi•i•.1..f+....... ...,..... .•._.•, 'Ktlll f::'' (}OtyO i Ot tf t•k Ray. 12l�3 -14- DIVISION C, PROPOSAL AM FORM continued LIST OF SUSUMTRACTORS; As required by Division b, VactLon 4, Paragrapph (e)) (Substitution of listed subcontractors: $ea plvfsion C , Sect fon b, PsrairydhF.). Portion of work Mage Place of Bidders -1D ll91M DjM113n C. PROrrjeAl�tolyl P rml nntlnupyl (P) The undersigned hereby eertifieo that this bid,ti genuine and not sham or collusive, at made in the intorast or in behalf of Any person not heroin named, and that the undorsignod has not directly induced or solicited any other bidder to put in it sham bid, or any other parson, firm, or corporation to refrain from bidding and chat the undersigned hoe net in any marmot, seubhr by co1lueian to eerure tos hire .. eaiX on advantage over any other bidder, (C) Attached is a list of the names and locations of the plata of business of the subcontractors, i (N) Attached is bid security as required in the Notice to Contractors. 0 Cash t7 bidder* bond = Cashier% Chock =Cortiftod Check (1) The fallowing addandA are, hereby aoknowledged so boing tn- eluded in the bid; Addendum/ detail Addendum p_ dated ' Addendum b dated Firm by Title Address phone Licensed In accordance with an Act pcoviding for the robiatre- tion of Contractors. Classification and License Nn. Dacod this day of 19_. aov, S:ln -- (iii cidirl ALTERNME No. /I •_ tit nt.• ch.. nalu,"n 1 1— Aedoci rd 1,.- i h,• lira,. III. l or I'Iw de lei tun of Ulle flag, pule including eollerelr b:IHe ;o; specified io Sec, —o IOA-3. Deduct. lite nu+n of Doi L•,rs ($ ) ALTERNATE N0. 5 Stnto the amount to be deducted from Lite B:,ae Md for the deletion of the specified skylight null cite addition of required roof covering in the wren occupied by the skylight nn del-oiled. Deduct the Hum of Dullnra ($ ) ALTERME N4. G - Stnte the amount tot be doducted from Lite liana Rid for tits deletion of the specified trophy capes and bullatin boards na specified In Section 1OA-4. Deduct,the sum of Ilnllnrn ($ ) _ ALTERNATE No. 7 State the amount to be deducted from the Ease Bid for the deletion of all pnrking lot impruvementn ns.,shwn, noted and specified. Deduct the sum of DolinrR ($ ) (B) UNIT pkiguS: Under carcnin condlltons, It may prove necessary to add to or deduct from tido vnrinus portions of thn work under this contract. In this case, when work and/or materials referred to herein are furoLshed and Installed to a Rrester or l4Beur utctcnt than is contompinted by the Plans and Specifications, such work and/or materials shall be furnished or omitted Ln accordance with Lite following unit prices. Only one price shall be bid on each item and this price shall npply both to additions and/or deductions. This unit pricu shall also Include contr+ict.or's overhead, profit and all incidental casts and other charges for Lilo complete performance or tnstalla- tion of the twit of work. 1. Haal.Liont floor tLLa inclt"Iing tense as apectfted. S per sq.ft. 2. Vinyl wall cowering an spocifiod. $ per sq.yd. 3. Corkboard as specified. S per sq.ft. 4. Concrete color hardener (flour finish) as specLfLed. $ per sq.ft. 5. Ceramic wall the as specified. ; per sq.ft. G. 1.nminatad plastic cunntor fop.; and back spinshas no specified. $ per lip.ft. 7. Concrete flntwork 4" thick as spucified. $ per sq.ft. i 11- 00067 '=' (ltlddcr) 0 150 bid is based upon COMP leCion of the work withi that this date of commencement. (0) It is undsrs`ood� and after the delays that if. the unnvotdnble he stipulated calendar day allownncea made for contract within t calendar V due late Lila work of the of $LOD ,PlT c It is understood. Lail to comp �r In ehc amount for completion, as pantraetnr should be liable tv the Meted beyond the tinW d and oxPTBsely then. he shall r°maf.nn nneom{ LL beiM °Kro tine of timefor each day said work not ns n penalty. fix tile- actual s�so day i uidaCeO damages nd n dlfl'iault co and for 1 4 would bell Lmprncticnt and stiPulsted that it osed work and is familiar of the PTOp and the local candieions damage. the location documents �' dorslBaed has examined and ulh°r c wttraut . (p) The un g ecifieatiols to be done. with the Plans, P work figures and onderetands i the place whore the ell of Che nbovs iseion on' ' has chocked cnre4ully be repo for any error* OT om OE Supervisors will not bid. (B) The undoreiBnad !n makln6 uP this that the Board the pmTt OE the undersigned 'A f Y �1 � j)x A �3 M . � 1h +k k+ � F 1 (I:Idder) i DIVISION C. PROPWAL (itid Form) BIDS WILL BE RP.C,E1VIiU IIN'I'11,__- : T� day o£ _a/n (' t] 77 } at tT'00'Wmb. H Room—i93, AdmiolntrntLon Building, Mertiner., California,94553, T-OD P-V46►u COM FCAP ACP n..VP> bra pldowfL (A) 'rO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned horehy proposes and agrees to furnish any and'all required labor, mnterial, transportation and services for the construction of a recreation center building in arrict conformity with the Plans, 90ecifieations and other contract documents on file At the Office of the Clerk of the Board of Supervisors, First Floor, Administrntion Building, Martinez, California 94663, for the following sums; namely: (Blddars must bid oil the Base Did, on all Alternates fto the Bove Bid and all Unit Prices) 1 BASE BID i $hall Include all of the work for the construction and completion of all facilities therein, but not including any of the work in the following<Altornates: For the sum of Dollars (S Rl ) ALTERNATESt () ALTERNATE NO. 'l t ' State the amount to ba deducted from the Base Bid for in'116u of vinyl Nall covering, furnish and Install tape, cement joints, etc., and point finish per Specification Section 9A. Deduct the sum of f Dollars ($ ) 1 ALTERNATE NO. 2: State the amount to be deducted from the Base Bid for in.11su of one- score and five-score concrete masonry (8" x 8" x 16") and 12" x 8" x 16" exterior walls, furnish and install stnndnrd P" x 8" x 16" gray concrete block.units and 12" x 8" x 16" standard block.units at entrance. Deduct the sum of a,. Dollars ($ ) ALTERNATE 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 T ' _10- 00( 6j in 00(i6j [►row MOM 01 ahe11 be d Tho contract (4as d a Le ltcate countetOng sotur, signed byw ho l fLvaslSl dadyaeoftr receipt. not 00 ng returned and lagaS holLdaye, Coteehr etch ch contract days, Sundays, the Can' until suer has been aaeeuCed b� gouda ane Grci and les of Lnwrence, No aontract shall be binding upon the County tractor and the County' work in advent o of Should ch Contractor been ,Lek and as notile that the cone rate has been atO roved n above vork Dattormed by him so a b• •c , ovn reteid.d. roved provided. •nY A concrete to so approved, , a volunteer unless tel eontract and ttla accept' Failure co aEa°uta a and laded heridayer able bond► and ce[tif"ates day as sSundays. ► n ov idad herein Calc• 10 days not truthbidder ha► ,to aLvOt ch■d the cO d►ands the a Wf*L.o' attat the ►NC Ch• annuLma uccassJ,L btddar [eftrac of shall b• !teat caws for 1t t�ounc may ...rd the Con CO un of the blddac a sacuraY the Y tt ►ascus. the toncract, spa second lw�sccountyn• falls Lowaac naDunatcl• bidder. o biddac- Cn the seconJ (ail• w •a•cuc•a�hiaioponoib 8 ib btdd■r ratises ter co die third Sw•chird luueat to% t e $am MY award cna contra,[ cha ►►tend or co at►Wte th •allu[• or ratwal of c is ao awarded Count i�Ot the whom any ,ch contr►tba lZwla• forf•Ltad to th bidder to oacuticlIs ah 11 b• conatn.cr by da auch bid be than be taadvactis►d at say SN work ry Steca Is,as provldad " s z geY•"sI ' t ,AND Y 1 r 4 DUO$3 vrrinte 7. CLIC OP[NiMn Op !a(�PQ�,AIB Proposals will be publicly opened and toad ie Cha tier and place indicated in the Noties Co Contractors. I ddatD er cMir suthoritsd agents are invited to be present. SECTION.6• IRRECULAtk PROPOSALS: Proposals wary be rejected it they show any altar• •tion of form, $do it tons not called for, conditional bidsin- complete bids, +neoni s, or irregularities of any kind. f bid amount is changed after the amount is originally Lneorted, the change should be initialed. The County also nerves the right to accept any Of, all altsrnata, and unit prices called for on the DLd rots end their order of listing on such form shall In no way indicate the order to which the bids may be aeeepced. COMPETITIVE DLDDIW,: _ if more than one proposal be offered by any individual, firm. pattnerOhl% curpocatton associatlnn, or any combination thereof, under the sane or dif{erent names. all such proposals may be re acted, A ,grey who has quoted prices on matortale or work to a (ladder i• not thereby disqualtfled from quoting prices to ocher bidders, or from submitttng a bid directly for the materials ur work. All bidders are put on notice rh.r ... cclluaivs ig[te• 5nt f'w't Liu pr14e+ to b+ old $0 at to Control•Of affect the awarding•of this contract is in violation of the competitive bidding rsyyutrements of the State lav and may render void any contract lot under such circumstances. , SECTIUM to. AWARD of CURfRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, 4Lit be to tris lowest responsible bidder whose proposal complies vLCh all the requlrewnto prescribed. C1uch award, If made, will be mads within :J days after the opentad of the prOPOeala. s SECTIUN 11. SPECIAI. 