Loading...
HomeMy WebLinkAboutMINUTES - 10111977 - R 77L IN 3 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, OCTOBER 11, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ , CALIFORNIA. .PRESENT: Chairman W. N. Boggess , presiding; Supervisors J. P. Kenny, N. C. Fanden,; E. H. Hasseltine. ABSENT: Supervisor R. I. Schroder 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. OVO61. JAMES P KENNY, RICHMCNC CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.SOGG=SS 1ST DISTRICT \ CHAIRMAN NANCY C. =AHDEN. .Y.ARTINE-_ CONTRA COST:- COUNTY TTY ROBERT I. SCHRCDER 2ND DISTRICT VICE CHAIRMAN ROBERT 1.SCHRODER.LAFAYETTE ANO FOR JAMES R.OLSSON.COUNTY CLERK 3RD:ISTRiCT AND EX90FFICIO CLERK OF THE SOARD WARREN N BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALDINE RUSSELL 4TH DISTRICT BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUILDING CHIEF CLERK ERIC H. HASSELTINE,PITTSBURG P.O.Box 9tt PHONE(415)372.2371 5TH CIST RICT MARTINEZ CALIFORNIA 94553 TUESDAY OCTOBER 11 , 1977 9 : 00 A .M. 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 . 9 : 45 A.M. Executive Session (Government Code Section 54957 .6) as required or recess . 11: 00 A.M. Hearing on recommendations of Planning Commission with respect to proposed Ordinance Code amendment pertaining to establish- ment of new zoning district (Community Business District ) in the Orinda area. If recommendations approved, introduce ordinance and fix October 18, 1977 for adoption. Hearings on recommendations of the Planning Commission with respect to the following rezoning applications : 11: 15 A.M. Frank Bellecci, 2130-RZ, Oakley area; 11: 20 A.M. Crabtree Engineering, 2149-RZ, Oakley area; 11: 25 A.M. Fred W. Hull, 2152-RZ, Diablo area; 11: 30 A.M. Matt Gonsalves, 2150-RZ, San Ramon area; and 11: 35 A .M. The Desco Group, Inc. , 2132-RZ , Pleasant Hill BART Station area; and in connection therewith, the Board will also consider application for Development Plan No . 3026-77 . If the aforesaid rezoning applications are approved as recom- mended, introduce ordinances, waive reading, and fix October 18, 1977 for adoption. ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 6 : CONSENT 1 . AUTHORIZE cancellation of certain redemption tax penalties . 2 . ADOPT ordinances (introduced October 4, 1977) as follows : a. No. 77-80 rezoning land in the Martinez/Vine Hill area (applica- tion of Ray S. Taylor, 2124-RZ ) ; b . No . 77-81 rezoning land in the Crockett area (application of George Damico, 2131-RZ ) ; c . No. 77-82 rezoning land in the Danville area (application of Thomas and Yvonne Dailey, 2102-RZ) ; and d. Amending the Ordinance Code to require encroachment permit lia- bility insurance . 00002 s Board of Supervisors ' Calendar, continued October 11, 1977 3. AUTHORIZE execution of agreement, for construction of private improve- ments in Minor Subdivision 277-76, Danville area. 4 . FIX November 1, 1977 at 2: 30 P.M. for hearing on appeal of The Orinda Association from Planning Commission conditional approval of Minor Subdivision 142-76, Orinda area (Schell & Martin, Inc. , applicant ) . 5. AUTHORIZE legal defense for persons who have so requested in connec- tion with Superior Court Action No. 179495 . 6 . DENY the claims of Nancy L. Lynch and Mr. and Mrs . Donald Harrison. Items 7 - 13 : DETERMINATION (Staff recommendation shown following the item. ) 7 . MEMORANDUM from Director of Planning advising that Ms . Kay Lanway has resigned as the Walnut Creek City representative on the Contra Costa County Community Development Advisory Council and that said City has nominated Mr. Edward J. Hradowy to fill the vacancy . ACCEPT RESIGNATION AND APPOINT NOMINEE 8 . APPLICATIONS for vacant positions as housing finance representatives on the Loan and Grant Review Panel for Second Year Community Development Housing Rehabilitation Program. REFER TO INTERNAL OPERATIONS COMMITTEE FOR REVIEW AND RECOI4MZNDATION 9 . LETTER from Assistant to the Secretary of State, Elections Division, requesting notification of Board' s action with respect to legisla- tion which provides option of sailing one ballot pamphlet to two or more registered voters having the same surname and the same postal address, for determination of number of pamphlets needed by the County for the June 1,078 primary . REFER TO COUNTY ADMINIS- TRATOR FOR REPORT 10 . RESOLUTION adopted by the Concord City Council giving notice of proposed annexation (Lombardi Annexation) of uninhabited territory to the City. REFER TO COUNTY ADMINISTRATOR ll . LETTER from Mfr. Charles Guntz, East-Central Advisory Council, Retired Senior Volunteer Program, requesting that the mileage allowance paid to volunteers who use their own automobiles to perform official county volunteer business be fixed at 21. 8 cents per mile rather than on the basis of policy applicable to county employees . REFER TO COUNTY ADMINISTRATOR FOR RESPONSE 12 . NOTICE of public hearings to be held by the Joint Conference Commit- tee on SB 346 (Ayala) pertaining to the Peripheral Canal and related water facilities . REFER TO PUBLIC' WORKS DIRECTOR 13 . MEMORANDUM from County Counsel commenting on applicable law with respect to requests for change in speed limits and installation of stop signs on county roads . ACKkWLEDGE RECEIPT Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation . DEADLINE FOR AGENDA ITEMS : WEDNESDAY, 5 P .M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ID-a- E'T'INGS OF BOARD COMMITTEES Finance (Supervisors R. I . Schroder and J . P . Kenny) ist and 3rd Mondays of each month, 9 : 00 a.m. , Room 108, County Administration Building, Martinez . Internal Operations (Supervisors E. H. Hasseltine and N . C . Fanden) Room 108, Wednesday , October 12, 1977 at 11: 00 a .m. on animal control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OOO� � 1 OFFICE OF COUNTY ADMINISTs'2ATOR CONTRA COSTA COUNTY Administration Building Martinez , California To: Board of Supervisors Subject: Recommended Actions October 11, 1977 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows Cost Department Center From To Social . 581 Home Health Human Services Service Aide-CETA Worker II-CETA #01, AW02 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Auditor- 0147 1 Systems - Controller Software (Data Analyst-Project Processing) Health 0450 -- Lead Vector Controller-Project, #02 Vector Controller- Project, 409, 410 Community Aide-Project #01, #02, X03, *04 Staff Nurse II-Project #01 Public 650 1 Recreation 1 Recreation Assistant- Works Leader-CETA CETA, #01 3 . Establishment of classifications as follows: Cost Department Center Establish Civil 035 Animal Licensing Assistant-CETA Service 1977-78 Salary Level. 153 ($588-714) (CETA) 1978-79 Salary Level 169 ($617-750) 0 I To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-11-77 Page: 2. I. PERSONNEL ACTIONS - continued 3. Establishment of classifications as follows: Cost Department Center Establish Civil 035 Communications Equipment Trainee-CETA Service 1977-78 Salary Level 203t ($754-832) (CETA) 1978-79 Salary Level 219t ($792-873) 4. Adjust hours of positions as follows: Cost Department Center From To Social 5200 20/40 Social 24/40 Social Casework Service 501 Casework Specialist II Specialist II --501-26, 7501-56 32/40 Social 24/40 Social Casework Casework Specialist II Specialist II 7501-75 5 Authorize appointment from eligible list of Linda Oden in the class of Librarian at the fourth step ($1, 229) of Salary Level 347 ($1, 062-$1,290) , effective October 11, 1977, as requested by the County Librarian and recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS 6 . Name and Destination Department and Date Meeting (a) Anne Lemons Estes Park, CO Conference on Community 11-3-77 to 11-6-77 Parent Involvement Services Administration- Head Start (b) Duayne Dillon Quantico, VA National Symposium Sheriff-Coroner 10-16-77 to 10-20-77 on Crime Lab Development O0005 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-11-77 Page: 3. II. TRAVEL AUTHORIZATIONS - continued 6. Name and Destination Department and Date Meeting (c) Richard Minden Boulder, CO National Institute Sheriff-Coroner 10-16-77 to 10-21-77 of Corrections (time only) Seminar Evo Chiaradia Sparks, NV American Correctional Sheriff-Coroner 10-18-77 to 10-21-77 . Food Service Asso- ciation Workshop and Seminar (d) Delmar Williams Houston, TX Black Child Develop- Social Service 10-26-77 to 10-29-77 ment Institute (time only) III. APPROPRIATION ADJUSTMENTS 7. Office of Community Services. Appropriate $27,515 additional federal grant funds for Head Start program. 8 . Health Department (Health Projects) . Appropriate $29 ,067 of federal grant funds to continue Early and Periodic Screening, Diagnosis and Treatment Project for four months in fiscal year 1977-1978, pursuant to Board authorization of August 16 , 1977 . 9. Orinda Fire Protection District. Add $1,119 of district funds for equipment. 10. Internal Adjustments. Changes not affecting totals for following budget units: Marshal, Delta Judicial District, County Counsel, Board of Supervisors, County Administrator, County Medical Services, County Service Area LIB-11. IV. LIENS AND COLLECTIONS 11. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien taken to guarantee repayment of the cost of services rendered by the County to Lewis Maul and Thomas and Lubertha Anderson; Mr. Maul is deceased and Mr. and Mrs. Anderson have made repayment in full. 12. Authorize County Auditor-Controller to initiate legal action ,' in Small Claims Court against three (3) individuals to recover amounts due Contra Costa County totaling $150.21. 00006 Y i To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-11-77 Page: 4. ` IV. LIENS AND COLLECTIONS - continued 13. As recommended by the County Lien Committee, authorize County Auditor-Controller to accept the sum of $126 .73 in settlement of the County claim against Felicita Diaz. V. BOARD AND CARE PLACEMENTS/RATES 14. Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions', to add Southwood House, Chula Vista at $1, 200 per month, effective October 4, 1977. VI. CONTRACTS AND GRANTS 15. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows.: Agency Purpose Amount Period (a) Coast Use of facilities at No cost 11-2-77 Federal' 622 Contra Costa Blvd. (one day only) Savings & for meeting of Health Loan Assn. Dept: Child Health & Disability Prevention Program Advisory Board (b) Yellow Deferral of landscape * To 2-1-78 Freight and irrigation improve System, ments required by Land Inc. Use Permit 2121-76 * (Security bond of $7,275) (c) Judith Probation Dept. Not to 10-12-77 to David, clerical staff train- exceed 10-18-77 Ph.D. ing "Techniques of $240 Crisis Intervention" (d) Tri-Cities Continuation of ambu- Rates 8-25-77 to Ambulance lance services under previously 10-31-77 (aka existing agreement set Fremont pending completion of Ambulance) new contract negotiations (e) State Annual funding for $430,898* 7-1-77 to Department continuation of the 6-30-78 of child day care programs Education operated by the Social Service Department 00� * (100% state and federal funding) 00 i To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-11-77 Page: 5. VI. CONTRACTS AND GRANTS - continued 16 . Authorize Director, Human Resources Agency, to execute three-month contract extensions with 17 specified Mental Health, Drug Abuse, and Alcohol Program contractors for the period October 1, 1977 through Secember 31, 1977, pending completion of FY 1977-78 full-year contracts. VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS None. IX. OTHER ACTIONS 17. Award contract for fire hazard correction and abatement work during fiscal year 1977-78 for the Riverview Fire Protection District to Spilker Tree Service, Inc. , which submitted the low bid of $88,519 .37 , as recommended by the Fire Chief . 18. Declare as surplus and no monetary value certain equipment of the Riverview Fire Protection District, and authorize disposition by the District, as recommended by the Fire Chief. 19. Authorize Chairman, Board of Supervisors, to execute Receipt and Release for partial distribution of assets from the County Auditor of the County o_ Alameda as successor to the Bay Area Sewage Services Agency (BASSA) and authorize the Auditor-Controller to receive $60,555 as the County of Contra Costa' s share of BASSA assets being distributed. 20. Authorize County Alcohol Services to participate with the State Office of Alcoholism in a pilot County Alcoholism Program Evaluation Project, as recommended by the Director, Human Resources Agency. NOTE Following presentation of the County Administrator' s agenda, the Chairman will ask if anyone in attendance wishes to comment. Issues will be carried over to a later time if extended discussion is desired. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON 00008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Wbrks Extra Business for October 11, 1977 GENERAL - Item 1. RDCODHIMATIONS ON AWARD OF CONTRACTS The Public Works Director will present recommendations on the award of contracts for which he has received bids. (ADM) Item 2. DE=ION FACILITY - APPROVE CHANGE ORDER - Martinez Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute Change Order No. 1, Detention Facility Project - Foundation Concrete and Structural Backfill, Project No. 5269-926-(43) . The Change Order provides for the installation of sewer lines under the foundation grade beams. This change is required to resolve plumbing design changes required by the structural and soils engineers. Maxim m payment shall not exceed $18,000 without authorization of the Public Works Director. (RE: Project No. 5269-926-(43) ) (DFP) EXTRA BUSINESS Public Works Department Page 1 of 1 October 11, 1977 000019 E e Vyater•Agency Contra Board fi io GoSuperverns (Ex-Officio Governing Board, Costa James P.Kenny Sixth Floor vvJ`u 1st District County Administration Building Nancy D.Fanden Martinez. California 94553 County t.fiy 2nd District (415) 671-4295 Robert I.Schroder Vernon L Cline 3rd District Chief EngineerT •�-1 �EIVED Warren N.Boggess Jack Port 1KL1r� 4th District Executive Secretary Eric H.Hasseltine -. 5th District OCT 11 1977 J. R. OLSSON CLERK BOARD OF SUPERVISORS October 11, 1977 CQN7 T B co Our File: IVA 2(c) TO: Board of up rvisors, Ex Officio Governing Board FROM: Von Cline, Chief Engineer SUBJECT: Public Works Agenda - Tuesday, October 11, 1977 Item 29B. Water Resources Conference and San Joaquin Valley Interagency Drainage Program Meeting WATER RESOURCES CONFERENCE On October 5,' 1977, a conference on water resources, titled "Water for the 21st Century" was held in Los Angeles. The conference was sponsored by the Association of California (Vater Agencies, Association of State Water Projects Agencies, and the Central Valley Project Water Users Association. In attendance for the Water Agency was Stan Matsumoto, Associate Civil Engineer, in the Environmental Control Division. The conference goals were: 0 T alert California's water community to major changes being made in Federal water resources policies and programs. . • To express support for continued Federal water resources programs in the west. Keynote Address The keynote address, titled "Significance of new proposed national water policies being drafted for the President by the U.S. Water Resources Council in cooperation with the Council on Environmental Quality and Office of Management and Budget," was given by J. IV. O'Meara, Executive Director, National Water Resources Association. - Microhimeu with board order: OWN Item 29B. -2- October 11, 1977 Mr. O'Meara'a presentation dealt with the broadening of proposed national ' water resources policy, greater participation be provided in the drafting of these policies to include full representation on the part of Congress, State and local governments and the public. It was suggested that multiple purpose water resource development continue to move ahead on schedule, based on existing policies, while new concepts are being reviewed and placed into workable operational policies. Mr. O'Meara's speech was highly critical of the Department of Interior's proposed Acreage Limitation Rules and Regulations. He stated that the water belongs to the State and the Federal government has no right to regulate the water resources in California. He believed that there is a need to change the law on water and not on acreage. As an example, he suggested that the price of water should be changed in proportion to the size of the farm; the larger the farm the higher the price for water. Mr. , O'Meara warned that the Federal government was striking at the heart of California agriculture and that the National Water Resources Association will fight back. He urged the audience to speak out against the proposed Rules and Regulations at the upcoming Federal hearings. It was announced that the Department of Interior hearings are scheduled for November 7-8, in Sacramento, and November 15-16, in Fresno. Panel Discussion A panel composed of four water attorneys, George Basye, Sacramento; James H. Carter, E1 Centro; Denslow Green, Madera; Kenneth Kuney, Tulare, discussed the "significance of new proposed U.S. Department of Interior excess lands regulations and their impact upon basic property rights." Briefly, it is believed that the proposed excess land rules and regulations go far beyond the intent of Congress, raise serious constitutional questions relative to basic property rights, and threaten widespread economic reper- cussions if allowed to become effective as drafted. The proposal would place detrimental restrictions on trusts, leasing and farmer residency. Future Water Needs of the State Brief presentations were given by Ira J. Chrisman, President of the Western_ Water Education Foundation; Charles R. Shoemaker, Assistant Director, �0011 Item 29B. -3- October 11, 1977 California Department of Water Resources (Dr4R); and Billy E. Martin, Regional Director, of the U.S. Bureau of Reclamation (USBR) on the "Future water needs of the State of California and the role of State and Federal governments in meeting these requirements." Mr. Chrisman indicated that looking ahead 23 years to the 21st Century, a conservative estimate is that California will be 2.5 to 3.5 million acre feet short of meeting water demands. Commenting on acreage limitation, Mr. Shoemaker said that DWR was con- cerned with the commingling regulations because interpretation of this regulation may mean that the areas supplied by the State Water Project may be subject to the Federal Acreage Limitations. To meet. future water supplies for the State, Mr. Shoemaker said their basic plans are embodied in SB 346. This program is intended to meet the water needs of the State- to the year 2000. He stressed that in order to achieve this, it is important that the State has the cooperation of the Federal government in their operation of the Central Valley Project. Mr. Shoemaker also indicated that the Peripheral Canal can be built by the State with financing from "Bond Issues" backed by water contractors. To meet future water needs in the State, Billy Martin said that the proposed USBR program is twofold: 1. Completion of projects now under construction which will meet identified Central Valley Project commitments and associated demand buildups during approximately the next 20 to 25 .years. 2. Longer range planning, somewhat more indefinite, in co- operation with the State and other water management agencies to generally meet the water needs. In addition to the basic storage facilities, Mr. Martin said that "additional facilities beyond those now in existence would be required. Principally, these include a Peripheral Canal or some equally effective cross-Delta con- veyance facility, a Hood Clay connector, South Delta facilities, Contra Costa Canal Intake relocation, Delta-Mendota Canal enlargement, added State Water Project pumping capacity, and a Mid-Valley Canal Systems or, alternatively, an East Side Canal System." Im1)act of Water Resource Programs on Cconomy John Mortimer, Agricultural Economist, Wells Fargo Bank, spoke on the "impact of water resource programs upon the total economy of the State of California." 00012 Item 29B. -4- October 11, 1977 California farms today 42 percent of the nation's fresh fruits and vege- tables and 25 percent of all foods. Any disruption of highly'successful farming operations will be reflected in higher retail food prices through- out the nation. Agriculture, being the largest industry in California, plays a major role in the economy of the State. Mr, John Mortimer stressed that in order to have a healthy expanding economy, it is necessary that we have adequate water resources to maintain and develop our agriculture in the State. SAN JOAQUIN VALLEY INTERAGENCY DRAINAGE PROGRAM MEETING On October 6, 1977, the Public Advisory Committee (PAC) of the San Joaquin Valley Interagency Drainage Program (IDP) held Meeting No. 11 in Fresno. In attendance was Stan Matsumoto, Associate Civil Engineer, in the Environ mental Control Division. (For background information on the following subjects, refer to Public Works Agenda, August 16,- 1977, Item 22C, and August 30, 1977, Item 28C) . Environmental Assessment It was reported that the Phase I Environmental Assessment has been essentially completed. Hydroscience is in the process of responding to comments made by the sponsoring agency staffs on their draft report. The final report on the mathematical modeling will be available soon. Environmental Impact Planning Corp. (EIP) has completed their Phase I study and distributed their final report at the meeting. One principal conclusion of the mathematical modeling studies was that alter- natives for discharge of collected drainage in the Western Delta-Suisun Bay region lead to two potential water quality problems: 1. Nitrate concentrations in the waters leaving the region are high in the case of untreated discharge alternatives and could lead to potential eutrophication problems at downstream locations (San Pablo and Central S.F. Bays) that have not yet been modeled. 2. Alternatives for dischargc, near Antioch, arc projected to lead to substantial net increases in total dissolved solids (TDS) ' concentrations in the lower San Joaquin River. The projected TDS levels appear to be sufficient to adversely affect striped bass spawning, as well as municipal, industrial and agricultural use. 00013 Item 29B. -5- October 11, 1977 3. Adverse TDS effects are eliminated by alternatives that discharge near Martinez. From the standpoint of TDS, a discharge location between Antioch and Martinez could eliminate excessive TDS concentrations and may offer the opportunity for a degree of water quality improvement by contributing to the control of ocean salinity intrusion. Development of Recommended Plan (Phase II) It was reported that the MOP (Multi-Objective Planning Group, a team whose members are trained in various disciplines, works toward IDP compliance with the National Water Resources Council's requirement) group has selected candidate plans and components to be carried forward into Phase II of the IDP Program and has identified questions to be addressed. - The disposal options selected for study are as follows: 1. Evaporation Ponds 2. Ocean Discharge 3. Western Delta Discharge 4 Interim Discharge Utilizing the San Luis. Drain. VLC/JP/hl cc: Congressman George Miller Senator John Nejedly Senator Nicholas Petris Assemblyman Thomas H. Bates Assemblyman Daniel E. Boatwright Assemblyman John T. Knox Jerome R. Waldie, Legislative Representative (via* County Counsel) Arthur G. Will, County Administrator John B. Clausen, County Counsel Walter M. Gleason, Attorney (via County Counsel) : Gerry Russell, Clerk of the Board 0001 CONTRA. COSTA COUNTY PUBLIC WORKS DEPARTKENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for October 11, 1977 REPORTS Report A. SAN MIGUEL ROAI? —APPROVE PERMIT - Concord Area By its Order of September 27, 1977, the Board of Supervisors - re- ferred to the Public Works Director a letter from Kerry Gardette, ' representing Byong Yu Karate Studio, requesting permission to use certain roads for a seven-mile run on November 6, 1977. The County road involved is a section of San Miguel Road extending from 1200 feet to 4200 feet north of Treat Boulevard. It is esti- mated that the runners will be through this area by 9 :20 a.m. They will be running in single file and will not be interfering with vehicular traffic. It is recommended that the Board of Supervisors authorize the Public Works Director to issue an Encroachment Permit to Byong Yu Karate Studio for the use of San Miguel Road for the seven-mile run subject to the County being furnished a Certificate of Insurance for the minimum amount of $500 , 000 combined single limit coverage bodily injury and property damage with the County listed as additional insured. (LD) SUPERVISORIAL DISTRICT I Item 1. NORTH RICHMOND STREETS - ACCEPT CONTRACT - North Richmond Area The work performed under the contract for reconstruction of Truman Street and 2nd Street, north of Market Avenue, in the North Richmond . area, was completed by the contractor, C. M. Construction, Inc. of Vallejo, on September 13 , 1977, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $46, 000. It is recommended that the Board of Supervisors accept the work as complete as of September 13, 1977 . The work was completed within the allotted contract time limit. (RE: Project No. 0565-4349-665-77, Mork Order 4349) (C) A G E N_ D A Public Works Department Page 1 of 13 October Rgn7 a SUPERVISORIAL DISTRICT II Item 2. CENTER AVENUE - APPROVE RELOCATION PAYMENT - Pacheco Area It is recoiraynended that the Board of Supervisors approve the Relo- cation Claim form dated September 17, .1977 , from Leoleon M. Albro for moving expenses in connection with."her move from property ac- quired for widening Center Avenue; and authorize the Principal Real Property Agent to sign said claim on behalf of the County. It is further recommended that the County Auditor-Controller be authorized to issue a warrant in the amount of $450.00, payable to Leoleon M. Albro, and deliver same to the Real Property Division for payment. (RE: Project No. 3471-4342-663-76) (RP) Item 3. SUBDIVISION 82-75 - RESCIND ACTION - Martinez-Rodeo Area It is recommended that the Board of Supervisors: a) Rescind that portion of the Board Order dated June 7, 1977, which makes a deter- mination of utility easement rights for Subdivision MS 82-75; b) Rescind those portions of the Board Orders dated September 13, 1977, which accepted, for recording only, an Offer of Dedication for drainage purposes for Subdivision MS 82-75, and accepted an individual Grant Deed for Subdivision MS 82-75. The above action is necessary because the time limit for the filing of this subdivision has expired without the map being recorded. Owner: Donald Davies 2616 Simas Avenue Pinole, CA 94564 Location: Subdivision MS 82-75 fronts for 1,250+ feet on Christie Road and is located south of the Atchison, Topeka & Santa Fe Railroad crossing at Franklin Canyon Road. (RE: Assessor's Parcel No. 362-050-04) (LD) SUPERVISORIAL DISTRICT III Item 4 . WALNUT CREEK CHANNEL - ACCEPT DEED - Walnut Creek 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 Deed, execu :ed by Edward W. Leal, Tax Collector, to the parcel of land identified as Assessor' s Parcel No. 148-160-012 and consent to the recordation thereof. (Continued on next page) A G E N D A Public Works Department Page 2 of 13 October 11, 1977 0001 Item 4 continued: Agreement to .purchase said parcel of land was approved, by the Board August 2, 1977. It is further recommended that the County Auditor-Controller be authorized to make payment, by journal' transfer, to the County Tax Collector in the amount of $61. 84 for the sale price of the property and the cost of publication. (RE: Work Order 8344-7520) (RP) Item 5. COUNTY SERVICE AREA R-6 - APPROVE LEASE AMENDMENT - Orinda Area It is recommended that the Board of Supervisors approve and authorize its Chairman to. execute the. :Amendment to Lease and Option to Purchase between the Orinda Union School District, Lessor, and Contra Costa County, Lessee, for the premises designated as the Orinda Community Center, 26 Orinda Way, Orinda. The Amendment extends the term of the existing 13-year lease for a period of time not to exceed 25 years. This extension of time is . required to qualify the County's application for funding under the Nejedly-Hart State, Urban and Coastal Park Bond Act of 1976 in the amount of $51,800. The above action is also recommended by the Citizens ' Advisory Committee for County Service Area R-6. (SAC) Item 6. SUBDIVISION MS 4-73 - ACCEPT SUBDIVISION - Orinda Area It is recommended that the Board of Supervisors issue an Order stat- ing that the construction of improvements in Subdivision MS 4-73 has been satisfactorily completed. The work was done without the requirement of a Subdivision Agreement; therefore, no performance guarantee retention is required. Owner: Karl G. Osterberg 641 Glorietta Boulevard Lafayette, CA 94549 Location: Subdivision MS 4-73 is located on the south side of Heather Lane, west of Valley Drive. (LD) A_ G E N D A_ Public Works Department Page 3 of 13 October 11, 1977 00017 Item 7. SUBDIVISION MS 179-76 - WAIVE ORDINANCE CODE REQUIREMENT - Walnut Creek Area It is recommended that the Board of Supervisors waive the require- ment in the Ordinance Code, Title 9, for a consent to deed for Subdivision MS 179-76 . The owner has tried unsuccessfully to obtain the consent from the present owner of the easement. The easement is for roadway purposes, which is consistent with the proposed use of the deeded area. Owner: Helen Bryner, et al 1895 Castle Hill Road Walnut Creek, CA 94595 Location: Subdivision MS 179-76 fronts for 39 feet on the south side of Castle Hill Road and at the terminus of Glenhaven Avenue, approximately 450 feet south of Castle Hill Road. (LD) SUPERVISORIAL DISTRICT IV Item 8. STORM CULVERTS INTO GRAYSON CREEK - APPROVE AGREEMENT - North Pleasant Hill 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, approve and authorize its Chairman to execute an Agreement between the Contra Costa County Flood Control and Water Conservation District and McGah and Bailey, developer of Subdivision 4573, related to the installation of two side drains through the' west side levee of Grayson Creek. The project is located immediately south of Second Avenue South, in the north Pleasant Hill area. The Agreement provides for payment, by the District, of a portion of the cost for storm culverts installed in the District right of way. The District' s obligation is limited to $10,700 under the terms of the Agreement. (RE: Work Order 8546-7520, Flood Control Zone No. 3B) (FCD) Item 9 . GRAYSON CREEK - ADOPT RESOLUTION OF INTENT AND SET PUBLIC HEARING - Pleasant hill 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, adopt a Resolution of Intent, setting (Continued on next page) A G E N D A_ Public Works Department Page 4 of 13 October 11, 1977 00018 Item 9 continued: the time and place for the Board to conduct a public hearing on Amendment No. 4 to the Flood Control Zone 3B Adopted Project. It is further recommended that the Clerk of the Board be directed to publish the Board Resolution of Intent in the "Contra Costa Times' and to send copies of the Resolution to all cities in Flood Control Zone 3B. The Board on June 15 , 1976 authorized the Public Works Director to complete a study of the East Branch, East Fork of Grayson Creek, to update the Zone 3B Adopted Project. As a result of this study, the Zone 3B Advisory Board, on October 4 , 1977 , passed a motion recommend- ing to the Board of Supervisors that the Zone 3B Adopted Project be amended to include the work outlined in the Engineer' s Report, dated October 6, 1977 , hereby submitted for the Board' s consideration. (10 : 45 a.m. on November 8, 1977 is suggested for the hearing date. ) (RE: Project No. 8287-7520-76, Work Order 8287 , Flood Control Zone 3B) (FCD) SUPERVISORIAL DISTRICT V Item 10. SANITATION DISTRICT NO. 15 - ADOPT RESOLUTION - Bethel Island Area It is recommended that the Board of Supervisors, as the Governing Board of Contra Costa County Sanitation District No. 15, adopt a Resolution of Necessity to condemn all remaining parcels needed for the Bethel island Sewer System and set November 8, 1977 at 11: 00 a.m. as the date the Board will meet to consider the adoption of the Resolution of Necessity to condemn. (RE: Work Order 5400-927) (RP) Item 11. SANITATION DISTRICT NO. 15 - ACCEPT EASEMENTS - Bethel Island Area It is recommended that the Board of Supervisors as ex officio the Governing Board of Contra Costa County Sanitation District No. 15 accept the following listed easements and right of way contracts; authorize the Public Works Director to sign the contracts on behalf of the District; and authorize the County Auditbr-Controller to issue warrants in the amounts specified, to be delivered to the Real Prooerty Division for Aavment. (Continued on next page) A G E N D A Public Works Department Page 5 of13 October 11, 1977 00014 Item 11 continued: Parcel Contract No. Grantor Date Pavment 1 Robert D. Gromm 9/17/77 $400 .00 5 Joseph n Linda Souza 7/19/77 100. 