4EQUTAfM114S: The bldder's attentLon is invited to the following spec- Lal provisions of the contract, all of which are detailed in the General Conditions tDivision F) or other documents included to these specifications. (a) Bonds ((b) Insurance tc) LLquidaced Damages (d) Guacancee (e) Inspection and Testing of ttateriais �f) PncLllCtes to be provided at Site D) Assignment of contract Prohibited Ari. 401703 UCTION,44. BIDDINGDOCMNN (continued) (b) Bids shall not contain any rocapitulatto" of the work to he doll*: alternative propoeats will not be consid- ered, unless called for, No oral, t*teilsaphie or telephonic proposal* or modi]jfii/caationpps��will ���bs eansldered. (c) �1 —S1� ��: Lash prOpoeal dull have listed era n t e none An A �r*tt of each subcon- tractor to wham the bidder proposes to subcontract portions of the work in an amount in excess of 'f of i percent of his total bid, in accordance with Chapter Dtviaion 5, Title t, of the Government *,oda. Saetaction Pp of Division Fact theme specifications for further referenda to subcontractors. (d) r t At' bids shall have enclosed Sub "� Sh=h or ; yyi�ndd s! 3eicrtIe, sow, *xecuted as ssra r*.ty " d corpoc ort authorized to Its" surety bonds in the StAte a. CAlifnrnis, made payable to "contrA L'e%to County' in an amount *quxL to et least 10 percent of the amount of she td, No bid shalt b. conaidered unless one of the terms of bidder's security is enc:os.a therewith. iTSS1ty SUBMISUON U UIIkM4z: Proposals shall be svbmttt*d to the Clark of the Board of , supervisors of Concra Costa County at the place indicated on the bid proposal, It to the tote re*pensibittty of the bidder to Its chat his bid to received to proper time. All proposals shall be submitted under *"Lod cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the btd proposal. Failure todo to e.Ay result in a premature opening of, or a failure to open auch W. Proposals which are not property marked mey be disregarded, S'*ON 6, H11HUMAL t1F 5: Any bid may, be withdrawn at any tlae prior to the time fixed in the public notice iur the opening of bids, provided that a requatc in writing, executed by Cho bidder or his duty authorized mrss*ncst£v*, for the wichdrawAL of such bid is filed with the rk of the board of aupervisora of Contra costa County. an^�a..�'i� S�lt C CO w . M b�Q C e .6{T tl. e withdrawal rawal of A 1 shat. not prajud:.ra L.* tTTtlhht at a bidder to file a now bid. This article does not Authottze the withdrawal of any bid after the clone fixed in the public notice for the opening of bids. Rev.�/?7 04Q62 191TRUCTION ZQ (enntinuod) Thera to 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 informs- tion available to bidders is not to be construed in an wa AS A waivef of the provLstonre of this article oon taming �he tion- trsctor a responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the eetun'.. epndittona to be SnCOUntered. " (b) RLSPONSLStLITY W MLUU=' Aspart of the rerponetbllity stated in subdivision (a) above, and without limitation tharenn, the Contractor shall be rrsponetbla At his own cost for any and all work, expense or spacial prrcxuttona caused or required by the existence of proxtatty of uttlLtiar encountered in performing the work, In- eluding without limitation thereon, repairof any or all damage and all hand or exploratory excavation r.qutrod. The bidder is cuationed that such utilictre ay include communication cables or electrical oabl.s which may be high voltaKe, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof the special Prrcauttons to be observed at his V^ tosc shall a�ru LRclude the folivwLng: All such cables and their enclosure ducts shall be exposed by careful hand excava- ttan so am not to damage the duct■ or cables nor cause injury to persons, and suitable warning eigna, barr�eadsa, and sarety devices shall be erected as necessary or required, in connection with the foregoing, the bidder's attention is invited Co.Section 12 of Division f■of tnesa specifications. (c) DISCRCPANCICS 2L ZRJORS,,. it ominLons, discrepancies, or apparent error# are found in the plans and speciftcactans prLvr to the date of bid ppentag, the bidder shall submit a written re uest for a clart- flcatiun which will be given in the form or addenda to all bid* ders if time permits, Otherwise, in flgurinht the work, the bid- ders shall consider that any dlxcrepancLsa or conflict baClasn drawings and spsciftcattons shaLL be governed by Section IS of Davis. - F 31 than specifications. , JgC?ION 4, BIDDING UM%72 (a) gids shall be made upon the spacial Proposal (gid tors) (See Section C of this Specification;, with all iters empletaly fillad out; numbers shall be stated both in writing and in ft urns, the signatures of all persons signed shall be in longhand, The cow plated form should be without tnterlineattons, alterations or erasur#a, no akerMLive proposals, Additional copies of the Proposal (gid Toes} may be obtained from chose supplying then spaciftcattwns. Roy.Alpn -6- ON61 DIVISION 6. Ij})('($(�, ION jg SjQp�$S, , This bidder shall carefully examins the inStrudttdn/ con- taLned herein and satisfy himself as to the conditions with which. his must comply prior to bLd in submitting his proposal, and to the condic tons affecting this award of contract. SECTION I. COMPE ENCA QL 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 , tar whtch they are bidding and shall, upon request of the County, submit to the County a wrLtten list of completed projects, with the name of the owner or contract officer Lndicacod. SECTION 7. 6ECIMIISs pganNT8: (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 j. (b) The deposit, if called for in the "Notice to Contractor't ppage ), Ls a guarantee that the Drawings and Specifi- tatione w111 be returned In good condition. (c) The fee, it called for Ln the "Notice to Contracter'ie page ), Isa�no -refundAble payment to defray a portion of the print- ing and tvndMRS rusts. SECTION ), EXAMINATION 91 p,{A ,, SPECIFICATIONS, &M LM QL MM Mt (a) CONTRACTOR'S RESPONS28ILITf: The bidders shall examine carefully the site of the work, and the plane and specifications therefor. He shell investLgete mad uclsfy himself ss to conditions to be encountered, the chauecor, quality. and gwntity of surface, and subsurface mucerials or obistaeles to be encountered, the work to be performed, and materials to be turn- lobed, and as to the requirements of the prnposnl, plans, and speeLfL- cations of the contract. , Where investigations of subsurface conditions have been made by the County Ln respect to foundation or ocher structural design, end that Information Is shown Ln the plans, sAid tnformatton reereeenca only the statement by cha County ss to the cherector of materia. which Musa been actually encountered by tr. tn its Snveetigacion, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the eurposo of design, and the County assumes no reaponslbl,Uty whatever M re pact to the suffictency or accuracy of borings, or of the Lo¢ of cost borings, or ocher prsllminary invest Sattons, or of the Lntarpro- Cation therefor. 3. Nov, Sl7o 00060 DIVISION A. NOTICE TO CONTRACTOR (continued) The succesnful bidder will be required to furnish a labor ` and Material Bond in an amojnt equal to fifty percent (5(7.) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100'/.) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified thnt pursuant to the Statutes of the State of California, or local law applicable thereto, the said Banrd tins ascertained the general preval.ling rate of per diem wages . and rates for legal holidayn and overtime worn 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 wagen is on file with the Clerk of the Board of Supervisors, r . In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E:). The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive nny irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof, i BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA .' COUNTY r, X J. R. ULSSON i County, Clerk and Ex-Officio ` F 4 Clerk of the Board of Super- visors, Contra Costa County, California g By eputy t DATED: PUBLICATION DATES, i'f. t' Rev. S/Tb ;- DIVISION A. NOTICE TO CONTRACT R 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: MWIARABAY RECREATION CENTER, BAYVIEW PARR, PINOLE, CAL37MNIA The estimated construction contract cost (Base Bid) is S 192,000• (be 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, �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. Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez, upon payment l;'•.,' 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 refundable. ChecT9 s a e made payable to the "County of Contra Costs",and sTial1—Fe—mailed to the Public Works Department, 6th Floor, Administration.Building, Mortinez. i California 94553. rw lechnical qu�;t.ions regarding the contract documents should be directed to the Building Projects uivisiun. lhetr telephone number is (415) 372-2146. Cath nid :hall be nude on a bid form tw be obtained at the Building Projects Office, 823 Pain street, Martinez. and must be-accompanied by a certified cashier's Check or checks, or bid bund in the amount of the ten percent (10t) 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-uwntIoned security shall be given as d tludrantee that the ,Bidder will enter into a Cuntrdct 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 contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals .hdll be sedlad and shall be submitted to the Public Works Director, bth Floor, Count.v Administration Buildimi. 651 Pine Street, Martinez, California 94:53. on or before 27th of October 1,227 at 2100 p.m. Bids will be opened in public at the time due in the conference room on the 6th floor of the Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any bid proposals received after the time specified in this Notice will be returned unopened. 00658 . hivi!+ion G FEDFRA1,NAGE RATH DF J%RM I NATI ON Division 11 SUPPIEMENpARY GENERAL CUOITIONS TECHNICAL SPECIFICKrIONS SecCion ]A Project General Requirements IS Alternaloa IC Abbrevlol[ona & Symirola 2A Clearing and Earthwork 2B Paving & Parking Lot improvements Alternate No. 7 3A Concrute Form Work 38 Reinforcing Stuol 3C Cast-In-Ploeu Concrete 4A Masonry Alternate No. 2 5A Stru4•1,ural Stool & Mioruilanuuus McValn 6A Rough Carpuntry 60 Fin[ult Carpentry - GC Glu-Ryminatud Work 78 Shoot Metnl Work 7C Building insulation 7D Liquid Watorproofing 16 Calking & Sealants �. 7K Tile Roofing (Roof Shingles) Alternate No. 3 8A Wood Doors 80 Matin hour & Metal Promus ,y SC CIMNN & Closing ,. 811 Finish Hardware 9A Painting & Finishing Alternate No. 1 98 Rusilient Floor Tile 9C Gypaum Drywall Syutom & Finishing 9D Ceramic Tile Work 98 Vicryl-Coated Fabric Alternate No. 1 LOA Miscellancaan Specigltios Rolling Paas Window Plaque Erturlor Main Entrance Security Onto Trophy Cases Alternate Nu.:6 Skylight Aiturnaie No, 5 Bulletin Boards Aleermate No. 6 Toilet Accuasurion Building Identification Sign Fire Extinguishors & Cabinets Food Service Equipment Motal Toilet Partitions Dishwasher Corkboard Garbage Disposer Flagpole Alternate No, A Ventilutur & flood 15A Hosting & Ventilating 1511 Plumbing 16A Electrical UUt�57 . Table of Contents 2 TABLE OF CONPEAlS GENERAL INFORNATIC" Divislon A HOME TO COPt1'RACfORS j Divi:+Ion B LNSTRUCTIONS TO BIDDERS Section 1 Competence of Bidders Section 2 Securing Documents : Suction 3 Examination of Pians, Specifications and Site of Work �,_.+. Suction 4 Bidding Docuawnts Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section B Irregular Proposals Suction 9 Competitive Bidding Section 10 Award of t;ontract t Section 11 Special Ruquiroments •, Section 12 Execution of Contract + Section 13 Failure to Execute Contract Division C PROPOSAL (BID FORM) Division D ARTICLE UP AGREEMENT ! Division E EQUAL. ENPLOMNT OPPORTUNITY IliyiNiun F GENERAL CONDITIONS r Suction l Definitions Section 2 Governing Laws and Rogulations Section 3 Patents find Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section S Bond find Insurance Section 6 Subcontracting Section I Time for Work and Damages ;tfbii Section N Progress Schedule r` Suction 9 Temporary Utilities and Facilities Stier,ton 10 Permits + I` W r 5rrtlu's 12 Nt:cponsibility 1'411' ::fir Cnutii<1'lnnti tint i•af l l luspect fill! 9rri i,•n 'h N'.joct.lolt of Metol'0,; :ir•rt tun tai•'rpre if rant i'yifilt'elinatl it - 9rt i i•,n I's 1:1.41 it i..ti lona nini Addis iun.tl inattuct'Luns Sol.1i,nt It PI'tduci old ltufuroncu gLalulardt; Suet ion lit Materials, Articles, and L+quipmunt• ScctLull It) Shop Drawings, Deticript:lve Dato, Satsptas, Alternativbs Section 24 Samplus and 'Pests a.. Suction 21 Change Orders Section 22 Labor Soctfun 23 Occupancy by the County Prior to Acceptance ;lection 24 Preservation and Claritin}; 14,•4,1 sun '2'i Paymrnt ut I1odural III- Slats, T;o.t•.a • +;-� Section 26 Acceptaneu Suctlon 27 Final Payment and Waivor to Ciaims Sr•r.tiun E8 Gua rantvcs 4 Table of Contents 1 y�x ! 11"CIFMATIONs FoR 1119 CONSTRUCTION OF A R E C R E A T I 0 N C E N T E R B U I L D I N G M O N T A R A D A Y ------------- --------------- Prepnred by BARMCHANO AND ASSOCIATES, INC. 10924 Ran Pablo Avanue R1 Cerrito, CAW. 1977 g� E 41d t Prepared for Public Worlca Dcpartment Centra Costa County Sixth Floor Administration Building Martine%, California 0005'j Miuofllmed with board order SPECIFICATIONS To COMMUCTIOM OP A .11 2 C R L A T I 0 2 C 2 M T 2 R S U I L D T M C WORTAIL S A X prepared by 9AtGCYMo AMD ASSOCIATSS, 1MC. ARQITPSMS • 1024 San Pablo A+aena 21 Cerrito, California 1977 J 7 t;a S71197 J,IL OLUGN prepared tot attic COST Qvaj public Works Department _,A CO... Contra Costa County Sixth Floor Administration $.�.-4—t-h-/7 Building Martines, California ..res -� n W` •< 11. Affirmative Action. CertificaLion. A. Ilidderc' 1aer1.it'irntton. A bidder will not be eligible for award of a contrac% ander Wtlu Invitation for Ilida unless ouch bidder has submitted as a part of it: bid the following certification, which will be deemed s part of the resulting contracts DIDDERS Ci UTI I'ICA'1'ION ccrtifius Chats Diddur) 1, It intends to umploy the folluwing, 1.iuLed eon,.trucO on Lrndutt in its work under the contract i and 2. (a) as to those trades cot forth in the preceding, paragraph one hereof for which It is eligible under Part 1 01' Lhuuu Did Conditions for participation in the Contra Costa Plan, It will comply with Lho Contra itoutu Plan on Lhiu and all Futuro construction work In Contra Co-.4a CounLy within Chu scope of covurago ul• that Plan, those tradeu Wings i and or (b) as to those trades for which it is required by these Did Conditions to comply with Part II of these Diu Conditions, it adopts the minimdm minority munpowar utilization goals and the specifics affirmative action steps contained in said Part II, on thio and all future construction work in Contra Costa County 3ub,ject to those Did Conditions, those tradoa being: and 3. it will obtain from each of iLu uuUconLrncturu and aubmiL to thu con— tracting, or admtnistoring aguncy prior to Lha award of sty uultcontraut under Lhiu contract the subcontrcctor curtificaLlun ruquived by Lhuuu Did CondlLiona. b gnaturo o1 author :.ou reprosontaL vu of bi dor . 003 `� 23G ptyt§t0N C. pnoposAL- BID-10H cauinu•d , LIST Dp 4yBCDNTAACTDDS: ((As required by Division D, section 4, paragraph (c)� f5ubscitution of listed subcontractors; 8u 0 w ton{ , Section 6, psragraph E.). Portion of Work Nage place.of Diddars , •11 00052 U�r� tire- -'�n�+-.ri'3 t� Li.�i.i .r.•. cnn to...1 (P} :hA unndrsitned bdrnky Cnrtlftdd that this bid is .111r,Aumitn•^ l .111r, ,nam nr CotludivA, do nwdd in chs interest r in y.nn if of env ,,•reran ndc ri.retn named, And thne the understettod ride mat dtrw_tly induced nr eoltcited Any other bidder eu put to a �nnm uid, nr any neher porm, ftrm, or eorporxtton to retrain from biddlnA, and that the undersigned has net to Any mariner, naught by collusion to secure fat him- sett on advantage ovdr any other bidder. (G) Attached is a list of the names and locations of the pieta of business of the subcontractors. , (R) Attached in bid iaeurity a required in the Notice to Cantraccocs. O Cash 0 bidders bond a Cashiers Check =Cortified Check ) The o in intCho abtdenaa are hereby acknowledged as being in- elude* 0 dated } Addendum 0,. docad ' Addendum 0 dated Firm by Title Address Mone Li.ensed in Accor,tance vtth An acc providtna forthe retftstra- ttoo of ConcrAotars, C1aeslficatton and License Nn. Dated this day of Aw, 5770 WAR .d M It is understood that this bid in hissed upon co-mi teltoo of r!te work within 150 calendar days from and after Lhe date of cMwencemuu' It is understmKI, with due .illownnctrn made for un:Kvn'tf:Kttle dcluyn, thnt if: the Contractor nhuuld fail to Cotnplut0 tha wnitt of the cuutr„cr •.itthLn the stipui.rted title, then, he shnll be liable to 1110 thnu•r Al the amount 'if ",M) per cnlendtKr day for each day said work remni.na uncompleted beyund the :?me for completion, an and for liquidated damages and not ns n punalty, is ha&w, agreed and exprenuly stipulated that it would be imprneticat and dtffteult• to fix the actual amounL of damage, (1)) The undersigned hits examined the locnrinn of rho proponed work and is I•nmitin r wLth tho Plans, Spec illCIA luan 11141 uthur uuntrnct ducumetrtn nud rhe iocni rnndiU.ons at the place whoru thu work lu to hu duan, (g) The undersigned has chuckod cnrafully all of the. silmn Qgureu and understands that the Board of Supervisors will nut bu tr:pentr+i.biu for any errors or aminalun on the part of the undersigned in making up thin bid. � s7 wKK ti ° v t b i •ia S � 1' { K s 00050. .I t , k (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL-- T� day of to T at tZ'="M. ire-Rvnm-i99, Admtniatration Building, Martinez, Californis•94553. 