00 6 Raymond L. & Agnes S. Harris 9/20/77 200. 00 13 Gregory & Polly L. Maciel 9/15/77 100.00 21 Frank's Marina, Inc. 9/17/77 100. 00 22 Milford L. & Dorothy R. Beutler 9/12/77 100.00 25 Virginia C. Whitacre 9/16/77 100. 00 26 Carl H. & Elsie C. Brown 9/19/77 100.00 31 Flora B. Klein 7/19/77 100.00 32 Loren W. & Emily H. Voll 9/20/77 100. 00 34 Robert E. & Jean L. Severns 9/20/77 100. 00 36 Flora B. Klein 7/19/77 100.00 (RE: Work Order 5400-927) (RP) Item 12. DIABLO ROAD - APPROVE CONSULTING SERVICES AGREEMENT - Diablo Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute a Consulting Services Agreement with Creegan & D'Angelo, Consulting Engineers, Dublin, California. This Agreement provides for a design study of Diablo Road between Green Valley Road and fit. Diablo Scenic Boulevard. As a condition of approval for the first phase of the Blackhawk Development, the developers were required to contract with the County for a design study of this portion of Diablo Road. The purpose of this study is to determine the extent of acceptable improvements that can be constructed to provide additional traffic capacity and safety. Because of workload requirements this design study cannot be accom- plished by County staff within the required time frame. The Agreement has a payment limit of $12,000 which cannot be exceeded without prior approval of the Public Works Director. Of this amount, $10, 000 was contributed by Blackhawk Development Com- pany as a condition of approval for the filing of the Final Map of the first phase. (RE: Work Order 4344-661) (LD) A G E N D A Public Works Department Page 6 of 13 October 11, 1977 00020 i i em 13 . 'T_7BDIVISION MS 81-75 - 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 MS 81-75 has been satisfactorily completed. 2. Accept as County Roads the widening of Crow Canyon Road, the right of way for which had been granted by separate instrument recorded on June 9 , 1975 in Volume 7529 of Official Records on Page 423 et seq. 3. , Authorize the refund of the $1,500 cash deposit posted to insure the repair of broken sidewalk. Subdivider: Western America Land Corporation 3000 Sand Hill Road Menlo Park, CA 94025 Location: Subdivision MS 81-75 is located on the southwest corner of the intersection of Alcosta Boulevard and Crow Canyon Road. (LD) Item 14. SUBDIVISION SSS 164-72 - ACCEPT SUBDIVISION - Antioch Area It is recommended that the Board of Supervisors issue an Order stat- ing that the construction of improvements in Subdivision MS 164-72 has been satisfactorily completed. Subdivider: Dr. L. Sterns & Dr. L. Okun 2577 Samaritan Drive, Suite 710 San Jose, CA 95124 Location: Subdivision MS 164-72 fronts for 880 feet along the south side of Lone Tree Way, approximately 500 feet west of Empire Avenue. (LD). A G E_ N_ D A Public Works Department Page 7 of 13 October 11, 1977 O0021 :tem 15. SUBDIVISION MS 277-76 - APPROVE AGREEINIENT - Danville Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Albert Hann, 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 277-76 as required by the Board of Adjustment. Owner: Albert Hann 432 La Gonda Way Danville, CA 94526 Location: Subdivision MS 277-76 fronts for 85 feet on the east side of La Gonda Way 670 feet northeast of Danville Boulevard, and at the western terminus of Cathy Lane, a private road. (RE: Assessor's Parcel No. 200-161-002) (LD) Item 16 . LAND USE PER-MIT 2086-76 - APPROVE AGREEMENT - San Ramon Area- It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Glenn Kierstead, et al, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Land Use Permit 2086-76 as required by the Board of Adjustment, Owners: Glenn Kierstead, et al 2701 Crow Canyon Road San Ramon, CA 94583 Location: Fronts for approximately 222 feet on the southerly side of Crow Canyon Road, approximately 560 feet westerly of Old Crow Canyon Road. (RE: Assessor 's Parcel No. 209-010-002) (LD) Item 17 . SUBDIVISION MS 62-75 - APPROVE AGREEMENT - Brentwood Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Harry W. Leighton and Dorothy Kathleen Leighton, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision SIS 62-75 as required by the Planning Commission. (continued on next page) A G E_ N D_ A Public Works Department Page 8 of 13 October 11, 1977 000z2 Item 17 continued: Owners: Harry W. Leighton and Dorothy Kathleen Leighton P. 0. Box 114 Brentwood, CA 94513 Location: 1,200 feet on the south side of a private road running easterly from State Highway 4 , approximately 1,300 feet south of Laurel Avenue, in the Brentwood area. (RE: Assessor's Parcel No. 33-030-026) (LD) stem 18 . OCHO RIOS DRIVE-MIDLAND WAY - APPROVE TRAFFIC REGULATION - Danville Area At the request of local citizens and upon the basis of an engineer- ing and traffic study, it is recommended that Traffic Resolution No. 2385 be approved as follows : Pursuant to Section 21101 (b) of the California Vehicle Code, the intersection of OCHO RIOS DRIVE (=4727C) and MIDLAND WAY (-#4727K) , Danville, is hereby declared to be a stop intersection and all vehicles traveling on Ocho Rios Drive shall stop before entering said intersection. (TO) GENERAL Item 19. CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT - ACCEPT CONTRACT AS COM11LETE - Concord Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, accept as complete as of October 11, 1977 , the construction contract with 'Elmer A. Lundgren of Walnut Creek, for the remodeling of Sta- tion 18 , Contra Costa County Fire Protection District, 4647 Clayton Road, Concord, and direct its Clerk to file the appropriate Notice of Completion. (RE: 7100-4698) (B&G) Item 20. COUNTY HOSPITAL - ACCEPT CONTRACT AS COMPLETE - Martinez Area It is recommended that the Board of Supervisors accept as complete as of October 11, 1977 , the construction contract with Malpass Con- struction Company, Inc. of Pleasant Hill, for the construction of "J" and "I" Wards remodeling for Contra Costa County Hospital, 2500 Alhambra Avenue, Martinez, and direct its Clerk to file the appro- priate Notice of Completion. (continued on next page) A G E N D A Public Workp Department Page 9 of 13 Octobe ](,)Cl4a77 Item 20 continued: It is also recommended that the Board of Supervisors extend the con- tract time 91 days to the date of acceptance, as the contractor was delayed for a variety of reasons over which he had no control. A major reason for delay was late delivery of manufactured items . (RE: 4419-4161) (B&G) Item 21. COUNTY MAIN JAIL - ACCEPT CONTRACT AS COMPLETE - Martinez Area It is recommended that the Board of Supervisors accept as complete as of October 11, 1977 , the construction contract with Malpass Con- struction Company, Inc. of Pleasant Hill, for the Fire Safety Alter- ations at Contra Costa County Jail, 650 Pine Street, Martinez., and direct its Clerk to file the appropriate Notice of Completion— It ompletion—It is also recommended that the Board of Supervisors extend the con- tract time 43 days to the date of acceptance, as the contractor was delayed for a variety of reasons over which he had no control. A major reason for delay was late delivery of manufactured items . (RE: 0115-4129) (B&G) Item 22. SHERIFF'S REHABILITATION CENTER - APPROVE PLANS AND ADVERTISE FOR BIDS - Clayton Area It is recommended that the Board of Supervisors approve plans and specifications for the construction of the new Kitchen/Dining Hall Facility, Sheriff 's Rehabilitation Center, Marsh Creek Road, Clayton, and authorize its Clerk to advertise for construction bids to be received until 2:00 p.m. on Thursday, November 3 , 1977 . The architect's estimated construction cost (Base Bid) is $607,533 . 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. 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: 4411-4061) (B&G) A G E_ N D_ A_ Public Works Department Page 10 of 13 October 11, 1977 00024 Item 23. DETENTION FACILITY - APPROVE AGREEMENT - Martinez Area It is recommended that the Board of Supervisors authorize the Public Works Director to execute a Consulting Services Agreement with KCA Engineers, Inc. , San Francisco, California. The Agreement provides for establishing surveying control points to determine exact locations and elevations of column lines and floor slabs, respectively. This work will refine preliminary surveys used to establish rough site work in preparing the site for con- struction. The maximum payment under this Agreement is $14 ,000, which shall not be exceeded without written authorization of the Public Works Direc- tor. (RE: Work Order 5269-926) (DFP) Item 24 . DETENTION FACILITY - APPROVE AGREEMENT - Martinez Area It is recommended that the Board of Supervisors authorize the Public Works Director to execute a Consulting Services Agreement with Mechanical Consulting Company, Berkeley, California. The Agreement provides for the review of all plans and specifica- tions for heating, ventilating, air conditioning, fire-life safety, and all related control systems to be used in the new Detention Facility. It provides a final technical review of the functional and cost effectiveness of the proposed mechanical system and supplements review by County staff and Turner Construction Company. The maximum payment under this Agreement is $3,500, which shall not be exceeded without written authorization by the Public Works Direc- tor. (RE: Work Order 5269-926) (DFP) Item 25. AIRPORT HANGAR LEASE - APPROVE MORTGAGE CONSENT - Buchanan Field . It is recommended that the Board of Supervisors approve and autho- rize its. Chairman to execute Lessor 's Fourth Consent to Leasehold Mortgage between the County, as Lessor, Buchanan Airport Hangar Company, as Lessee, and Crocker National Bank, as Lender, to mort- gage the sixth and last constructed T-Hangar building in accordance with lease terms . The financing will be secured by a Deed of Trust on the Lessee 's leasehold interest only and does not subordinate any of the County 's interest. (RP) A G E N D A Public Works 'Department Page 11 of 13 October 1977 Item 26 . CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT- APPROVE INSPECTION CONTRACTS - Various Areas it is recommended that the Board of Supervisors, as ex officio the Governing Board of Contra Costa County Fire Protection District, approve and authorize the Public Works -Director to execute Inspec- tion Services Contracts with Mr. Robert G. Soto. These contracts are for contract documents review and construction inspection for the following Public Works projects: 1. HVAC Systems at Stations Nos. 1, 5 , 6 and 14 Contra Costa County Fire Protection District (7100-4696) 2. Apparatus Repair Shop, 2945 Treat Boulevard, Concord Contra Costa County Fire Protection District (7100-4697) The inspection contracts are effective October 11, 1977 . Payment is provided for services in accordance with the standard rates as indicated in the contracts. (B&G) Item 27. VARIOUS PUBLIC WORKS PROJECTS - APPROVE INSPECTION CONTRACTS - Various Areas It is recommended that the Board of Supervisors approve and autho- rize the Public Works Director to execute Inspection Services Con- tracts with Mr. Robert G. Soto. These contracts are for contract documents review and construction inspection for the following Public Works projects : 1. Community Park No. 1 (County Service Area R-7) , Alamo area Work Order No. 5486-927 2. Veterans ' Memorial Building, 102 Hartz Avenue, Danville Work Order No. 5480-927 3. North Wing Remodel, Planning Department, Administration Building, 651 Pine Street, Martinez . (0115-4111) 4 . George Miller, Jr. Memorial West Therapeutic Swimming Pool, 2801 Robert Miller Drive, Richmond (4419-4709) The inspection contracts are effective October 11, 1977 . Payment is provided for services in accordance with the standard rates as indicated,-in the contracts. (B&G) A_ G E N D A Public Works Deartment Page 12 of 13 Octob (*2bi977 ` 1 Itm e 28 . ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors : A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Grant Deed 9-29-77 Larry L. Freels, LUP 2162-76 et al 2 . Grant of Development 9-26-77 Danny C. Wells Sub. MS 79-76 Rights 3. Individual Grant Deed 9-26-77 Albert Hann, Sub. MS 277-76 et al B,. Accept the following instruments for recording only: 1. Offer of Dedication 9-30-77 Harry W. Leighton; Sub. MS 62=75 for Drainage Purposes et al . 2. Offer of Dedication 9-27-77 Marion McKeown, Sub. 4997 for Drainage Purposes et al (LD) Item 29 . CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings . " B. Report on Water Resources Conference and San Joaquin Valley Interagency Drainage Program Meeting. (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 . A G E N D A Public Works Department Page 13 of 13 October 11, 1977 . - 0002'7 r Prepared by _ Chief Engineer of the Contra Costa County {dater Agency October 7 , 1977 CALENDAR. OF WATER MEETINGS TIME ATTENDANCE )ATE DAY SPONSOR PLACE REMARKS Recommended Authorizatio )ct 11 Tues. Department of 7:00 p.m. Public Hearing-- Staff Water Resources Board of Proposed Operational Directors Room Criteria for the State Los Angeles Water Project--Dec. 1, 1977 to Dec. 31, 1978 Jct 12 Wed. American Assn. 7:30 p.m. Presentation--Delta Port of University Pleasant Hill Water Quality and Women Park and Rec. the Peripheral Canal Building )ct 13 Thurs. Department of 7:00 p.m. Public Hearing-- Staff Water Resources Room 1194 Proposed Operational 455 Golden Gate Criteria for the State' Avenue Water Project--Dec. 1, San Francisco 1977 to Dec. 31, 1978 )ct 14 Fri. Department of 10:00 a.m. Public Hearing-- ' Staff Water Resources. Room 102 Proposed Operational 1020 "N" Street Criteria for the State Sacramento Water Project--Dec. 1, 1977 to Dec. 31, 1978 vov . 2 Wed. Senate Assembly San Diego Interim Hearings Staff, 3 Thurs. Conference Los Angeles on Peripheral Canal 21 Mon. Committee Fresno Bill (SB 346-Ayala) 30 Wed.' San Francisco Dec 2 Fri. Redding 00028 A f w X-CUS, OCTOBER 11 , 1977 AGENDA •i• PUBLIC WORKS DEPAItT?4E VT CONTRA COSTA COUNTY" ITEM I Date: October 11 , 1977 To. Board of Supervisors RECEIVED From:/— L. Cline, Public ��Jorks Director 0v i 2 4 1 77 d. n. OLSSON CLERK BOARD OF SUPERVISORS Subject: Contract Award RecommendationL cor,�TgacOSTA co. Re: Project No. 5269-926-(45) Supervisorial District II Bids for the construction of Detention Facility Metal Decking, Detention Facility Project, Martinez, CA were received and opened in the office of the Public Works Director on Thursday, October 6, 1977. It is recommended that the Board of Supervisors award the construction contract - to the low bidder, INRYCO, Inc. of Fremont, CA, in the amount of $374,000 includ- ing the first alternate. The Engineer's estimate was $390,000. Other bids received were as follows: 1 . H. H. Robertson Company, San Francisco, CA iltC:dp cc.: County Administrator • County Counsel Clerk of the Board Turner Construction Detention Facility Project Manager Microfilmed 00029 X-BUS, OCTOBER 11 , 1977 AGENDA �- PUBLIC WORKS DEPARTMENT ITEM I CONTRA COSTA COUNTY Date: October 11 , 1977 To: Board of Supervisors ��,/• �,- /�-tom^ � . From: ,« Vernon L. Cline, Public Works Director Subject: Contract Award Recommendation Re: Project No. 4419-4152 Supervisorial District II. Bids for the construction of 1-1-1-IARD RE-ROOF at County Hospital , 2500 Alhambra Avenue, Martinez, CA were received and opened in the office of the Public Works Director on Thursday, October 6, 1977. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Sparks Roofing Co. of Martinez, CA, in the amount of $9,704.00. The Engineer's estimate was $10,000.00. Other bids received were as follows: 1 . Enterprise Roofing Co. $11 ,590 2. Bryant Co_ $14,342 3. Western Roofing Co. $16,203 VLC:dp cc: County Administrator. County Counsel Clerk of the Board Building Projects r. 00030 p Cc 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 microfilmed at a later. time) . 00031 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zoning Ordinances Passed Dates October 11, 1977 This beingg the date fixed to consider adoption of the following ordinances ) rezoning property as indicated, which was (were) duly introduced and hearing(s ) held; The Board orders that this (these) ordinance( s ) is ( are) passed, and the Clerk shall have it (them) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 77-80 Ray S. Taylor 2124-RZ Martinez Morning News Gazette 77-81 George Damico 2131-RZ Crockett San Pablo News 77-82 Thomas and Yvonne 2102-RZ Danville The Valley Dailey Pioneer PASSED on October 11, 1977 by the following vote: AYES: Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine, W. N. Boggess. NOES: None. ABSENT: Supervisor J. P. Kenny. I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex offic=io Clerk of the Board: on the 11th day of October 1 477 B D�/•ruty Jamie L. Johnson In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which was (were) duly introduced and. hearing(s) held; The Board ORDERS that said ordinance(s) is ..(are) adopted and the Clerk shall publish same as required by law. , Ordinance Number Subject Newspaper 77-103 Section 1002-6. 016 is added to provide Contra Costa that the Public Works Director may require Times proof of adequate liability insurance from applicants for encroachment permits. PASSED on October 11 1977 by the following vote of the Board: Supervisors AYES NOES ABSENT J. P. Kenny ( X) ( ) { ) N. C. Fanden ( X) ( ) •R. I. Schroder { ) (X) W. N. Boggess E. H. Hasseltine � X� 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 11th day of October 1977 // J. R. OLSSON. Clerk ayir�,U� �J??�3 _ ; Deputy Clerk H 24 12/74 • 15•M Jamie Z. Johnson OOt3 In the Board of Supervisors of Contra Costa County, State of California October 11 19 77' In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on October 11, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed thisllth day of October 19 77 J. R. OLSSON, Clerk By. lzu �—�/ . Deputy Clerk Jamie L. Johnson H-24 3/76 15m 00034 lr POSITION ADJUSTMENT REQUEST No: Department Social Service Budget Unit 581 Date February 7, 1977 Action Requested: Cancel one (1 ) Home Health Aide-CETA position (581-763/06) and add one (1 ) Human Services Worker II-CETA position. Proposed effective date: ASAP Explain why adjustment is needed: To appropriately Classify the position based on the dijties Estimated`g st=f Ujustment: Amount: t_ 1 . Saf nies,`jnd�ages: - �$ 260. 2. Fi bid Asets.l (t ibt itand co.bt) ' �= -' 1,017 --r cn C�i; o f E i 1 J _ � t ,f.� _. �-r .ii.`�ii�ItQj F ' HUMAN RES�"'C� AGENCY Estimated tota1a (% f �% $ 260. 1^-.�n:c•;c:,` '' .-:.., to /�, �. Signature / Depart bnt Head Initial Determination of County Administrator Date: February 24, 1977 To Civil Service: Request recommendation. Count ld 49trator Personnel Office and/or Civil Service Commission Da' e: October 5, 1977 Classification and Pay Recommendation Reclassify 1 Hone Health Aide-CETA to Human Services Worker II-CETA. • Study discloses duties and responsibilities now being performed justify reclassification to Human Services Worker II-CETA. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Home Health Aide-CETA, position #01, Salary Level 183 (644-783) to Human Services Worker II-CETA, Salary Level 214t (780-860) . Assistantfi-rector Recommendation of County Administrator '/Date: October 7, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 12, 1977. County Administrator Action of the Board of Su ervisors OCT 111977 Adjustment APPROVED ( on J OLSSON, County Clerk Date: 0 C T 11 1977 By: Patrici,i A. Ce-'1 Deputy Clerk APPROVAL o6 this adjust me it eonsti tater an Appnopr„c a tion AcLiw6tmemt ajid Pe s onnet ReaoZuttiotl Ame idment. 1 ; NOTE: Top section and reverse side of form murtbe completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0003 i P L� POS I T I ON ADJUSTMENT REQUEST No: `�1l 71 Department SOCIAL SERVICE Budget Unit 581 3-8-77 Action Requested: Reclassify one (1 ) Home Health Aide-CETA position 7#05 to Human Services Worker II-CETA. Proposed effective date: ASAP Explain `why a' usement is needed: To properly classify the position based on the duties assigned. (i-Umght: Derek Hamilton). Estimated_ cos,t�.of-:adjustment• Contra Costa Cour"Y Amount: R�C NED I . Salaries and wages: $ 195 2. 'Fiked _;Assets. (Zi,a4'- .c tema and coat) pi;ice �f rcounf�Adminis or Estimated toe. y• 5 Y.Ut�1."-.ti RESC�+'•CSS AG�nICY (� Aproved '^'_,,,_, , e Signature -------------- Head Initial Determination of County Administrator Date: August 12 , 1977 To Civil Service for review and recomtn Rion. '_ :> / Count �Adm+nistrator Personnel Office and/or Civil Service Commission t✓Date: October 5. 1977 Classification and Pay Recommendation Reclassify 1 Home Health Aide-CETA to Human Services Worker II-CETA. Study discloses duties and responsibilities now being performed justify reclassification to Human Services Worker II-CETA. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Home Health Aide-CETA, position #02, Salary Level 183 (644-783) to Human Services ' Worker II-CETA, Salary Level 214t (780-860) . Assistant Personnel..A-frector Recommendation of County Administrator Date: October 7 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 12, 1977. County Administrator G Action of the Board of Supervisors OCT I1 1977 Adjustment APPROVED ( ) on J. R. OLSSON, County Clerk Date: OCT 1 1 1977_- By: n 1 !� Patricia A. Bell ) Deputy Clerk APPROVAL o6 .t1t,i-6 adjubttment eonzt tutea an Appnop.tiati-on AdjustinciLt curd Pe.,7,6onne.0 Ruotutti.on Amendment. " NOTE: Top section and reverse side of form mulct be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (116347) (Rev. 11/70) 000133" It POSITION ADJUSTMENT REQUEST No: 62 f; Department Auditor-Data Processing Budget Unit 0147 Date 9-14-77 Action Requested: Add one Systems Software Analyst ( Project) Proposed effective date: ASAP- Explain SAPExplain why. adjustment is needed: To provide technical support for the teleprocess- ing facilities , operating system, and other proprietary or utility software of the Criminal Justice mini computer systems . Estimated cost of adjustment: Contra Costa County Amount: 1 . Salaries and wages: RECEIVED $ 11 ,704 2. Fixed Assets: (ZP 6t .Uenis and cost) . SFP ?i 1977 Desk - $250 tike $ 25n a. Estimated tota $ 11 ,950 �. Signature Depaftment K ad I T1 1',_Determi nati on of County Administrator a Date: September 28, 1977 o 8iffil Service: ' Request recommendation. C6unt Administrator Personnel Office and/or Civil Service Commission Date: OrrnbPr 5, 1977 Classification and Pay Recommendation Allocate the class of Systems Software Analyst-Project on an Exempt basis and classify 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Systems Software Analyst-Project, at 1977-78 Salary Level 452 (1462-1777) and 1978-79 Salary Level 468 (1535-1866) ; also amend Resolution 71/17 to reflect the addition of 1 Exempt position. of Systems Software Analyst-Project. Can be effective day following Board action. This class is not exempt from overtime. Assistant Personnel, i-rector Recommendation of County Administrator Date: October 7 , 1977 Recommendation of Personnel Office and/or Civil Service 1 Commission approved effective October 12, 1977 . iI County Administrators Action of the Board of Supervisors E Adjustment APPROVED { ) on OCT 11 1977 I J . R. OLSSON, County Clerk Date: OCT 11 1977 By: Patricia A. Bell L'..p„,y Lierk APPROVAL o3' -t;Li s ddj1L5.t111U:-t West shutes cul AppnopniatEon Adjus-bnent ejzd Pe soan(?I R✓S V•�'tl�LUII r�iJ1f 1lti!11�.1Lt. NOTE: Top section and reverse side of form into t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected.. P 300 (M347) (Rev. 11/70) -- 00037 i t/ POSITION ADJUSTMENT REQUEST No: lo/ o3q Department HEALTH Budget Unit 0450 Date 8-8-77 Action Requested: Cancel the following Project Exempt positions '(1) Lead Vector Controller #02; (2) Vector Controller-Project #09,10; (4) Community Aide-Project X101, 02, 03 & 04; (1) Staff Nurse II-Project 1101 Proposed effective date: ASAP Explain why adjustment is needed: To cancel project positions affected by termination of Lead Project (7-30-77) and reduction in the Rat Program: , Estimated cost of adjustment: Amount: 1 . Salaries and wages: ContrO Costa County $ " All salary costs 2. Fixed Assets: (tist .gems cued co6t) for the above positions r- , have been deleted from c $ 77-78 Budget. QMA�RtgL"CES ADEN Y 7 . Ap_ove4l r.�� Estimated totalOffi�co $ ,,� _ ....•-• - un , dm'istrat `Dale _ Signature b -for Depa tment HeAdy f� Initial Determination of County Administrator Date: SeptenVer 27, 1977 To Civil -Service for review and recomm ion i CountV AdmWfllstrator Personnel Office and/or Civil Service Commission Date: October 5. 1977 Classification and Pay Recommendation Cancel (1) Lead Vector Controller-Project position #02; (2) Vector Controller-Project position 09 & #10; (4) Community Aide-Project positions #01, #02, #03, #04 and (1) Staff Nurse II- Project, position #01. The above action can be accomplished by amending Resolution 71/17 by cancelling the follow- ing positions: Lead Vector Controller-Project, position #02, Salary Level 324 (990-1203) ; Vector Controller-Project positions #09, #10, Salary Level 292 (898-1091) ; Community Aide- Project, positions #01, #02, #03, #04, Salary Level 214 (708-,860); and Staff Nurse II-Project, Salary Level 374t (1271-1401) . Can be effective day following Board action. i Assistant Personnel I)Trector Recommendation of County Administrator ate: October 7, 1977 10h Recommendation of Personnel Office and/or Civil Service Commission approved effective October 12, 1977. MAW# County Administrator Action of the Board of Supervisors Adjustment APPROVED ( )- on C T ] �� J. R. OLSSON, County Clerk DCT 11 1977 Date: By: Patricia A. Bell, DeFufy, Clerk APPROVAL o6 t1Lib adjubtinent eon6t tutes an Appaop& ati.on Adju6tme.iLt and Pezaonnet Reso.2uti.on Amendment. MOTE: Top section and reverse side of form tmwt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00 038 P O S I T I O N A D J U S T M E N T R E Q U E S T No: / u-0� SCJ PUBLIC WORKS Ory, ri7753 650 Department Budget Unit Date 9-15-77 Action Requested: Reclassify one Recreation Assistant .- CETA to Recreation Leader - CETA Proposed effective date: ASAP Explain why adjustment is needed: To fill a vacancy we were unable to fill at the lower level Estimated cost of adjustment: Amount: Rec.Ldr. - 5.07 hr 1 . Salaries and wages: " Asst, - 2.62 hr $ 2.45 hr. 2. Fixed Ass eGCc( rancfyco.6 ) r; Estimated total Cos $ 2.45 hr. ' — Of ice of ,Signature ,. partment H Iniiial Determination of County Administrator D e: 1077 To Civil Service : Request recommendation. Count APM s t6ator Personnel Office and/or Civil Service Commission ate: October 5, 1977 Classification and Pay Recommendation Allocate the class of Recreation Leader-CETA on an Exempt basis and classify 1 exempt position. Remove the class of Recreation Assistant--CETA and cancel 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Recreation Leader-CETA, 1977-78 Salary Level 237t (837-923) and 1978-79 Salary Level 253t (879-969) and by removing the class of Recreation Assistant-CETA, Salary Level 053 (433-526) ; and amending Resolution 71/17 to reflect the addition of 1 Exempt position of Recreation Leader-CETA-and the cancellation of 1 Exempt position of Recreation Assistant-CETA, position #01. Can be effective day following Board action. The above class is not exempt from overtime. r for Personnel DI-rector Recommendation of County Administrator ,/pate: October 7, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective October 12, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on OCT I 1 1o7-i J. R. OLSSON, County Clerk OCT 11 1977 Date. By: Rojaol t L\ ) (2-a C. Patricia A. Bell deputy Clerk APPROVAL e 5 thiz ad j urtinent eorzAt tute a an Appno pn icrt i.on Ad j urtmen t and Pe,u cnne e ReSotution Amendme st. . (COTE: Top section and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00039 Contra Costa County October 1977 RECREATION LEADER-CETA DEFINITION• Under general supervision, to lead recreation, .and sports activities; and to do related work as required. DISTINGUISHING CHARACTERISTICS: Incumbents in this class are exempt from classified service and work in federally funded project positions administered by Contra Costa County. TYPICAL TASKS: Directs recreation activities such as: playground games, team sports and leisure time activities; keeps custody of and distributes game equipment; assists in activity scheduling and registration; maintains ' activity control and discipline; promotes participation. MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education and Experience: An appropriate combination of training and experience which provides the knowledge and ability to direct recreation activities. Knowledge of the principles and practices of recreation activity; knowledge of general methods, equipment and terminology used in recreation activities; ability to lead an assigned recreation activity; ability to control and maintain discipline. Class No. Class Code No. RP:rfl 10/03/77 cc: Public Works - HDC, RH, RKH, WGR, EK, SAFETY, TRAINING Departmental Approva ,yp Date Adjustment APPROVED on UUT 1 1 ioZT J. R. OLSSON, County Clerk Date: OCT 11 197'/7 By: a i Patricia A. Bel! Deputy Clerk APPROVAL ci th,i.a adjustment eon tituteA an APPnoPAiati.on. Adjustment and PeuonneZ Rmotuti.on Amendment. a r POS I T I ON ADJUSTMENT REQUEST No: v/,-o Department Civil Service (CETA) Budget Unit 035 Date 10/5/77 Action Requested: Establish class of Animal Licensing Assistant-CETA and Communications Equipment Trainee-CETA. Proposed effective date: ASAP Explain why adjustment is needed: to expend Federal Funds-CETA program. Estimated cost of adjustment: Contra Costa County Amount: 1 . Salaries and wages: RECEIVED s 2. Fixed Assets: f tizt -i tema cued cost) GGT _ C 1977 ' Estimated t� w-/ �ldrpinistrator. $ Signature ✓ for Departmen ea Initial Determination of County Administrator //Date: County Administrator Personnel Office and/or Civil Service Commission Date: October 5. 1977 Classification and Pay Recommendation "'locate the classes of Animal Licensing Assistant-CETA and Communications Equipment Trainee- CETA on an Exempt basis. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Animal Licensing Assistant-CETA at 1977-78 Salary Level 153 (588-714) and 1978-79 Salary Level 169 (617-750) AND Communications Equipment Trainee-CETA, 1977-78 Salary Level 203t (754-832) and 1978-79 Salary Level 219t (792-873) . Can be effective day following Board action. The above classes are not exempt from overtime. for Personnel + ctor Recommendation of County Administrator , ,Bate: October Recommendation of Personnel Office and/or Civil Service Commission approved effective October 12, 1977. County Admini rator Action of the Board of Supervisors OCT 1 1 1977 Adjustment APPROVED ( ) on _ J. R. OLSSON, County Cleric OCT 11 1977 Date. By• �QQLC Patricia A. Belk Depu:y Clerk APPROVAL o% thin adjustment co;1stitutea an ApptopA.Za on Adjuatinert and Pex6onnee Ruo.Pution Amendment. 