7:XD P.w.163 Cam FeA•a'a1C re 1L*tst~+ 6r# r-dowf+, (A) TO THE HONORABLE BOARD OF SUPERVISORS Or CONTRA COSTA COUNTY: Gentlemen: The undersigned horsily proposes and agrees to furnish any and'all required labor, material, tronsportntion and services for the construction of e 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, California 94553, for the following sums, namely: (Blddars roust 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 the work in the following Alternates: i For the sum of Dollars ($ ) ALTERtjATESt ,r) t ALTERNATE NO. '1: State the amount to he deducted from the Bass Did for in'liau of vinyl wall covering, furnish and install tape, cement joints, ate., and paint finish per Specification Section 9A. Deduct the sum of Dollars (S ) ALTERNATE NO. 2: State the amount to be deducted from the Bas* Bid for in lieu of one- scare and five-score concrete mnaonry (8" x 8" x 16") and 12" x 8" x 16" exterior walls, furnish and install standard P" x 8" x 16" gray concrete block units and 12" x 8" x 1.6" st+:ndard block,unita tit ontrnnce. Deduct the sum of ALTERNATE NO. 3: Stats the amount to he deducted from the Base Bid for im lieu of concrete tile roof, furnish and install asphalt composition shingles as specified in Section 7K-2. Deduct the sum of Dollars 0 } -1Q- Micsot"tnau wan i}radrii ortiac 00049 ' .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 (1002) of the Contract price, said bonds to be �..: secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the 'Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any. bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - By R. OLSSON County, Clerk and Ex-Officio Clerk of the Board of Super-: visors, Contra Costa County, California By �I. �� • � ' —Deputy DATED: SEP 2 7 1971 PUBLICATION DATES: r, Ar 00048 Rev. 5/76 -4- i 1 DI�!SION A. NOTICE TO CONTPACTOR (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: MONPARABAY RECREATION CENTER, BAYVIEW PARK, PINOLB, CALIFORNIA The estimated construction contract cost (Base Bid) is $192,000• 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 theBoard 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 t. Projects Office, 823 Main Street, Martinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez, upon payment v• ' of a printing and service charge in the amount of $ 13.85 Thtrteon Dollars and ; 85/100 (sales tax included) which amount s6aTTT—not be re un a e. thec s snall be made payable to the "County of Contra Costa ani s a e mailed to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. i Technical c.estions regarding the contract documents should be directed to the Building Projects uivision. Thuir telephone number is (415) 372-2146. Each bid shu!l be node on d bid form to'bn obtained at the Building Projects Office, 823 !lain Street, Martinez, and must he-accompanied by a certified cashier's check or checks, ur bid bond in the amount of the tan percent (10't) of the base bid amount, node pi)-able to the order of "The County of Contra Costa" and shall be sealed dnd riled with the Public Works Uir•ector. The above-rwntinned security shall be given as a gudrdntee 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 success?ul 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 Cuntra Costa County. Bid proposals shall be sealed and shall be submitted to the Public Works Director, bth Floor, County Administration Buildinn, 651 Pine Street, Martinez, California 94`.5: on or before 27th of October 1277 at 2:00 p.m. Bids will be opened in public at the time due in the conference room on the 6th floor of the Administration Building, Martinez, Contra Costa County, Californ!o, and there read and recorded. Any bid proposals received after the time specified in this Notice will be returned unopened. M!crofl)t/1)4i� board order ',_ r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Approving Plans and ) Specifications for the Hontarabay } Recreation Center at Bayview Park. ) RESOLUTION NO. 77/784 San Pablo Area (5220-927) ) Couazy 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 UlrEREAS 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 recoov*nded 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 TRE SDA.RD 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 OU04� RESOLUTION 100. 77/ 784 CONTRA COSTA COUNTY APPROPRIATION 'ADJUSTMENT T/C 2 7 1.21WINENT It CHIMIZ61161 11IT ACCOUNT CONIC Orinda Fire Protection District )RCAN17A1101 SUN-01JECT !. Two ASSET gfCAEASE> INCREASE IIIJECT If EIIEISE OR H110 ASSET ITEM iR 6AITITT 7080 1013 Temporary Salaries 4,150 7080 1011 Permanent Salaries 4,150 " ROVED 3. EXPLANATION OF REQUEST �UDITORr T OLLER To provide salaries for temporary personnel to fill 3y: _� [Sore vacancies until permanent positions become available. -OUNTY ADMINISTRATOR � 3Y: :CARD OF SUPERVISORS YES: Supe:.uun>�.Fadtm Sd»doc.8�n�tiarrdri•t NO: NCNt J P KennV 'bEP 27 }977 OLSSON, CLERK 4. �•A' ty� _ -- _9��� TIS i L � De Cterc arFaCvaucloR A P00 J`�QD:3 Johnson putt' A6J Ja�IeNu 16. 1:9 SEE JbSTRUCTJC6S C% REVERSE SLOE OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY As 9 4.'?PH'77 Ad�iaiatmtitw Baildi■y '' YeHiaex,Caliiotais t'-t•;t..4 >''�' A. A. Dehaesus, To: Director of Planning Date: August 9, L977 Attention J. F. Beiden Arthur G. Will, From:County Administrator S4*t: 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. 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 OKI . 4`a 0 ' • INS?RDCTIM 1i0'Y'a: Foam An Awn-aLTr FRm conmL S z cz OFFICE A.. Prepare Appropriation Adjustments, Fora K 129, in quadraplicate plus aW 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 fora as follows: 1. Departments Show nesse of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of dense: Sher wrpenditu_re sub-object account to be adjusted, e.g., Ofnee Expense, Coaaunicati on, etc. Also shorn the amount in even dollars that each account is to be increased or (decreased). If this adjuatment affects _axed Asset equipment item list the item showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item twat has already been approved by the Board of Supervisors. F:)r noir Plant Acquisitions, leave the sub- object blank. 3. Rzplanation of Req-iest: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copdes to the County Auditor- Controller's office for processing. . 00043 CONTRA-COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCIIKT CIVIC 1. IEPAITKEIT II NCAIIZATI11 $IIT: Planning 91UNIIAT111 W-WELT !. FIXED ISSET OFCIEASQ IICIEAFE NJECT IF WE$SE 11 FIXED ASSET ITER I TT 31&90?sT 4951 IBM "Freestanding" Composer (used) ocQ6 1 1800 3-&00157 2250 Bent of Equipment 1800 *C c C/1 =i O O x D p LO A 2C o+ lic -a APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CON TRO LER See attached memorandum and previous memo- B, `� ��1c - Os» randum submitted 8/4/77. COUNTY ADMINISTRATOR By: irb ZV/77 BOARD OF SUPEP.VISORS Su��esv:san Kn�!.FaAbe� YES: S&MAkT.DOES=.> Halon NO: J P Kenny SEP J.R. OLSSON,CLERK aY r. of Plannin f TITL9 dAT[ B): Anthony-A. umpounn A1!006GG'8 Jamie L. Johnson Deputy Vied, AIJ JNIYL 10. (r 129 RAr T/TTJ SEE 14STAYCTI0M8 00 IIEV94SE 31DE CONTRA'COSTA' COUNTY DI, APPROPRIATION ADJUSTMENT T/C !T ACCO!/T C!!1/C I-UMMAT !t IAUAIZATIN HIT: Ja lc�InC� 1njP�Cf�oA 0/CA/IZATI!/ 3111-0SUCT L FIXE/ ASSET 4QEC/EASC> INCIEASE WECT If EXPE/SE !!FIXE! ASSET ITEM /0 nTT c340V 1013 Temporary Salaries $150.00 03400 1014 Overtime $150.00 cors Ir �o rn a n ns �; APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To enable department to eliminate backlog of processing . - �, ,--Da» 41/7 newt issued y permits resulting from increased workload. COUNTY ADMINISTRATOR By: �f „MCI 1no�Dat�.Lw_ BOARD OF SUPERVISORS YES: fir'�4'.Fa,LdM Sellea da.Bag/ass,Ho.dmAr NO: Ij(^v Z N, j P Kennv p 27AM / J R. OLSSON,CLERK 4. s: nnc o�Trc i1-t7s---��+� �+ h--- ArttenlArroe A PO� ieL. Johnson D*tKY Clark AD) 00111AL so. (Ii 129 Rw T/TT) 919 INSTRUCTIONS 049 NSVSRSE SLOE ����,QQIM//�.M//yyam� } '. YOM FOM ARE AVAIIABLE FAO! CUTIAL SIMCi OFFICs A. Prepare Appropriation Adjustments, Form N 129, in quadruplicate plus any internal copies desired. It more than use department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the fora as follara: 1. Departments Show name of department or organisation unit requesting this Appropriation Adjustmient. 