1 NOTE: Top section and reverse side of form fmurt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/701 00040 I � r D R A F T 1977-78 Proposed Salary Level : 153 (688-714) 1978-79 Proposed .Salary Level : 169 (617-750) Contra Costa County October '1977 ANIMAL LICENSING ASSISTANT-CETA DEFINITION: Under supervision, gathers dog and cat census information by questioning County residents; provides information on dog licensing procedures and other animal control activities and service; and does related work as required. ' DISTINGUISHING CHARACTERISTICS: Incumbents in this class are exempt from the classified service and work in federally funded positions administered by Contra Costa County. TYPICAL TASKS• . Goes door-to-door and questions residents regarding owner possession of dogs and cats; advises owners of unlicensed dogs of possible citation; provides written and verbal information regarding County dog licensing procedures and other animal control activities and services; and completes necessary forms. MINIMUM QUALIFICATIONS: License Required: Possession of a Valid California Motor Vehicle Operator's License. Age Requirement: At least 18 years of age. Ability to obtain necessary information from the public in .a pleasant and tactful manner; ability to walk long distances daily; ability to fill out forms in a proper manner. Class No. Class Code No. MCB:rfl 9/30/77 cc: Agriculture Department HDC, RH, RKH, EK, WGR, SAFETY, TRAINING 1 Departmental Approval `�f f�ic•,xc.,� Date i 7 00041 ..I r 1 �D R A F T 1977-78 Proposed Salary Level : 203T (754-832) / 1978-79 Proposed Salary Level : 219T (792-873) Contra Costa County October 1977 COMMUNICATIONS EQUIPMENT TRAINEE-CETA DEFINITION: In a training capacity, to learn to perform various manual tasks related to the installation of radio communications equipment; and to do related work as required. DISTINGUISHING CHARACTERISTICS: Incumbents in this class are exempt from -classified service and work in federally funded project positions administered by Contra Costa County. TYPICAL TASKS: Assist Communication Equipment Aides in the installation of radios in mobile communications units; drills holes in trunk and roof of vehicle, pulls cable through conduits, staples wire, mounts antenna, mounts speakers and control head in - cab, mount unit in trunk and the relay and battery cables in engine compartment; assists in 'the removal of radios from mobile units for repair; receives and stores parts and tools necessary for repairs; assists Communications Technicians in the less complex aspects of the repair of communications towers; passes tools and parts up rope pulley, secures safety devices, etc. ; performs clean-up duties, such as sweeping, mop , ping and dusting; performs routine maintenance on radio repeater sites, including painting, minor repairs and checking water and oil levels on stand-by generators; loads and unloads vehicles; as required, may perform simple installations and removal of equipment under the direct supervision of a Communication Equipment Aide. MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Knowledge of and the ability to use small hand tools; ability to learn rudimentary electrical theory; ability to understand simple electrical drawings and schematic diagrams; ability to learn procedures for the use of shop equipment; aptitude for learning mechanical and electrical work; manual dexterity and agility; and ability to carry out written and oral directions. Class No. Class Code No. RP:rfl 10/04/77 cc: Sheriff's Department HDC, RH, RKH, WR, EK, SAFETY, TRAINING Departmental Approval Da e /7 7 00042 e POS I T I ON ADJUSTMENT ' REQUEST No: /6`0 3 6 5200 Department Social Service Budget Unit qnl Date September 14. 1977 Action Requested: Reallocation of work hours for three Social Casework _S13prialist 11 positions (#5200 501 XOVB 491/75, 5200 501 XOVB 491/26, 5200 501 XOVB 491/56) with no net change in total work Proposed effective date: hours. Explain why adjustment is needed: To establish three 24/401 onsitinns in lipu Of two 20�40 - positions and orter,32/-40 position Estimated .4st oLfadjustment: Amount: -i. 1 . Sa7 ari es',.and`'wages: Contra Costa County 2. Fixed Assets: (tiz-t -i toms acid cost) nEIVED SER 1J77 -_ Estimated total .,. �. �,-660t, ins r'` Signature Department Head Initial Determination of County Administrator Date: September 26 -1977 To Civil Service for review and recommend, fipn. Count " dmini rator Personnel Office and/or Civil Service Commission Date: octohar 50 1977 Classification and Pay Recommendation Increase hours of Social Casework Specialist II, #501-26 & #501-56 and decrease hours of Social Casework Specialist II, #501-75 . Study discloses duties and responsibilities remain appropriate to the class of Social Casework Specialist II. The above action can be accomplished by amending Resolution 71/17 by increasing the hours of 20/40 Social Casework Specialist II position ;501-26 & 11501-56 to 24/40 and decrease the .hours of Social Casework Specialist II position 11501-75 to 24/40, all at Salary Level 415 (13U6-1588) . Can be effective day following Board action. i Assistant Persona 1 Director Recommendation of County Administrator J Date: October 7 • 1977 - Recommendation ..of Personnel Office and/or Civil Service Commission approved effective October 12,'1977 . County Administrator Action of the Board of Supervisors OCT 11 1977 i Adjustment APPROVED ( ) on i J. It. OLSSON, County Clerk t Date: OCT 1. 1 1977 By: {_ � "" 'II� �,� t' Palrid• t A. 1301 , _,i.; iy c. uik APPROVAL of .tkLs adjccstmekit c0rz,5. tu,tce cut App).opntati.on Adjustment and Pct-sonnei'_ Rcrs o.utti�;rt ,lige-�L�1�i�e rt t. NOTE: Too section and reverse side of form mwt be completed and supplemented, when j appropriate, by an organization chart depicting the section or office affected. s ti� , nn ��{{ i P 300 (N'347) (Rev. 11/70) U�V"f� In the Board of Supervisors of Contra Costa County, State of California Oc-tnhPr 11 19:.Z-Z In the Matter 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 October 11, 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 llthday of October 19 77 J. R. OLSSON, Clerk Bya �'i� , Deputy Clerk Jamie L. Johnson 00044 H-24 3/76 15m CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING 1. DEPARTMENT OR ORGANIZATION UNIT:Community Services (OEO) 0588 ORGANIZATiOK SUB-OBJECT 2. FIXED ASSET <bECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 90. IQUANTtTY 0588 1040 Retirement 545 1042 F.I.C.A. 240 1060 Employee Health Insurance 190 2100 Office Expense 2,250 420 2111 Telephone Exch. Svc. 2300 Transportation, Other 2,300 2301 Auto Mileage, Employees 500 I2303 Other Travel , Employees 610 2310 Prof. & Personal Svcs. 19,055 2361 Workers Comp. Ins. 125 2477 Ed. Supplies & Courses 500 4951 Office Equip. Furniture: 2 Desks with typewriter extensions 0001 2 780 ogq,o 1.301 Reserve for Contingencies 27,515 ` 1 Appropriable new revenue 27,515 �--- r— t a- o s — o t7:11 IL O W O C/D APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROL ER To reflect additional funding included in Head Start . _iwc t / / Federal Grant Actions H-0375-L-H/4, H-5, and H-6. 100% By: °0 ° federal funds. COUNTY ADMINISTRATOR Desks with extension to replace Desk 7#2456 and 7#2838 By: Date la furnished by the County to OEO as local share in 1965. BOARD OF SUPERVISORS YES: Supuvti&3 Kenny.I:2hden. `Bo gess.IIassclrine NO: R. I.Schroder On / / '/ ' A. P. Boileau .1., LSSON, CLERK 4 for Rita S. Hays, Acting Director 9 7 77 ' � SIGNATURE TITi. ,� DAT[ gy. lLLJJJ��� tQ APPR-OPMAT!ON Patricia e ) t;ePuI`Y Clerk ADJ. JOURNAL n0. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 L DEPARTNENT ON ORGANIZATION UNIT: ACCOUNT CODING ORGANIZATION REVENUE 2- INCREASE <DECREASE> ACCOUNT 1400 9552 Federal Aid Community Services Administration 27,515 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER' By: Date p fW 77 To establish additional revenue appropriations for Federal Grant Actions H�0375-L-11/4, COUNTY ADMINISTRATOR H5 and H-6 By: f Date BOARD OF SUPERVISORS Sopwinaa Kenny.Fsb&n. YES S. i Boggesi;HasseltiiK NO: C\,o Date ka iii/ . Abbe-4, A- 1.Schroder J.R. OLSSON, CLERK I,.JJ(�n(�4 IIJJ�0 Patricia A. Belk, uePuty Clerk REVENUE ADJ. R A00 5022 JOURNAL NO. (M 8134 7/77) 1 1 i y CONTRA COSTA COUNTY 0 APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Community Services (OEO) 0588 ORGANIZATION SUB-OBJECT 2. FIXED ASSET <�11ECREASE' INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0588 104W/ Retirement 545 1042 F.I.C.A. 240 1060 Employee Health Insurance 190 2100 Office Expense 2,250 2111 Telephone Exch. Svc. 420 2300 Transportation, Other 2,300 2301 Auto Mileage, Employees 500 2303 Other Travel , Employees 610 2310 Prof. & Personal Svcs. 19,055 2361 Workers Comp. Ins. 125 2477 Ed. Supplies Courses 500 4951 Office Equip. Furniture: 2 Desks with typewriter extensions cool 2 780 044a (301 Reserve for Contingencies 27,515 Appropriable new revenue 27,515 r-- Uj = Z C:) too .. . C= W O APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROL ER To reflect additional funding included in Head Start C_ Data" / / Federal Grant Actions H-0375-L-H/4, H-5, and H-6. 100% By: federal funds COUNTY ADMINISTRATOR Desks with extension to replace Desk #2456 and #2838 By: Date 1)/*/77 furnished by the County to OEO as local share in 1965. BOARD OF SUPERVISORS YES: SupervlsArs Kcnm'.Fanden, `B,,S;css.I,lasschine NO: I pb�iep� ; Iq R. I. Schroder On / / ,7 (� ' A. P. Boileau J. LSSON, CLERK 4 for Rita S. Hays, Acting Director 9 ?7j7 i SIGNATURE TITL DAT[ �� APPROPRIATION A PO 9941 5y 8tt'IC1 1'aPuty Clerk ADJ. JOURNAL 00. (A! 129 Ray 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 1 l -INS TIUJCTIONS, r - : s _. Nom FORMS ARE AVAILABLE FROM CENTRAL' SERVICE'OFFICE 3 A. Prepare Appropriation Adjustments,- Forst�M,129;l iri quadruplicate plus any internal copies desired. If more than one department t or district is concerned, prepare an additional :copy for"each :' additional department or district concerned.. r � : B. Complete all four parts of the form as follows, ­. r 1. Department: Show name of department or organization unit requestiYi' this s Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also; shoal the-=amount in even dollars that each account is to be increased or (decreased)_ . - If this adjustment affects Fixed Asset equipment items list the items shoving quantity., description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. -Send the original and other requested copies to the County Auditor- 0 controller's °office--for"processing . ,z-,: 111-',.e•ir_.?� . CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 ACCOUNT CODING I.OEFARTNENT ON ORCANIZATION UNIT. ORGANIZATION REVENUE i. INCREASE DECREAS ACCOUNT REVENUE DESCRIPTION 1400 9552 Federal Aid Community Services Administration 27,515 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER' By: Dateg /3d 77 To establish additional revenue appropriations for Federal Grant Actions H=0375-L-H/4, COUNTY ADMINISTRATOR HS and H-6 By lin,ef Date t0/6/ -77 BOARD OF SUPERVISORS YES: Sqowiloa Keno.FA&n, ammix Boggess:Hassetcine NO: tom` Date 's (�b 1�z.,�� A•�.Schroder J.R. OLSSON, CLERK 00(,Off45 Patricia A. Beth, Ueputy Clerk REVENUE ADJ. RA00 5022 JOURNAL NO. (M 8134 T/TT) w1 I pFpFY CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT COOING 1. DEPARTMENT OA ORGANIZATION 1NIT: HEALTH PROJECTS 0451 ORGANIZATION $111-01JECT 2. FIXED ASSET JECREASC, INCREASE O/JECT OF EXPENSE OR FIXED ASSET ITEM N0. /NANTITT 5735 2100 Office Supplies 872 5735 2301 Travel 2,000 5735 2310 Personal & Professional Services 20,000 5735 1081 Lab or;:Received/PrGyid.24 6,195 0450 1081 Labor Tee,:;IV ePro Videc( 6,195 0990 6301 Reserve for Contingencies 22,872 0990 6301 Appropriable New Revenue 29,067 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-C,gNTR ER To allow for the expenditure of carry over funds Bye Oats 1 /30/77 from fiscal year 1976-77 in the E.P.S.D.T. COUNTY ADMINISTRATOR project 45735. P J �aaue•ty19��7 By: ^ not. D /G/77 BOARD OF SUPERVISORS YES: $upcnisors Kenny.F�},deA, Immoft Bows.H�sselrine NO: AID a� hbk-4: R. I. Schroder OR i0/ It/d7 J.R. OLSSON, CLERK 4. f lt1�MATYw[ TITLE SATE By: _ n1 Al2R,IRIATI,N 4 A a Ticia A. @ i Deputy Clerk ADJ. J1NRYl N1. _ (M 12S Nov. T/TT) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 ACCOUNT CODING L DEPARTNENT OR ORGANIZATION UNIT: Health Projects - E.P.S.D.T. INGANIZATIIN REVENUE 2. INCREASE DECREAS ACCIUNT REVENUE DESCRIPTION 5735 9497 Federal E.P.S.D.T. Program 29,067 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER' By: Dare 3677 To establish a revenue appropriation for the carryover funds for the E.P.S.D.T, project COUNTY ADMINISTRATOR program By: Dote l0/�/� BOARD OF SUPERVISORS YES:Supermors ES•Supermors Denny,I•aiumi. ``` Boggess.Hauddae NO: lib 1��C, Date �7 R. 1.ScnroOj J.R. OLSSON, CLERK By � rl ,� S SI ( 0(�48Q PatriciaatrlA. Deputy Clerk Oi�V`ZV REVENUE ADJ. RA00 5020 JOURNAL NO. (M 6134 7/77) Ing HEALTH DEPARTMENT Contra Costa County TO: Ron DeVincenzi, Fiscal Officer DATE: September 20, 1977 FROM: ;'Allan Leavitt Administrative Analyst SUBJECT: Appropriation Adjustment t The attached appropriation adjustment is submitted for your review and transmittal to the County Administrator's Office. The adjustment allows for the expenditure of carry over funds from fiscal year 76-77 for the E.F.S.D.T. project. The continuation of the project was approved by the Board on August 16, 1977. Should you have any questions, please do not hesitate to call me. as � •tv m. -. M i..r m o "[: M Q-4d M-4 t 00049 GA-9 Ina a.M In the Board of Supervisors of Contra Costa County, State of California August 16 1977 In the Matter of Extension of Early Periodic Screening Diagnosis and Treatment Project (7#29-213-3) Itis by the Board ORDERED that it approves acceptance of the State Department of Health proposal to continue the project "Demonstration of Implementation of E.P.S.D.T. Program in Two Model Areas (Urban and Rural) in Contra Costa County (Parts I and II)" to October 31 , 1977 to allow for County expenditure of unexpended funds from Fiscal Year 1976/77. Passed by the Board on August 16, 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 Orig: '-Human Resources Agency Supervisors Attn: Contracts & Grants Unit offixed this l6thday of August 197 cc: County Administrator County Auditor-Controller County Health Officer J. R. OLSSON. Clark State Department of Health �,� Deputy Clerk r.a _e ?-1. h;eufe„ 00050 H - 24 3/76 ISm CONTRA' COSTA COUNTY APPROPRIATION ADJUSTMENT t T/C 2 7 1. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Orinda Fire Protection District ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 7080 4956 Micro Ovens 0010 3 1119. 7080 6301 For Micro Ovens 1119. Z Ir o - L� Wi rC"t - W co. J 10 Contra Costa County RECEIVED W OCT - 3 1577 CIO M County _ PPROVED 3. EXPLANATION OF REQUEST AUDIT ROLL To provide three (3) portable microwave ovens for three / fire stations in order to conserve fuel and energy and By: Date still allow personel .on 24 hour shift to ,prepare meals. f COUNTY ADINISTRATOR By= T Datelo It /17 BOARD OF SUPERVISORS super.isors F:c!Boggess. Hassekiae hden- YES: t N 0: ('w N L t b ,A : R. i. Schroder On Ib / / � J.R. OLSSON CLERK 4 D. H. Evans Fire Chief 9 /2y 77 • SIGNATURE TITLE DATE ey� APPROPRIATION �K1 a ncia C11 Deputy Clerk . ADJ. JOURNAL NO..K1 (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE C CONTRA -COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTNENT 00 ORGANIZATION ONIT: ACCOUNT CODING DELTA MARSHAL, DEELTA JUDICIAL DISTRICT ORiANIZATION BOB-OBJECT 2. FIXED ASSET gECREASp INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 0265 4951 Electric Typewriter- fixed asset 00c) / 100 0265 2301 Auto Mileage Employees 100 ti d v 0z - U t i.f ,�U Oj a • APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER Increase in price of IBM electric tupewriter _S �-JLYI_ and upgrading type of typewriter to . fit needs ey,� S'� Dat• }0/`-t/77 of office COUNTY ADMINISTRATOR By: DaN ko BOARD OF SUPERVISORS YES: -u*cn•isots Ken nv.fiihdon, Schnxkr.Bogess•Hawkine NO:4C)4e, � �A' ,fl. L Schroder on 10 !11177 c_ " J.R. OLSSON, CLERK nald E. errill Marshal 9/60/77 TITL[ OAT[ "��TTTCTa�°C-1'fvTr DVUty Clerk ADJ. JOORYL 10. (N 129 Raw. 7/77) •EE INGTRUCTION• ON REV1143E $IDE I CON`FRA C3STA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING County Counsel ORGANIZATION SUB-OBJECT 2. FIXED ASSET <IECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 1715 2100 Office Expenses $25 .00 1715 4951 Fixed Asset No. 0002 T'rasAScrl6elr 0oo2. $25.00 r� .. W CU J O Lt `� © U APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR,04ER price Increase between budgeting time and fall. By: C Date 10/:5/77 COUNTY ADMINISTRATOR By: Date o/6 /77 BOARD OF SUPERVISORS YES: Supervisors Kenny,FaWen, Iloggess,Has&ddne N0: R. t. Schroder On J.R. OLSSON, CLERK 4. County Counsel 10/3 /77 � r SIGNATURE TITLE By. 0, epu Clerk 00 APPROPRIATION A P00 502 {LLLf;L� ADJ. JOURNAL N0. (M 129 Ray. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE r CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 1. DEPARTMENT OR ORGANIZATION UNIT_ ACCOUNT CODING Board of Supervisors ORGANIZATION SUB-OBJECT 2. FIXED ASSET <IECREASE' INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANIITY 0001 4951 File Horizontal 0001 1 270 0001 2310 Tran to 4951 0001 270 (Prof. & Pers. Svcs.) APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR LLER To provide a file cabinetforSuperivsor Hasseltine's By: Date 10/4 /77 Danville office. COUNTY ADMINISTRATOR By: 3, Dateko /b /77 BOARD OF SUPERVISORS 5u erv►surs Kenny.Fabdea. YES- NO: ES:NO: 0 ey 4t � R. !.SChttl On - J.R. OLSSON, CLERK 4. 11"� SIGNATURE TITLE TE By' By: ( ek APPROPRIATION yPOO 5lttrrrJJi,N�YY��!!!i'/llttt"` Patricia A. Bell Deputy Clerk ADJ. JOURNAL 10. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 1 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 1. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING County Administrator ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT Of EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0003 4951 Desk - 30 x 60 000 { 4 1,240 0003 4951 Calculator 0003 3 750 0003 4951 Calculator 0005 1 700 0003 4951 Dictation Machine 000(0 4 1,800 0003 4951 Transcriber 0007 2 900 0003 4951 Typewriter 0001 1 500 0003 2100 Office Expense 2,933 0003 2310 Professional Services 5,128 4405 4199 Various Alterations 1,850 0150 2310 Professional Services 1,845 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-C R L R `�' To purchase necessary furniture for Risk By: Date Manager,�� Manager, Capital Projects, Management Audit and Clerical Positions approved by COUNTY ADMINISTRATOR the Board. By: Date V0 /(2 BOARD OF SUPERVISORS YES• Superwsurs Kenny.Fandcn, BWCU.Hasseltibt N0: 1W\s'— � � R. I. Schroder On / _ 00055 J.R. OLSSON, CLERK 4. F. FERNANDEZ, Assist. Co. Admin.-Finance 10/5/77 ((�� SIGNATURE TITLE G DATE By( i )J kQ C1` l�2J�Y APPROPRIATION Q POO Sd Z t Patricia A. Belt Deputy Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/7T) SEE INSTRUCTIONS ON REVERSE SIDE ism o ;' _ CONTRA COSTA COUNTY 18 APPROPRIATION ADJUSTMENT T/C t T ACCOUNT COOING I. DEPANTNENT ON 01CANIZATI11 KNIT: MEDICAL SERVICES 0540 ORIANIZATI11 SUI-OIJECT 2. FIXED ASSET <bECREASp INCREASE OIJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 649 1013 Temporary Salaries $9,138 2100 Office Expense 5,000 2110 Communications 5,000 2170 Household Expense 4,609 2250 Rent of Equipment 1,200 2260 Rent of Real Property 20,130 2301 Auto Mileage Employees 6,800 2311 Outside Hospital Service 36,900 4951 Typewriter, Electric 0020 2 1,758 4951 Transcribers 0022 2 1,160 4951 Dictators 002S 4 2,323 4952'1 Desks 13024 9 1,991 4951 File Cabinet 0013 1 200 4951 Adding Machine 0111 1 200 6960 1011 Permanent Salaries $96,409 APPROVED 3. EXPLANATION OF REQUEST The above adjustments reflect AUDITOR-CONTROLLER the estimated needs for a new Mental Continuing Care Data /x/77 Service program effective September 1, 1977. This. program is estimated to cost approximately $289,300 for FY77-78. We understand that the budget included financing but that COUNTY ADMINISTRATOR these funds were provided in 1011, permanent salaries. - Data By: CD MIt is for these reasons we request the above adjustments. BOARD OF SUPERVISORS YES: Supervraois Kenny,Fah&rI, 411111111111 Bosseu.Havdtm NO: N\JO 0,&_ l i[� R. t. Schroder On_Iu/tom /7? 0005 _ Assistant Medical J.R. OLSSON, CLERK 4. Director 9 1 / 7 EIGIIATURE TITLE DATE By,chat ( aa � L� L.F. Girtman, M.D. APPROPRIATION A PCO Patricia A. Bell Deputy Clerk ADJ. JONRNAL 10. (M 129 Raw. 7/77) SEE INSTRUCTIONS ON REVERSE 310E i e� %.VN 1 RA LUb I A LUUN t MLUILAL StK . ILL3 2500 Alhombra Avenue_ AOertinez, Colifornic To: Wanda Trawick Date: 22 AUG -77 ATT: Riggs F, :+fas'eb From: LeAs G. Pascal i, Jr. e Subject: Cost Center for C.C.S.S. function :dental Health Admi istrat As you Imola on 1 SEP.77 the County will assume the function and operation of the State's Continuing Care Services Section under the auspices of County Mental Health Services. In order to provide the operational support I need to establish an "org" (cost center) for this function. The following is a listing of the line accounts that will need to be established for fiscal year 77-78. Account Nkmiber Dollar Amount 1011 Permanent $ 159,436 1013 Temporary •, 9,138 Benefits, FICA, Retirement, Medical, State Comp. 33,418 TOTAL SALARY 201,992 2�)• 4 4 a• 2100 Office Expense $ 5,000 2110- -t Communications 5"000 •2170 2260 Rent of Real Property 20,130 2301 Employee Transportation 6,800 2311 Outside Hospital ServiceSe- 2250 Rent of Equipment 1 200 79c 6�9 10TAL OPERATING $ 80,130 CAPITAL OUTLAY $ -71 � In order to start operations I need this accomplished as soon as possible. Please call me at 4395 if there are any questions. �j 8 a b 3 ✓ LGP:cm Thi S �� � � A-50 2M 4/77 5 o i UO V 057 I CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING 1. DEPARTMENT OR ORGANIZATION UNIT: LIBRARY SERVICE AREA 11 ORGANIZATION SUB-OBJECT 2. FIXEDAti�rjls�jJ�sINCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY COPlTROLE �`,1Tr 7711 4750 Transfer to 2100 664.00 7711 2100 Office Expense 664.00 Contra Costa County RECEIVED SEP 231977 OT"fice of County Administrator t APPROVED 3. EXPLANATION OF REQUEST AUDIT,O TROL By:_ � I� Date V To adjust fund for purchase of library materials. 1 COUNTY ADMINISTRATOR By: Date Lo/c—/11 BOARD OF SUPERVISORS YES: Supervisors Kenny,Fallen, �Boggess,Hassdrint NO:SAO v� 1, Schroder On gyp/ 11/� Administrative Services Officer 9/)9//7 J.R. OLSSON, CLERK 4 BNATURE TITLE GATE By• APPROPRIATION h POO SDI2 . �' ADJ. JOURNAL N0. l(� Q Patricia a ueputy Clerk 00058 (M 129 Rev. 7/7T) SEE INSTRUCTIONS ON REVERSE SIDE V t� :7 ,-+-t ? 1�-lhTl 111�'i 1ii�iv j.�.,�,lTill-.7Tf h� T/+ f►7�,. :•�• fY,: fl•» TO CLERK BOARD OF at oclod: ' SUPERVISOR5 - Contra Costa County Record:. J.. R. OLSSON. County Recorder Tee S Official 130fiM OF SUPERVISORS, CONTRA COSTA .COU?.TY, CALIFORI:IA In the Ma tter of Accepting and Giving PESOLUTIO:: OF ACCE?TA CE Notice of Completion of Contract with and NOTICE Or C0 LElIO;t C. M. Construction, Inc. ) ( C. C. s§3086, 3093) Project No. 0565-4349-665-77 ) RESOLUTI02- No. 77/827 The Board of Supervisors of Contra Costa County ::ySOLVES 1TIIAT: The County of Contra Costa on August 22, 1977 contracted -with C M Construction Inc 850 Tuolumne Street Vallejo California 94590 _ Flame and address of Con L. for for reconstruction of Truman Street and 2nd Street, north of Market Avenue in the North Richmond area, Project No. -0565- 349-665-7-. frith Reliance Insurance Company of Philadelphia as saret:,, (1;am- e of Bonding Company) f or work to be performed on the grounds of the County; and The Pub1i r. Works Director reports that said work has been inspected and complies with the approvedplans, special provisions , and ritandard specifications, and recommends its acceptance as complete as of September 13, 1977 ; Ttferefore, - said work. is accented as completed on said date , and the Clerk shall file �•:ith the Cou ity Recorder a copy of this Resolution and 11ot1ce 'as a Notice of Completion for -said contract. PASSED AHD AEO.t TF,D Oil October 11 , 1977 CERTIFI C ATI 031 and A'ERIr I CATI ON regoing is a true and correct copy of a resolu— I Certify that the fotion and acccntance duly adopted a,1d entered on the minutes of this Board ' s meeting on tho above date. I declare under penalty of perjury that the foregoing is true and correct. Dated : - J . 11. OLSSO?:, County Clerk & at Martincz, California ex officio Clerk of the Board Originator: Public Works Department, Construction Division cc:rjiccoro .au re,vu:•11 Contractor Audd-Lor. Public larks RE"S.07,t1TJON 110. _77/827 00 - -�i bli tai?rl 4 st, rii?f JS .� /li: f1_• TO CLEI'K IUANI) OF SUF•i:E;��1 S0it;i � at _ o' clock J1. Contra. Cooter Coun4 y Record:; - _ Jr. R. OLSSO�t , County 1'.ccorder • Tec Official BOARD OF SUPERVISORS, COI%TRA COSTA COUIITY, CALIrOFtITIA as Ex-Officio the Governing Board of the Contra Costa County Fire Proteption District In the Batter. of Accept and G�•z�in� ) RESOLUTIO i Or ACC:,Pl'i:iiCE Ztotice of Completion of ' Contract with ) and NOTICE 0'' CC !-)fErf'I0j Elmer A l i►nrigrien,_ Walnut rraLo (C.C. §§10861 3P93 ) (7100-4698_) RESCLU T IOI; 1310. 77/828 _ The Board of Supervisors' of Contra Costa County RESOLVES TII'tT: The County of Contra Costa on June 14, 1977 contracted with Elmer A. Lundgren 2134 Hillside Avenue, Walnut Creek, CA__ 94596 • (11ame and Address of Contractor.) for Remodeling of Station 08, Contra Costa County Fire•Protection District, 4647 Clayton Road, Concord, CA_ Yrith Ohio Casualty Insurance Co_, Hamilton, Ohio as surety. Fame of Bonding Company - fo, work to be performed on the grounds of the County; and The Public :lortis Director reports that. said ti•:orl: has been inspected ' and complies with the approved plans, special provisions , and standard specifications, and recommends its acceptance as complete as of October 11,1977 Therefore, said work is accented as completed on-, said date, and the Cler}: shall file with the Cou,ity Recorder a copy of this Resolution and Notice as a notice of Completion for -said contract. .PASSED AIM ADOPTED Oli October 11�, 1977 • CERTIrICATIOU and VERIFICATION - - I certify that the foregoing is a true and correct copy of a resolu- tion anti acceptance duly adopted and entered on the minutE.ls, of ihLis board' s r.:eetir_- on the abort date. I declare under penalty of perjury that the foregoing- is true and correct. . Dated : October 11, 1477 J. lt. OLSSOTN, County Clerk d: at Martincs , California cx officio Clerk of the Board _ • ' epu Ly ci Cc*: 2teco!'i! ;17111 r is L'UL'n Contrac Lor .Auditor r, c P111A.i c' l-;or�:s 00060 1-0,4,34s 1;4-i: 6f�� 1:0. , 77iR?R n �t �i'.li;•Ili?Tl i.rt� ir`:Iti�i.•a�::� (t:.. _ .. 5ji;•• V i;OiiS zt o , Clock Contra Cos�:a County Record:; • J. R. OLSSOa, Colin�y Recorder FCC S Official, - 1330ARD OF SUD^2VISORS, CONTRA COSTA COUNTY, CALIEORINIA In the Platter of Accepting and Giving } RESOLTJTIO : Or ACCEPT►_==CE Notice of Completion of Contract with ) and NOTICE OF C01PLEET10 Malpass Construction Company, Pleasant Hill (C. C. §§ 08�, 3093 ) X441 -4167 ) RES0LTi TIO:; 110_ _77%S2q - The Board of Supervisors of Contra Costa County nESOI►tl1,S TIM: The County of Contra Costa on February 9, 1977 contracted vtith Ma 3 flame and Address of Conti for) for construction of "J" and "I" Wards remodeling for Contra Costa County Hospital , 2500 Alhambra Avenue, Martinez, CA 94553. Vrith American Fidelity Fire Insurance Co. of New York as surety, hame of Bonding Company - f o_ work to be perf armed on the grounds of the Co-zai ty; and The Fublin ;loris Director reports that said Z�ork has been inspected and complies vii th the ap_nroved plans, special provisions, and ` S Laaidard specifications, and recommends its acCep t-arce as co,•aple to as of October 11 , 1977 ; herefore , said work is accepted as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and 3Foticr_- as a Notice of Completion for -said contract. ` A time extension of 91 .da s is granted to allow -for delays in delivery of manufactured .items. . -PASSED Aii•D ADOPTED ON October-Il-, 1977 - - 1 CERTIFICATION and VERT ICATI011 - - I certify that the foregoing is a tree and correct cony of a. resolu— tion aund acceptance duly adopted and er_tcred on the minutes of ::his ? Board ' s meet-in- on the above date. I declare under pcn?lty of perjury that the foregoing is true and correct. . Da ted : t r 1077 J. R. OLSSON County Clerk S. at Martincc, `a.tit'orftiL cx officio Clerk of the Board . CC: Recor it and return Contrac tar Auc7.�tor. • OV V1 R ."MI,U`1'70i'I ;;0. =7/829 Iij"!I ri T,;i sIT•OPT_ 1 t;_T is(il j fl-w ft: TO CLL•'IRK l,'OAI:D OF SL'I1•:E�,1TI i0it5 at . o' clock Contra Coiy t a- CountJiecorc::, J. R. OLSSOI, County Recorder Fee . S Official BOARD Or SUPERVISORS,-CONTRA COSTA -COl1itTY, CALIFORI'iIA In the Matter. of Accepting and Giving RESOLUTIOINT OF ACCEJ?---L1.1�CE Notice of Completion of Contract with � and rIOTICE Or, C MV.InLET10II Malpass Construction Company Inc. (C, C. H30861' 3093 ) Walnut-Creek (OLU5-4129) _. iI_ESCLUTIOi•; 110. _77%830 - The Board of Supervisors of Contra Costa County nESOL111;JS THAT: The County of Contra Costa on March la 1977 contracted with Malpass Construction Company, Inc. , 503 Waterberry Drive, Pleasant Hill , CA • (]`lame, and Address of Con trae tor) for Fire Safety Alteration, Contra Costa County Jail , 650 Pine Street; Martinez, CA 94553 } Ytith American -Fidelity Fire Insurance Company of New York as surety, flame of Bonding Company foi work to be performed on the grounds of the Coanty; and j The Public: Wortis Director reports that said work has been inspected and complies with the approved plans, special provisions, and standard specifications-, and recommends its acceptance as complete as of October 11 , 1977 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the Cou-zty Recorder a copy of this Resolutio:•i and iloticu as a' Notice of Completion for -said contract. A time extension of 43 days is granted to allow-for delay in delivery of manufactured- items. PASSED AITD ADOPTED ON �,o„ 1i 197 CERTIPICATION and VERIr ICATIOIT - I certify that the foregoing is a true and correct copy of a. resolu— i tion and acceptance duly adopted and entered o7 the minutes of 1:his Board' s inceti r_b on the above date . I declare under penalty of perjury that the foregoing is true and corroct. . Dated: O tobpr 11 , 1977 J. R. OLSS02:, County Clerk E: at Martincc , California ex officio C1er. of the Board ?3y ' e Ii u tr Ul ,cr . cc : Recora ane rc! CUM Contrac tor - Auditor. - A PJ'.:301.11TIOU 1110. _ 77/830 00062 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Badorsenent of the Physical. ) Science Scholarships ) RESOLUTION NO. 77/831 Incentive Program ) WHEREAS there is increasing public concern about the x-: rovement of the environment, control of air and water pollu- tion, solutions to problems such as waste disposal and earth erosion and about finding new methods for providing products and facilities; and WHEREAS there is a need to generate interest among high school students in educational programs that .lead to the develop- ment of engineers and scientists whose skills and research will be needed for the production and operation of processes related to the solving of environmental problems and to the improvement of environmental conditions; and WB REAS in many communities leaders in education and. science have joined to revive and promote the interest of youth in entering engineering and scientific fields so that a corps of competent and responsible professional technical personnel will be available through future years to solve the environmental problems associated with population growth and increased urbani- zation; and WHEREAS the Physical Science Scholarships Incentive Program has been created for the purpose of promoting the inter- est of high school -seniors in scientific and engineering courses and of providing financial assistance through a book scholarship fund as well as through work assignments to allow students to earn the funds needed for tuition and other higher education ex- penses; and 1MR2kS f i&aPcial support for students requires the interest and support of the community and donations from indus- trial and co LL„ercial concerns and frog private individuals; . NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA, RESOLVED that it heartilv endorses the program and efforts of the Physical Science Scholar- ships Committee; compliments Los Medanos College, Diablo Valley College, and the local leaders who have instituted the Program; and commands to all for staunch support, this meritable program. PASSED AND ADOPTED this 11th day of October, 1977 by the following vote of the Board: AYES: Supervisors Kenny, Fanden, Hasseltine and Boggess NOES: None ABSENT: Supervisor Schroder cc: Director, Human Resources Agency Public lJorks Director County Administrator 00063 IN THE BOARD OF SUPERVISORS Or CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the matter of = ) Property Tax Relief ) RESOLUTION 110. 