2. Name Object of Hxpensa: Show expenditure sub-object account to be adjusted, e.g., Office Asperse, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). It this adjustment affects Fixed Leet equipment iter list the iter shoring quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset itam that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Main mby the adjustment is necessary in emugh detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, ?itle and Date. Sign, show title and date. C. Send the original and other requested eopdes to the County Anditw.. Controller's offlee for processing. 00040 • CONTRA'COSTX COUNTY • APPROPRIATION ADJUSTMENT T/C 17 SEP .�- L ACCIIIT C11116 1.IENITKIT N NURIUTIII NIT: 9 ,ll Building Inspection - H 1104k. NCAR12ATIIA SII-UJECT L Eh Pr QECREASQ INCREASE NJECT IF WEISE 11 1`11110 AUET ITEE 0591 2100 office expense $400 0591 fixed assets( 2 desks, double pedestal , d D/ 2 $400 Go ' ry 4x�1 sur a 1. _.. APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ONTR ER er: DOW / 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 b Community Develop- er: -� 1Lel ,—_-_r�r Date -)-7 dent Act of 1974. BOARD OF SUPERVISORS YE 3: SCPCMM-93 Arm F.tde► s--3-.Imo,twat NO: A)ON i: Wa N r: R Kennv J.R, OLSSON,CLERK A. ! TI •ATE /�; �--�•— AIMMRYTIN POO SG�`G amle L Johnson Dep-ty CIL k Ali ) L Be. W1111 now 7/77) III IOITRUCTIONS 00 RRtlpI[ 111111011: ppa I CONTRA COSTA COUNTY APPROPRIATION AZJUSTMENT T/C 2 7 ACCOUNT COOISC 1. 1EtAIT1111 /t 111CANIZATi11 OUT: RIVERVI FI PROTEMON DISTRICT _ OACANI2ATIOt 501-OIJECT 2. FIIEO ASSET �QECIEASFJ IICIEASE IIIJECT 1F EIPENSE 11 FIIE1 ASSET ITE■ 11. NUTITY 7200 6301 RESERVE FOR CONTINGENCY 1S00 7200 4036 RIVERVIEN FIRE LAND iSOO t PPROVE:D 3 EXPLANATION OF REQUEST AUDITOR ROL n BY: Nota �`� TO PROVIDE FOR COST OF SURVEYING THE LAND FOR 10 7 jCOUNT,Y ADMINISTRATOR THE FUTURE SITE OF HEADQUARTERS BY: Data `I 1.2)I'77 BOARD OF SUPERVISORS YES. Su}xrnwn>riaO�.Fal dea samda.DquM 3astdlsae NO: µC.,lt trlxNr. J P Kennv BSEP/27 8,7 J R OLSSON, CLERK FIRE CHIEF Sl• s TITLC OAT[ B 1'�1 1cQ,�'� M At7 MIAT10N DOOM 2005M Jamie L. Johnson 0"Moy Clerk ADJ 11U11At 10. CM 129 Ric 7;'77) SEE INSTRUCTION3 CX IIEYERSE SIOE 0 0 In the Board of Supervisors of Contra Costa County, State of California September 27 ,19 77 In the Manor of Authorizing Appropriation Adjustments. IT IS 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. 1 hereby certify that the farepoirrp h a tare and awred copy of an order entered on the vinutes of said Board of Supervisors on the dots aforesaid. Witness my hand and the Seal of the Board of Supervis— affixed dds27thday of_September , 19 77 J. R. OLSSON. Clerk By Deputy Clerk amieJohnson 0003*1 H-24 3,76 11. POSITION AUJUSTMEtiT REQUEST Go: Department HEALTH Budget Unit 0450 Date 7/18/77 Action Requested: Allocate three(3) Typist Cleric-Project positions to the department Proposed effective date: 8-1-77 explain why adjustment is needed: To provide exempt positions for VIN-PSE p4rtiGip2at4. Estimated cost of adjustment: Amount: 1. Salaries and wages- 17,104.32 t 2. Fixed Assets (tint;teras and cnet) o. Estimated total S 17,104_32 State4131) Signature rund<_ w Department Head• ^, J Initial Oetermihation of County Administrator Date: Fr,lam, 77, 1477 so givil:Seriiice for review and recommendation - owtty Avnstvator Personnel Office and/or Civil Service Commission Date- seotember 21, 1977 Classification and Pay Recommendation C Cas>ity (3) Typist Clerk-Project positions. _ - Study discloses duties and responsibilities to be assigned justify classification as 7yei>t Clerk-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding (3) Typist Cleric-Project positions, Salary Level 194 (666-1109). Assistant /Personnel D1rec r Recommendation of County Administrator Date: September 26, 1977_ Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 28, 1977. County Adminis rat ! Attion of the Board of Supervisors SPP 2 7 977 I:�jusimant APPROVED (� on . I J. R. OLSSON, County Clerk Cera_ SEP 27 1977 By: � Jamie�.Johnson—� i ::L •� tt-ia a:ijusts;rt c�:sLi,:.r:Lel me Agµ:eyn.iation Adjmt,mott and Pe�tsannet Resotutien Amres:doer,.. Ii;QT lop sec``,ion and reverse side of farm rest he completed and supplemented, when appropr'iafe, by an organi=zation chart depicting the sepbjm1ggiffice affected. 4*347j FOS 1 T1 ON ArJ US Tisf IIT REQUEST No: i -?✓ Civil Service Pepartnent Department Public Service Emolovment Budget Unit 581 Date 9/20/77 • I Coon Requested: Add 5 Appraiser Afee-C—MA; 4 Clerk-:.'ETA _ Ag....... r,.p,.r,..o..r Proposed effective date: L\piain why adjustment is needed: CSrA Public Service Employment adiustments necessary i to implement FY 77/78 program plan. -,stinated cost of adjustment: Amount: 1. Salaries and wages: .' ` _ $ 2. Fixed Assets: (tiet itene and coat) yr Estimated to $ Signature (, :{.a/?I'll d Departmen -Head Initial Determination of County Administrator Date: 6-u-n-tv--AW nistrator Personnel Office and/or Civil Service Commission Date: 5"t.mber 20, 1977 Classification and Pay Recommendation Classify (9) positions. Duties and responsibilities to be assigned justify classification. . Can be effective day follavins Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of positions. PersnnnelYerector 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 2 7 t�77 i Adjustr,ent APPROVED (011111M on J. R. OLSSOY, County Clerk SE:' 'L'i i977 By: Jamie L. Johnson mut' Clerk oz tijis cdjustmo:.t w;:s.ti.tat?.S aa: Al:i�up iaatio�: Adfustrre,zt .t,td Pe, onnel nC5.�'.tiii'.011 .JG2.iiCJ*%iit. INOT:-: To. section asd reverse side of form rust be cocpieted and supplemented, when ` eopropr-iaate, by an organization chart depicting the sectior}�grrp ;e affected. CJ (;x317) (Rev. 11/70) Vllej� ! POS1TI0N' ADJUSTMENT REQUEST t;o : Department civil Service Budget Unit 035 Date 9/20/77 Action Requested: Amend P300 #9936 and Resolution 77/602 to correctly title Exempt Medical stair classifications in accordance with Ordiaance 77-38. Proposed effective date: Explain why adjustment is needed: Estimated cost of adjustment: Contra Cazti County Amount: r. � 1. Salaries and wages: -- -,'..f S 2. Fixed Assets: Itiat item and coatl _ C' as ; EstimatedC l( parr"n'sh°tor 3 Signature Department Head +Initial Determination of County Administrator Date: t County rnistrator Personnel Office and/or Civil Service Commission Date: September 20, 1977 Classification and Pair Recommendation Reallocate exempt class and positions of: 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 iDentist, Exempt Medical Staff opc=ecrist, Exempt Medical Staff Podiatrist. Exempt Medical Staff Oral Surgeon and Exempt Medical Staff Chief of Dental Services. These classes are l eligible for overtire payment in accordance with ordinance Code 36-11.012. Assistant Personne irector Recomrendation of County Administrator Date: September 26, 1977rf- M Recommendation of Personnel Office and/or Civil Service i Commission approved effective September 28, 1977. County Administrator- Action of the Board of Supervisors r 5 Z 7 19771977djustment APPROVED �) on ! J. R. OLSSON, County Clerk ! Da'o SEP 27 1817 By e�,1f,;11. P Ir Jamie L. Johnsen " IIA L o this adjubLr.;a:l cen.5Li.tuteA all Apw,op--ietian AdjwsbmDtt and PeJleoane.Z I ',, .. Rti.su£utiott AmG'.d+sk�cL. ti Too section and reverse side of fora fmua.t be completed and supplemented, when appropria e. by an organization chart depicting the sey#�p �r�office affected. ;11347) (Rev. l ij70) r -- OCco. medical Services S ^- _ 540 C-atB 2/17/77 c5t;j: Reclassification of Hospital Attendant (Project) Pas. #817-04 to Licensed i ? vocational Nurse (Project) Proposed effective date:as soon as ( possible ' ad,`,us7:-ant is To provide adequate staffing for the Methadone 1 Detoxification Program "d COSt 0f ddJtl_t.:2'I_: _ `mount: Salaries _nd waSes: L 5 1 r ixej Asseis: (it.:-'- A'S tz: co-it) I $ I Estimated total $ ! = •• Signature George Deanan, ! Medical Director f f c-D a Department Head !ni tial_,DeteWinRicn of Ccunty Administrator Date: March 16, 1977 To ci,<il Slirvice: �. Request recacmendation. o County-Administrator ^E!r'sonr,2l Office ardjor Civil Service Commissionta_: September 21, 1977 I Classification and Pay Recommendation i 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 j 1 Hospital Attendant-Project, Salary Level 217 (714-868). Assisi Per sonn Director "- e;dstion of County Administrator Date: SepteMber 26, 1977 ! tRecommendation of Personnel Office and/or Civil Service i Commission approved, effective September 28, 1977. i 6ourty ministrat r = the Coard o, Suoei,iiso' on SL� 11977 ii P. 01 so . cuSEP �7 I ,. mOR , 977 Jar'-lie GClpu:ry—ycC—e.r�c rI _ - 'r1�JiLilj f•_ _ _ _ Jf FGr-- = :2 :- 110-c..: and supplr?.m:mted, V'hen 1 ' - :a . by __.._3_73R Chart -_� --.r; zr.e Section or office affected. U -_ - 00033 POSITION ADJUSTMENT REQUEST tio: / Department ccco. Medical services Budget Unit sao Date 5/3/77 A.:'ti0n Requested: Establish Licensed vocational Nurse (project) classification Proposed effective date: as soon as possible zplain why adjustment is needed: To provide adeanate staffing for Project programs in .-Hedicdl S£rvices _ -.. _ Estimated'-cost=f_4,djustment: -' Amount: 1. Saries ar wages: al _$ 2. Fixed Assets: (teat.items and cost) Estimated total $ Approv-a!: 0,� � ncyj.7l Signature George Degnan. N.P., edical Director ==" — Department Head Initial Determination of County Administrator Date: July 2 To Civil Service for review and recommendation. ; d Ta�untV Administrator 1 Personnel Office and/or Civil Service Commission F Date: Sepromhor 71 1477 Classification and Pay Recommendation J Allocate the class of Licensed Vocational Nurse-Project on an Exempt basis. Tne above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exec?t Personnel, by adding Licensed Vocational Nurse-Project at 1977-78 Salary Level 259 (612-987) and 1978-79 Salary Level 275 (852-1036). Can be effective day following Board action. This class is not exempt from overtime_ l Assistant Personnel , rector Recommendation of County Administrator 7 Date: FPptPmh,-r 19, 7477 Recommendation of Personnel Office and/or Civil Service commission approved, effective September 28, 1977. County i or Action, o� the Board of Supervisors SEP 27 1977 Ad,,'uszment APPROVED (41WONEW 11 J. R. OLSSON, County Clerk SEP 27 1977 sy:—./-,>> O te: Jamie L. Johnson `hap"ry Cle`k „,P'F:C'V:L .3 `;:aacfju5L1::�2 ec+sti,tutes apt Lt-,ropuattic): .lijwtn.::t and Persorci:ee FcSu£mcttic:: aa;}:�t1J.t. TOTE: Top Section and reverse side of form mast be completed and supplemented, when appropr"late, by an organization chart depicting the section or office affected. ' :OJ (1d347) (Rev. 11/10) 00032 POSITION ADJUSTMENT REQUEST No: -apartment Board of Supervisors Budget Unit 0001 Date 9-13-77 District #5 Action Requested: Create (2) permanent intermittent positions of Secretary to Piember of Board of Supervisors (exempt) Proposed effective date: ASAP "Explain why adjustment is needed: Provide for staffing of Danville office on a continuing basis e u Estimatedt,c6WR adjustment: Amount: 1, t,- 1. Salaries aniwages• $ 1,850 2. Fixed Assets: IVAt.iterA and cast) Estimated total Signature Department Head Superv1sor,/71sE.--T_5- Initial Determination of County Administrator Date: September 3, 77 To Civil Service: Request recommendation. Count ,im r r 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 Board of Supervisars. Gam be effective day following Board action. :lie above action can be accomplished by amending Resolution 71117 bf adding (2) Permanent :nternittent Exempt positions of Secretary to Member of Board of Supervisors. Salary Level 331 (1011-1229). Assistant PersonnelAirector Recommendation of County Administrator / Date: September 26, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 28, 1977. County Administrator Ac.icn of the Board of Supervisors Acjustment APPROVED (1�w on SLP 97 1977 J. R. OLSSON, County Clerk ince: SL I,1 1977 9mie L. Johnsn� OePu'y C'erk Al i'Ri3l'Ai o, tluz adjustanu t ce+t�titutC! mit nppmj ia.:..cei: .ldjw-UrZrct a.:d ?zaaonu:eC RcsoGttio,: Am!r:dr&v:t. jNGTE: Tap section and reverse side of fora must be completed and suppler„ented, when approp- a e, by an organization chart depicting the section or office affected. 3DO (11347) (Rev. 11/10) 09031 R In the Board of Supervisors of Contra Costa County, State of Califomio september 27 _19 77 In file 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 reference incorporated herein, are APPROVED. PASSED by the Board on September 27, 1977. I hereby canny dK*the forpoinp is a true and correct copy of as order entered on the miracles of said Board of Supervisors on the does aforesaid. Wdnass my hand and the seal of the Board of SWPWwiso- of xed this27thday of September , 19 77 J. R. OLSSON, Clark Bye _hit: ��f7/t/Nd rf7._ . Deputy Clerk Jamie L. Johnson 00033 H-'a 3i^.b is. Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instances Where 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 m;crofi?med at a later time). 00025 Prepared by Chief Engineer of the Contra Costa County %ester agency September 20, 1977 CALENDAR OF MATER MEETINGS TTIE ATTENDANCE DATE DAY SPONSOR PLACE REMARKS Recommended Authorizatic Oct 11 Tues. Department 7:00 p.m. Public Hearing-- Staff of Nater Board of Proposed Operational Resources Directors' Rm. Criteria for the State Los Angeles Mater Project--Dec. 1, 1977 to Dec. 31, 1978 Oct 12 Wed. American Assn. 7:30 p.m. Presentation--Delta Port of university Pleasant Hill Mater Quality 2nd women Park and Rec. t^e Peripheral Canal Building Oct 12 Wed. California 9:30 a.m. Public Hearing-- Staff Legislature Hilton Motel Practices and Policies Senate Comm. Fresno of the U.S. Bureau of on Agriculture Reclamation and slater Resources Oct 13 Thurs. Department 7:00 p.m. Public Hearing-- Staff of hater Roos 1194 Proposed Operational Resources 455 Golden Gate Criteria for the State Avenue Mater Project--Dec. 1, San Francisco 1977 to Dec. 31, 1978 Oct 14 Fri. Department 10:00 a.m. Public Hearing-- Staff of Mater Room 102 Proposed Operational Resources 1020 'WI Street Criteria for the State Sacramento Mater Project--Dec. 1, 1977 to Dec. 31, 1978 0 02�183 Item 27 continued: Subdivision MS 83-77 Owner: John W. Rouse 12 Dolores Way Orinda, CA 94563 Location: Subdivision NS 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- inum 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 Pu--poses et al (LD) Item 29. CONTRA COSTA COU\'TY 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 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 consideration of other calendar items. G E N D 4 � Public Works Department Page 15 of 15 `'�(� 1 J��2September 27, 1977 Item 26. CIE"_-COU_vTY THOROi:GHFAIRE 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 unan+ +usly 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 !Haps without the signatures of the public utilities or entities involved. Subdivision MS 59-77 Owner: Calvary Baptist Church 3201 Stanley Boulevard Lafayette, CA 94549 Locations 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 M 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 avenue, in the Oakley area. (continued on next page) A G E N D A Public Works Department Page T4 of 15 00025 September 27, 1977 Itea 23. SHERIFF'S PZHABIDI^:,iION CE:,T'R - APPROVE riGREF^'^C;T - Clayton Area It is reca-mwnded that the Board of Supervisors approve the Consult- ing Services Agreement with Woodward-Clyde Consultants, 2730 Adeline 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/dLn.ing hall construction. These consultants are special- ists in soil testing and seismic design. This Agreement provides for a maximum payment to the Consultant in the amount 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 IA 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-WB9996) (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 Agreement 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 tr , . _...., iter 20 continued: The Contract calls for the Postal Service to deed to the City of 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 Supervisors authorized the Public Works Director to negotiate a contract for the Personal 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% Ol1S-4138) (B&G) ,? G E N D A 00024 Public Works Department Pige 12 of 15 September 27, 1977 !_em 17 continued: Traffic Resolution No. 2378 Pursuant to Section 21101(b) of the California Vehicle Code, the southerly intersection of BROADMOOR DRIVE (#5503) and BELLE %MADE DRIVE (45305J) , 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 AG_REZIENT - 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 PAS apportionments. The bridge construction is planned for the Spring of 1978. (RE: Project No. 3971-4301-661-76) (RD) GENERAL Item 19. RECOM34ENDATIONS ON AWARD OF CONTRACTS The Public Works Director will present recommendations on the award of contracts for which he has received bids. (ADM) 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 00023 September 27, 1977 Item 15. SUBDIVISION 4931 - APPROIJE r!f.P 7C:D AGREEMENT - San Ration Area It is recommended that the Board o: 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, 1573 in Book 159 of Haps at page 1. 