77/832 ) 1149KEREAS the payment of local property taxes has become a most onerous burden upon the citizens of Contra Costa County, both homeowners and renters: rich and poor •alike; . and WHEREAS the vast majority of all -property taxes collected by counties for themselves and for other local jurisdictions are levied to comply with mandates imposed by the State and Federal governments;- and WHEREAS the long range effect. of this practice has. produced a staggering property tax load upon local- taxpayers, while permitting huge surplus balances to accumulate in the State treasury; and 'WHEREAS the County Supervisors Association of California. (CSAC) and Contra Costa County supported the property tax measure ultimately denied passage in the Legislature just prior to adjournment for the Interim Session, NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, RESOLVED that: . The Governor is urged and encouraged to call a. Special Session of the Legislature to deal with this matter of - such great concern to the citizens of Contra Costa County so that a fair and equitable property tax relief measure can be enacted into law expeditiously. PASSED by the Board on -October 11, 1977: cc: Governor Brown County Legislative Delegation C.S.A.C. County Administrator County Counsel r• RESOLUTIO�•4 1-:0. 77/832 00064 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Resolution of Intent to Consider ) Adoption of Amendment No. 4 to ) the Zone 3B Adopted Project ) RESOLUTION NO. 77/ 833 Pleasant Hill Area ) Project No. 8287-7520-76 ) The Board of Supervisors of Contra Costa County as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District RESOLVES THAT: The Contra Costa County Flood Control and Water Conservation District Act, hereinafter referred to as Act, provides authority for the Board of Supervisors to adopt projects for the zones formed in accordance with the Act. The Board of Supervisors has herein considered the amendment of .the project adopted for Zone 3B on December 16, 1954 and amended on February 23, 1960 and September 6, 1977. The amendment is as set forth in the Engineer's Report dated October 6, 1977 which is on file with the Clerk of the Board. The Engineer's Report contained: (a) A general description of the proposed amendment. (b) A general description of the facilities to be deleted from the adopted pro 'ect. (c) A general description of the lands, rights of way, easements, and property to be taken, acquired, or injured in carrying out the work involved in the amendment. (d) An estimate, in the amount of $2,020,000 dollars, as the cost of the amendment including an estimate of the costs of the lands, rights of way, easements, and property proposed to be taken, acquired, or injured in carrying out the work proposed in the amendment, and other cost likely to be incurred in connection therewith; which such report is hereby referred to for further particulars. It is anticipated that Zone 3B will bear all of the estimated cost of this amendment. Amendment No. 4 deals with the Grayson Creek Watershed which is in the northerly portion of Zone 3B, more specifically in the Pleasant Hill area between Astrid Drive and Moiso Lane. The proposed zone plan amendment would construct a detention basin the the vicinity of Astrid Drive, would extend the box culvert at Boyd Road for approximately 50-feet on each side of the existing structure and would construct a concrete lined channel in the remaining portions of the creek all in lieu of the earth lined trapezoidal channel specified in the present zone plan. The 1977 Engineer's Estimate of cost to implement that portion of the zone plan proposed to be deleted is $1 ,420,000. The maps in connection with the proposed amendment are designated as FC-3-5091-D Sheet 2, FC-3-5102-D Sheet 2, FC-3-5114-D Sheet 2 and are on file with the Clerk of the Board, where such maps are available for inspection by any interested person. At 10:45 a.m. on Tuesday, November 8, 1977 in the chambers of the Board of Supervisors, Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed amendment. At said hearing, this Board will hear and pass upon any and all written or oral objections to the amendment. Upon conclusion of the hearing the Board may abandon the proposed amendment or proceed with the same. RESOLUTION NO. 77/ 833 00063 The Clerk of the Board of Supervisors is directed to publish this Notice ' and Resolution once a week for two (2) successive weeks in the "Contra Costa Tines a newspaper of general circulation, circulated in Zone 3B. The publications shall be separated by at least five (5) days and the first and second publishings shall precede the hearing date by at least twenty (20) and seven (7) days respectively. The Clerk of the Board of Supervisors is further directed to forward copies of this Notice and Resolution to the Cities of Concord, Lafayette, Martinez, Pleasant Hill and Walnut Creek, at least twenty (20) days prior to the date of the hearing. PASSED AND ADOPTED on October 11 , 1977, by the Board of Supervisors of. Contra Costa County as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District. Originating Department: Public Works Flood Control cc: Cities Planning Department Public Works Director County Administrator County Counsel County Auditor-Controller RESOLUTION NO. 77/833 00066 CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT _ ENGTNEER'S REPORT' FOR PROJECT AMENDMENT NO 4 TO ZONE 3B PROJECT (WALNUT CREEK WATERSHED) Vernon L. Cline, ex officio Chief Engineer Flood Control and Water Conservation District October 6, 1977 !. R. OLSSON CLERK ORD ON Op57APCO SUPERVISORS B � _ .De { 00067 Microfilmed with board order 1 . INTRODUCTION Grayson Creek lies in the northern section of Flood Control Zone 3B. It runs roughly parallel to Walnut Creek as it travels through the communities of Pacheco and Pleasant Hill. This proposed zone plan amendment pertains to Reach 6, the east branch of the east fork of Grayson Creek. This length of the creek extends from the vicinity of Gregory Lane southerly to Astrid Drive in the city of Pleasant Hill . The recommendations contained in this report are the result of a study which was authorized by the Board of Supervisors on June 15, 1976. The study investigated eight different flood control alternates and considered them in light of public response, engineering feasability and cost. A discussion of these alternates is provided in Advisory Board Reports A and B attached to this report. It should be noted that the alternate cost estimates presented in Advisory Board Report A are very preliminary and should only be used to compare the relative cost relationship between alternates. The improvements proposed will meet the district's design criteria of conveying the 50-year storm runoff event with freeboard or containment of the 100-year storm runoff event, whichever is greater. This level of protection is recommended because the county chose to participate in the National Flood Insurance program administered by the United States Department of Housing and Urban Development (HUD), wherein the 100-year protection level is utilized for determining flood hazard areas. This level of protection is normally slightly greater than that provided by the zone plan adopted on December 16, 1954. The level of protection provided under the original zone plan is the 50-year storm runoff event with freeboard criteria. 2. GENERAL DESCRIPTION OF AMENDED PROJECT The proposed improvements consist of the following: A. Construct a rectangular concrete lined channel from the existing concrete channel at Moiso Lane to Boyd Road. B. Extend the existing box culvert at Boyd Road approximately 50-feet on each side of the road. The tops of the lengthened portions of the box culvert will be covered with soil and landscaped to reduce the visual impact of the concrete lining on Boyd Road. C. Construct a rectangular concrete lined channel from Boyd Road to the vicinity of Babette Court. D. Construct a detention basin in the vicinity of Beatrice Road. The basin will require approximately 7 acres of land. It will provide approximately 30 to 35 acre/feet of storm water storage. E. Construct a detention basin control structure, spillway pipes , and channel transition work at Astrid Drive to conform with the upstream drainage facilities. -l- 00068 m _e A more detailed description of the proposed improvements is given in the attached Advisory Board Report B., 3. GENERAL DESCRIPTION OF THE WORK, TO BE DELETED FROM THE CURRENT PLAN The existing zone plan improvements for this reach of Grayson Creek consist of an earth trapezoidal channel of varying size. It is proposed to replace this earth trapezoidal channel from Moiso Lane to Astrid Drive with the improvements outlined in this report. 4. GENERAL PLANS AND SPECIFICATIONS The proposed improvements will be constructed in accordance with the applicable provisions of the Standard Specifications of the State of California Business and Transportation Agency, Department of Transportation, with such modifications as may be necessary to meet special conditions which may exist. The general plan, profile and cross section are as shown on drawings FC-3-5091-D (sheet 2) and FC-3-5114-D (sheet 2), revised October, 1977. 5. GENERAL DESCRIPTION OF RIGHTS OF WAY A general description of the lands, easements and rights of way known to be required in carrying out the improvements is shown on drawing FC-3-5102-D (sheet 2), revised October, 1977. Existing underground utilities which conflict with the proposed improvements will have to be relocated. 6. COST ESTIMATE A. 1954 Zone Plan Implementation Cost The 1954 Zone Plan indicates an improved earth lined trapezoidal channel for this reach of Grayson Creek. The cost of constructing a channel of this type which would be large enough to handle the 100-year storm is estimated to be $1 ,420,000. The size of this channel would be larger than that shown on the 1954 Zone Plan to meet the H.U.D. requirements outlined in the Introduction of this report. The right of way necessary for this type of improvement is extensive and would have a significant impact upon the adjacent residential properties and intermediate school. The impact upon the adjacent residential properties would be reduced backyards for approximately eighteen homes and the removal of three homes. The impact upon the school would be the loss of four classrooms and a sizeable portion of the athletic field. The estimated cost to replace the classrooms and acquire the right of way from the school is $430,000. If these impacts are not acceptable to the school district the only other location for the channel is to the east of the school. This location would require the removal of an additional 15 homes that would represent a $470,000 increase in project costs. -2- -00069 i . B. Proposed Project Cost The cost estimate for the improvements proposed in this report is as follows: Lands, Easements and Right of Way $ 410,000.00 Construction 1 ,490,000.00 Engineering and Administration 120,000.00 Total $2,020,000.00 C. Cost Savings by Constructing a Detention Basin The channel improvements downstream of Reach 6 will not contain the 100-year storm runoff event. The estimated costs to modify these improvements to provide containment is $900,000. However, if the proposed detention basin system is implemented the scope of these modifications is reduced considerably to approximately $190,000. 7. RECOMMENDATION It is recommended that this Amendment No. 4 be adopted. RC/dr -3- 00070 GRAYSON CREEK, EAST BRANCH OF THE EAST FORK Staff Report for Advisory Board Meeting on May 4, 1977 BACKGROUND The first public meeting of November 4, 1976 was held to present eight alternative plans for the proposed Grayson Creek improvements between Astrid Drive and the existing channel lining south of Gregory Lane. The eight alternatives were earth channel , modified earth channel , rock lined channel , rock lined channel with invert concrete slab, concrete lined channel, concrete box culvert, multiple pipe system, and a detention basin. Questionnaires were circulated to obtain public input. The second public meeting was held December 1 , 1976. At that meeting, responses to the questionnaire were discussed. The majority of the responses indicated a favorable response toward the detention basin or the concrete lined channel concept. The staff indicated that further study was needed in order to review what requirements were necessary to implement the retention basin concept. A further meeting would be called in order to present these findings. That is the purpose of this meeting. STAFF'S RECOMMENDATION For the purpose of describing the proposed plan of improvements, the channel length of approximately 4000 feet has been divided into four segments. 1. End of Existing Concrete Lining at Moiso Lane to Boyd Road. This segment of the improvements would consist of a concrete lined, rectangular shaped channel similar to the existing downstream channel. It would basically follow the alignment of the existing creek and would be approximately 12 feet south and west of the existing school property line. The channel would be 17 feet wide and approximately 8 feet deep. The existing creek and the channel walls would be backfilled such that the surrounding area would be flush with the top of the channel wall. A 6-foot high chain link fence would be installed on the top of the wall . The permanent right of way for the channel would extend 6-1/2 feet on each side of the channel . The twelve foot wide area between the channel fence and the old school property line could be utilized by the adjacent property owners with certain limitations. 2. Boyd Road Crossing. The existing box culvert under Boyd Road would be lengthened approximately 50 feet on each side of the road. The tops of the lengthened portions of the box culvert would be covered with dirt and landscaped in order to reduce the visual impact of the concrete channel from Boyd Road. The existing road surface would not be altered as the minor modifications to the existing culvert structure would be done from inside the box culvert. -1- 0001'"i 3. Boyd Road to South of Babette Court. This segment of the improvements would be a concrete lined, rectangular channel similar to the Moiso Lane to Boyd Road segment except that the channel would be only 15-feet wide. Similar to the downstream channel , the land adjacent to the channel could be used by the adjacent residents with certain limitations. The upstream portion of the channel for approximately 250-feet is adjacent to the proposed detention basin. The west channel wall will act as the emergency spillway for the detention basin. 