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, 2377 and 2378 be approved as follows: Traffic Resolution No. 2376 Pursuant to Section 22101(b) of the California Vehicle Code, the intersection of BROADMOOR DRIVE (45503) 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 B ROADMOR DRIVE (=5503) and 10RTHLAND AVENUE (#5305Q) , 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 00022 September 27, 1977 Item 13. ASSESS 0NT DISTRICT 1969-1 - SEGREGATE ASSESSM-ENTS - Alamo Area The Public Works Department has been notified by the Auditor-Con- troller that the parcels of land com- ;_Ing Assessment Nos. 15-A-7 and 15-A-8 upon which there are unpa- assessments an 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 Gment Page 9 of 15 OUPublic Septembers 27, 1977 0 1 Iwo" Item 10 continued: JUANA COURT (=4057AF), Walnut 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-yea: 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 'mage 8 of i5 September 27, 1977 001120 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 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 ELMUL COURT U 4057D), 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 (i4057D), 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- of -7:00 a.m. to 9:00 a.m•. (Saturdays, Sundays and holidays excepted) on the south side of JUANA COURT (#4057AF), Walnut Creek, beginning 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 Department gage o 7 f 15 September 27, 1977 Iter., 8 continued: Pursuant to Section 22507 of the California Vehicle Gude, parking is- hereby declared to be prohibited at all times on the north side of CREST AVENUE (14147H), Walnut Creek, beginning at a point 51 feet west of the center line of South Main Street and extending westerly a distance of 286 F feet. (TO) Item 9. GLEN 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 U14147D) , 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 (44147E) , 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. 2368 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited between the !! (continued on next page) G F N D A Ol�l�l� D epteWmgsers27,p1'577ent ^page 6 of 15 ILem 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. OAR 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) Item 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 Overbill 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 REGULP-TION - 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 An`� 1.7 Public Works Department - ` Page 5 of 15 0001 ! September 27, 1977 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 e executed Agreement to the Public Works Department for distribution to the cities). (TP) SUPERVISORIAL DISTRICTS II AND V Item 4. MISCELLANEOUS STORM DRAINS - APPROVE PLANS AND ADVERTISE FOR BIDS - Crockett, E1 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 200 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 the project 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 Danville Boulevard and Hemme Avenue near Alamo. The project consists of installing approximately 7300 linear feet of 15-inch to 42-imch diameter storm drain pipe wit!, appurtenant structures. The project is being funded by a grant from the U. S. Department of Coerce, 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 Item S. 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) A G E N D A Public Works Department Doge 4 of 15 09016 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 appoi,.-_- ees and two each from the Cities of Hercules and Pinole. The new Board will have the power to: A. Eater 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 grants. M. 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) . 4 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 stare 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 Works Department Page 3 of 15 September 27, 1977 00015 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) (R') Item 3. WESTERN CONTRA COSTA COUNTY TRANSIT AUTHORITY (WCCCTA) - APPROVE AGREEMENi - West County Area On June 24, 1975, the County entered into a Joint .Exercise 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, fixed route public transportation service be implemented 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) G E N D APublic Works Department -Page 2 of 15 Ut1(�14 September 27, 1977 CONTRA COST? COIP�TY PUBLIC WORKS DEPARTLbLE T Martinez, California _0: 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 - ANNE)(ATION 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 Coimittee 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 Cont-o! Act Ame: dm nts 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 SUPERVISORLAL DISTRICT II Item 1. COUNTY SERVICE AREA if-17 - APPROVE PLANS AND ADVERTISE-FOR BIDS - San Pablo Area zt is recommended that the Board of Supervisors approve the plans :end 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 Deoartment -Page T of 15 September 27, 1977 OWN►13 '1 � Board of Supervisors -2- cTtmbE-r 26, 1977 Building, Health Building,Administration gIJIAjng, including Jkwth Hing, Courts Building and Fi^ance gn'iiM . 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 agDPe with the figures In the proposal Tem ndi nr energy savings and payer period and are therefore doisome further investi- gation and revision to the figures. It would appear that the energy savings alone would not justify a capital outlay of this magnituie, but we are oon- tinuing to review alternatives. 3. We are investigating the merits of changing from mercury vapor to sodium vapor street lights. HanY public agencies are requiring soai,"„vapor for all new Installations and some are converting existing mercury systems to sodbo The sodium lights are beginning to appear at various Locations in Contra Costa County, notably around the bwlnrt Creek BAW statim and along a few streets in Concord and Ib nut Creek. The sodium la7ps are easily distinguished by the "peach" colored light they produce. Sxdium lights require 25 to 50 percent less energy, depending an size and type, and may therefore be an answer to our problems with rapidly increasing g tax rates for lighting. We plan to have an agenda item ready in the near future to request the Hoard of Supervisors to waive the provisions of the ordinance code requiring mercury vapor street lights, so as to allow the best installation of sodium vapor lights in a couple of subdivisions in order =- —� bD measL-e public reaction and acoeptance of the change. 4. We have atcatis several aazz.ngs related to solar energy in an effort to keep abreast of this rapidly advancing technology. At the present time, the cost of solar heating dnd cooling is a new building is very high and conversion of -dating hlUdi.,gs i5 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 millinn dollars and could only be justified because over half of the cost was funded through federal grants. 5. [*Te have met with P.G.SE. officials regarding rate stz:uct.,res and changes which could be effected to rerhne the cost of our energy. .Ae9-fa : 000V Miaofit cd with 000rd order R E C E I ]CO- EK.Aid PUBLIC WORKS DEPARTMENT S`��� CONTRA COSTA COUNTY COWA �, e. ass aejx eon av Date: tember 27, 1977 of Supervisors From: Venn L. Cline, Public Wndcs Director �i� V GG FXTRA BUSIlVESS — REPORT "A' Subject: Report an status of energy aonservaticn measures within County government operations. This report is made in response to the Board of Supervisors' request of September 20, 1977,19�pfor }areport regarding ng cu rent efforts toward conserving anergy in County operations- As noted in the report to the Board, dated July 19, 1977, we have made very good progress, resultutg 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 =^ the ?L_• 19 moo=-, most further savings can be aUaamplished only through the expenditure 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 tezams of cost vs. savings. 1. This year nae requested, and the Board approved, a budget item for $35,000 for economizer equipment for the Ricdnmond Health and Medica]. 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 reduc mg the energy needed to bring thz outside air to proper temperature. This expenditure should mtce a very significant improvement to both the energy conservation and operation of this building. 2. We have had several meetings with Honeywell, Robertshaw and a firm that utilizes IBM equipment regarding the installatian of a oanputerized control system which would monitor the air handling functions and energy usage in all the County civic center buildings.di ngs. Several of her public agencies have installed this equip- ment with remarkable results in teems of energy conservation: however, our opinion is that a major portion of the savings could have been a A Iishad by adjustment of teaperature settings, time clack controls and improved maintenance such as we have obtained, without the computer control. a The ane primal which we have received for the computer system included fare monitoring as well as air handling and peak power load control for the Assessor's 00(11 11 Microfilmed •.vitas board order w .. 1� CCNTRA COSTA COCIYPY PUFZ= VURKS DEPAFUELT AM Martinez, California M: Board of Supervisors FRObt Vernon L. Cline Public Works r4rector SUB=-. Public Wry E) ra Business for S. ber 27, 1977 REPORTS Report A. 04MM CMEONATION REPORT A status report on energy conservation efforts is submitted for Board inf^omtion. DISTRICTS III & V Item 1. TRAFFIC SI0%L- i'ACUB= - APPRUVE ADDfRDM- Orinda, Danville, San Ramon and West Pi#sburg Areas It is recommended that the Board of Supervisors approve and concur in the Public Works Director's issuance of Addendum No. 1 to the Speci- ficatu= for the Uaffic Signal. and Highway Flashing Beacon 2ro3ect. Mus Addendum clarifies the design of the electrical circuits per- tainirmy to the Raitmarl preemption unit that wdll be installed at the intersection of Sycamore Valley Road and Canino Ramon in Danville. It will not change the bid quantities nor change the amlineer's esti- mated construction cost. Bids will be received on Camber 13, 1977. It was necessary to issue the Adden:h m prior to Board approval in order to p dde the plan holders sufficient time for consideration of the change_ All p7.an holders have been notified. (RE: Project No. 0961-438x-925-77) (To) EXTRA B[SINFESSS Public works Department IPage O 1977 'NNW - To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 6. VIII.OTHE.=t 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 1977-1978 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 1, 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 activitigs within the County through a Hypertension Coordinating Council (100% federal funds) . 18. Authorize Director of Personnel and County Auditor-Controller to'make payment of one time $15 amount to certain classi- fications comparable to those receiving said item pursuant to terms of a Memorandum of Understanding. 19. Adopt resolution effective.-October 1,_197-7 ,providing for adjustment of certain.management c2agsi_4cations .talo ag _ into account the special compensation adjustments negotiated _ by employee organizations. - - 20: Acknowledge receipt of report from the County Administrator, on Coulity admin steied federal grantprogrims. 21. Acknowledge receipt of letter from County Administrator'* submitting comments- ori-the- recommendations orf- the 1976-1977 Grana Jury. 22. Refer to Finance Committee for review request of Human Resources Director that the Medicare HP10 be expanded to - iziclride non *Seth-Cal patients, that a premium therefor b6 - established, A -established, and that other implementing administrative actions be taken. DF.ADLINE FOR AGENDA ITERS: WEDNESDAY 12 NOON n t INY) I 1 To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 5. V. •CONTRACTS AND GRANTS - continued 9. Agency Purpose Amount Period (m) Mt. Diablo Continuation of $67,000 7-1-77 to Rehabili- audiology consultation 6-30-78" tation diagnostic and treat- Center went services to County Medical Services patients 10. Authorize Director, Human Resources Agency, to execute Subgrant 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 negotiate contracts and contract amendments with certain �. service providers under specified terms and conditions for subsequent 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_P. 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 neministration and the State Office of Econ=c Opportunity. p AM �0 l To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 4. V. CONTRACTS ASID 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 (11IN) 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 Tots Nursery School, Inc. Martinez -14,011 Unified School District First Baptist " $5,253 " Church of Pittsburg United Council $7,248 " of •Spanish Speaking Organizations, Inc. Mt. Diablo Unified $6,414 O�;n School District „! To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-27-77 Page: 3. II. CONTRACTS AND GILANTS - 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 $3,959 7-1-77 to Women's Club Development Program 6-30-78 Activity x40 (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 $76,080 10-1-76 to County Title I contract to (increase) 9-30-77 Superintend- increase payment limit eat of for summer work experience Schools program - MM- 00006 To: Board of Supervisors From.- County Ad—inistrator ;e: Recommended Actions 9-27-77 Page: 2. f II. TRAVEL AUTHORIZATIONS 4_ Name 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 Admi n stration (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 0 owing 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, Jr., respectively, who have made repayment in full. V. CONTRACTS AND GRANTS 8. Authorize Chairman, Board of Supervisors, to execute and submit to Community 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. 1r►�N)5 OFFICE OF COUNTY ADMINISTRATOR 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 #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 ($1,657-52,014) effective October 11, 1977, as requested by the Public Works Director and recommended by the Civil Service Commission. 00004 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 (DSC 26486F), (DSC 26487F), and (DSC 26488F); Joe Robinson; and the amended claim of Michael Medina. Items 6 - 11: DETERMINATION (Staff recommendation shown o ow 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 designation of a local enforcement agency. (Carry-over item) 7. MEMORANDUM from Director of Planning recommending refund of $35 park dedication fee paid by Mr. Charles Dickinson to secure building permit. AUTHORIZE REFUND 8. LETTERS from Attorney Richard Rockwell requesting that Mr. Dante J. Nomellini and Mr. Marvin W. Davis be appointed to the Boards of Trustees of Reclamation Districts No. 2025 (Holland Tract) and 2059 (Bradford Island), respectively, in accordance with provi- sions of mater 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 State 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 Community 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 for selection of the Manpower Director. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY Item 12: INFORMATION (Copy of communication listed as information item has been furnished to all interested parties.) 12. COPIES of County Health Department reports on its annual inspections of Juvenile Hall and Girls Center - Juvenile Facilities. Persons addressin the Board should co fete the form provided on the rostrum and Turn sh the Mir w t a wr tten Copy o their presentat on. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) meets the lst and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00003 a JAMES;KENNY R,C.W0%V CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N BOGGE55 .1 ST-1 TR ZT CHAIRMAN NAND\C FAHDEN.MARTING CONTRA COSTA COUNTY ROBERT I.SCHRODER ..C,SZT VICE CNAIRMAN FOBERTI SCHRODER"FAi ETTE AND 1001 JADES R OLSSON-CO.-—CLER 301V CISTRICT —0 EA 01 C"1,01 TME SonRO WARREN N.BOGGESS.CONCORD DISTRICTSGOVERNED BY THE BOARD MRS.GERALDINE RUSSELL 41.DISTRICT ARD CHAMM,S ROOM 107.ADOW&FIRATION NukOIRO CHIEF CLERK ERIC H.MASSELTME.PM S&URG PO Im f 11 PHONE IA 191 372.2371 STM 04STRICT MARTINEZ CALIFORNIA 94353 TUESDAY SEPTET-LEER 27, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.H. Call to order and opening ceremonies. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees including Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) on proposed application to State Department of health Education and Welfare for HMO 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-RZ, Danville area; 11:05 A.M. Robert J. Costa & Associates, Inc. (applicant), 2143-RZ, Danville area; and 11:10 A.M. Ray S. Taylor (applicant), 2124-RZ, Martinez/Vine Hill area. If the aforesaid applications are approved as recommended, introduce ordinances, waive reading, and fix October 4, 1977 for adoption. ITERS SUBMITTED TO THE BOARD ITEMS 1 - 5: CONSENT 1. ADOPT resolution authorizing City of Concord to perform inspection of buildings in connection with Krona Land f7 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 application of Ruben Reimche (2139-RZ) to rezone land in the Oakley area. 4. ACCEPT as complete construction of private improvements in Subdivi- sion 4927, Alamo area, and exonerate bonds. 0110n2 THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, SEPTEMBER 27, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. M. Boggess, presiding Supervisors H. C. Fanden, R. I. Schroder, E. H. Hasseltine. ABSENT: Supervisor J. P. Kenny. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following:»are the calendars prepared for Board consideration by the Clerk, County Administrator and Public works Director. 00061