4. South of Babette Court to Astrid Drive. This segment of the improvements would consist of the detention basin and flow control facilities. Beginning at the end of the concrete channel lining twin 96-inch diameter reinforced concrete pipes would extend for approximately 550-feet easterly and southerly around the perimeter of the basin to the basin inlet structure located behind the last two homes on Cleaveland Road. Upstream of the inlet structure the existing creek will be rock lined utilizing gabion mats or wall cages to provide the necessary transition between the upstream earth ditch, the Astrid Drive sidedrain, the box culvert from the Pleasant -Hill BART Station and the basin inlet structure. The function of the basin inlet structure is to provide a spillout area for storm waters which exceed the capacity of the twin 96-inch diameter culverts. The excess water spills over a long weir onto a concrete slab in the detention basin. The detention basin would cover approximately 7 acres and would be graded to provide a natural appearing area. The basin floor would be reasonably level. On the north and northwest sides of the basin a short concrete wall or earth berm would be constructed to increase the capacity of the basin and provide freeboard for storms exceeding the 100-year event. The maximum height of the wall or berm is 2-feet above the ground along the north side. For a 100-year storm, water will rise only to within one foot of the top of the wall or berm. There are many possible secondary uses for the basin site. We do not see the District developing these secondary uses. However, we are considering their probability and we propose that the detention basin be designed so that it is compatible as much as possible with possible future secondary uses. RIGHT OF WAY IMPACT The channel improvements are generally within the area of the existing creek. It is proposed that maintenance access for the channel will be from the channel bottom; consequently, the right of way impact on the areas adjacent to the channel lining improvements will be minimal . In most cases, the usable land for the adjacent property owners is increased. The most severe impact occurs in the detention basin area where four homes have to be acquired. - The remaining detention basin area utilizes undeveloped land zoned for multiple and single family use. -2- 00072 PROJECT COST The estimate project costs at 1977 prices are as follows: Land Acquisition $ 410,000 Construction 1 ,490,000 Engineering and Administration 120,000 Total Project Cost $2,020,000 ALTERNATES INVESTIGATED All of the eight alternate concepts presented at the first meeting were explored on a very preliminary basis. After evaluating the comments received as a result of the questionnaires and the December 1 , 1976 meeting, the available alternates were reduced to three alternate plans. The plan proposed by staff in this report, a detention basin plan with a natural channel downstream, and a detention basin plan with an underground downstream system. The detention basin plan with a downstream natural channel was rejected after calculations indicated sufficient basin capacity was not available to allow the existing downstream channel to remain basically "as is." Because of the lir.ited basin capacity, the outfall system, downstream channel , must have sufficient capacity to convey approximately 1200 c.f.s. (cubic feet per second). This exceeds the capacity of the existing creek by a factor of two. Extensive excavation and berming would be required to provide sufficient capacity. We feel this is not what the local residents desire. The detention basin plan with an underground downstream system is not recommended because it is estimated to cost approximately $410,000 more than the recommended concrete lined rectangular channel. The basin design would be the same for both alternates. POSITIVE ASPECTS OF PROPOSED PLAN 1. Via the detention basin, the capacity. of the existing Grayson Creek channel improvements downstream of the project area is increased to provide protection from the 100-year storm event runoff. 2. The new channel lining will improve the efficiency of the present side drain systems that drain the area to the east and west of the proposed improvements. 3. The detention basin will set aside land suitable fora secondary use as open space, park, etc. 4. The open nature of the concrete channel lining will provide a physical barrier between the residential areas and the school yard north of Boyd Road and between the residential areas and multiple zoning areas to the south of Boyd Road. 5. The proposed plan is less expensive than the underground system. -3- 000"73 i 6. Future maintenance costs will be less expensive than earth or rock lined channel solutions. 7. An underground solution would not allow the use of the emergency spillway system as presently planned. NEGATIVE ASPECTS OF PROPOSED PLAN 1. The concrete channel lining has a negative visual impact upon the community. 2. The concrete channel will present some problems in utilizing the riparian water in the existing creek. 3. The open nature of the channel , with strict controlled access, will present some problems in utilizing the intermediate school playground because balls falling into the channel cannot be retrieved. 4. Some of the creek area will no longer be available for biology studies by students. SUMMARY OF PUBLIC INPUT At the November 4, 1976 meeting, we distributed questionnaires to facilitate public input. As of this date, fifteen have been returned. The comments made in the questionnaires and those made at the last meeting on December 2, 1976 have been helpful in developing the proposed plan. From these comments, we have drawn the following conclusions : 1. The vast majority favor the idea of a detention basin and its "open space" or "recreational area" aspects; 2. Most people feel that a flood control facility of some type is needed; 3. The drain facility should be a closed underground system or a concrete lined, rectangular channel requiring as little land as possible; 4. The privacy of the adjacent properties is of prime concern, vandalism and trespassing are a problem; We have also met several times with members of the Pleasant Hili City Council , members of the Pleasant Hill Park and Recreation District, and staff members of the city and both schools. Their input has also been very helpful in formulating the proposed plan. REQUESTED ACTION BY ADVISORY BOARD 1. It is requested that the Advisory Board receive public input on the proposed plan presented herein by staff; ��Q 2. Indicate the Boards concurrence that the Environmental Impact Report on the project be completed addressing staffs proposed plan and it's impacts; 3. Hold a fourth meeting on the proposed project, after reviewing the draft Environmental Impact Report, to discuss the project and make a recommendation to the Board _of Supervisors on the proposed plan. The Environmental Impact Report will require approximately six weeks to complete. _ _ t { ' 1 —5- oUo J j In t3ieiatter of the Cancellation- } PG1JC: t:C. 77/ 834 of Reda vtion Tax Penalties {Rev. ez Tar.. C. 4985 TAX C OLLEC TORS I-M, Pursuant to "Revenue and Taxation Code 4985, I":recomnend.`cancellation. of the redemption penalties which have accrued Since July, 1977, on the following Assessor's Parcel iTuibers due to the Tax Collector's inability to cmplete valid procedures initiated in Jui ;., 1977 Dated zept. 30, 1977 WA ��. LF3:L, Tax Collector I concent to these cancellaticns —JOHN B. CU.USE T, Count3- Counsel By Asst. Bt: U� , , Deputy PARCH ITO. 197-140 032 197-140-029 107-140--031; Gc•7-07';-012 516--202=005 PASSED AND ADOPTED ON October 11, 19 77 e. cc• Assessor ` Auditor Tax Collector M)OLUTIM, P:G._ '17 834 00076 Int THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA .In the Matter of Commending ) KPIX-TV Resolution No. 77/835 ) WHEREAS -television station KPIX TV, Channel 5, on September- 29, 1977 aired a documentary,"Water Wars--The Politics of Water", and WHEREAS the Contra Costa County Board of Supervisors believes that said program did materially contribute to citizen understanding of issues behind the Delta water crisis and the proposed building of the Peripheral Canal ; and 14HEREAS the Contra Costa County Board of Supervisors believes there is merit in additional showings of said program for those who did not see it on September 29, for broad citizen understanding of this vital issue is of concern not only to Delta area residents but to those throughout the San Francisco Bay Area; BE IT RESOLVED that the Contra Costa County -Board of Supervisors does hereby COMMEND Channel 5 and its producer Shelly Fay for. the documentary "Water Wars--The Politics of Mater" and URGES that said program be shown again when the Legislature is actively considering SB-346, legislation now under review by a joint legislative committee_ PASSED AND ADOPTED BY THE BOARD ON October ll , 1977_ cc: County Administrator �- Public 'Jorks Director 00, 07 9 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the tatter of Lessor's ) Fourth Consent to Leasehold ) Mortgage - Buchanan Airport ) RESOLUTION- N0. 77/ 836 Hangar Company (Buchanan ) Field Airport) . ) The Board of Supervisors of Contra Costa County RESOLVES THAT: On May 17, 1977, this Board approved Amendment No. 3 to the Lease dated September 1 , 1970 between Contra Costa County, as Lessor, and Buchanan Airport Hangar Company, a general partnership, consisting of Edwin L. Garthwaite and Ray C. Robinson, Jr. , as Lessee, for the additional (Sixth) Hangar Building; and Said Lessees have now presented an agreement entitled "Lessor's Fourth Consent to Leasehold Mortgage" between the County, as Lessor; Buchanan Airport Hangar Company, as Lessee; and Crocker National Bank, as Lender, -for the leasehold mortgage Hangar Building No. 6 described in said Amendment. Said agreement provides for the consent of the Lessor in paragraph 4 to hypothecate the leasehold interest in said lease and improvements thereon by loan agreement by and between said Lessee and said Lender secured by a Deed of Trust, pursuant to Section 24 in said lease recorded in the Office of the Contra Costa County Recorder on November 16, 1970 in Book 6255, Official Records, at page 481 ; and IT IS BY THE BOARD ORDERED that said agreement be and the same is hereby APPROVED and the Chairman of this Board is authorized to execute the Consent on behalf of the County of Contra Costa. PASSED by the Board on October 11 ,1977. Originator: Public Works Department, Real . Property Division cc: County Administrator Recorder (via R/P) Lessee (c/o R/P) _ County Auditor-Controller Airport Manager RESOLUTION NO. 77/ 836 00078 Loan No. 69241-5 , r LESSOR'S FOURTH CONSENT TO LEASEHOLD MORTGAGE THIS AGREEMENT is made this 22 day of September , 1977, between the COUNTY of CONTRA COSTA, a political subdivi- sion of the State of California, acting by and through its Board of Supervisors ("Lessor" ) , BUCHANAN AIRPORT HANGAR COMPANY, a General Partnership composed of Ray C. Robinson, Jr. and Edwin L. Garthwaite ("Lessee" ) , and CROCKER NATIONAL BANK, a national banking association ( "Lender" ) . WITNESSETH: Whereas Lessor owns the real property ( "Property") described in Exhibit "A" attached to the written lease. described herein, which Lessor leased to Sasha Maloff, doing business as Continental Development Company, as Lessee ("Original Lessee" ) , pursuant to said written lease ("Lease" ) dated September 1, 1970, recorded in the Office of the Contra Costa County Recorder on November 16, 1970, in Book 6255, Page 481 of official records of the County of Contra Costa, State of California; Whereas the Original Lessee's interest under the Lease (the "Leasehold Estate" ) was assigned to Buchanan Airport Hangar Company, a general partnership ("Original Assignee" ) composed of Sasha Maloff, Ray C. Robinson, Jr. , and Edwin L. Garthwaite, by written instrument dated January 11, 1971 (the "First Assignment" ) , recorded in said office on January 13, 1971, in Book 6294, Page 304 of said official records; and Whereas the said Sasha Maloff withdrew as a general partner from s d Original Assignee by written instrument dated December 16, 1971 (the "Second Assignment" ) recorded in said office on January 11, 1972, in Book 6561, Page 208 of said official records; Whereas on or about February 9, 1972, Lessee borrowed from Lender and Lender loaned to Lessee funds in the principal sum of $175,000.00, more or less ("Loan No. 111 ) , which Loan No. 1 was, and is, secured by the lien of the deed of trust ("Deed of Trust No. 111 ) dated February 9, 1972, executed by Lessee, as trustor, naming Lender as beneficiary thereof and Crocker Custody Corporation as trustee thereunder and recorded on February 18, 1972, in Book 6589, Page 576 of said official records; Whereas by a document entitled "Amendment No. 1 to Lease, " dated August 22, 1972, executed by Lessor and Lessee and recorded on August 30, 1972 in Book 6738, Page 121 of said official records, said Lease was amended pursuant to the exercise by Lessee, in accordance with the provisions of Section 3 .B. of said Lease, of Lessee's option to construct an additional hangar building on Site No. 4 of the Leased Premises described in said Lease; Whereas by a document entitled "Amendment No. 2 to Lease, " dated July 30, 1973, executed by Lessor and Lessee 1_ Microfilmed with board order '� 010079 and recorded on November 7, 1973 in Book 7086, Page 4, of said official records, said Lease was amended further to extend the term of the Lease to a thirty (30) year term expiring on August 31; 1000, and to provide, with respect to the last five (5) years of said thirty (30) year term, for certain additional rent and optional insurance and bond adjustments by Lessor; Whereas Lessee has constructed said additional Hangar Build ni g No. 4 on said Site No. 4 in accordance with the provisions of said Lease and has defrayed the cost thereof with a $100,000.00 loan, more or less ( "Loan No. 2" ) , made for that purpose by Lender, to Lessee, which Loan No. 2 was, and is, secured by the lien of the deed of trust ("Deed of Trust No. 211 ) dated December 20, 1973, executed by Lessee, as Trustor, naming Lender as Beneficiary thereof and Crocker Custody Corporation as Trustee thereunder and recorded on December 28, 1973, in Book 7122, Page 255 of said official records; Whereas Exhibit "A" attached to said document "Amendment No. 1 to Lease" identifies as Parcel Two-B an optional area for the construction of Hangar Building No. 5; and Whereas Lessee has exercised its options and has constructed ias d additional Hangar Building No. 5 on said Hangar Building Site No. 5 in accordance with provisions of said Lease, and has defrayed the cost thereof with the proceeds of an unsecured $100, 000.00 loan ("Loan No. 311 ) made for that purpose by Lender, to Lessee; - Whereas Lessee has repaid said unsecured Loan No. 3 with the proceeds of a loan ("Loan No. 411 ) in the principal sum of $100, 000.00, more or less, secured by the lien of a deed of trust ( "Deed of Trust No. 3" ) dated Nn T mhAr i n,, 1975, executed by Lessee as Trustor, naming Lender as Beneficiary thereof and Crocker Custody Corporation as Trustee thereunder and recorded on 12429/75 in Book? _, Page 466 of said official records; Whereas Lessee has completed construction of an additional Hangar Bulding No. 6 on Hangar Building Site No. 6, in accordance with the provisions of "Amendment No. 3 to Lease, " dated May 17, 1977; Whereas Lessee desires to retire an unsecured commercial loan used to defray the cost of construction of said Hangar Building No. 6 with the proceeds of another loan ("Loan No. 511) to be made by Lender to Lessee in the principal sum of $137,000.00, more or less; Whereas Lessee desires to secure Loan No. 5 by the lien of a deed of trust ("Deed of Trust No. 411 ) in the form attached hereto as Exhibit "A"; Whereas Lessee has conducted, and is continuing to conduct, the business theretofore conducted by said Original Assignee: 2_ O0080 NOW, THEREFORE, on consideration of Lender making Loan No. 5 to Lessee and of the covenants herein contained, the parties hereto agree as follows: 1. Lessor certifies to Lender that the Lease is presently in full force and effect and is unmodified except for said Amendments No. 1, No. 2, and No. 3; that the Lessee' s obligations under paragraph 3, subparagraph B, i and ii of the Lease have been fully performed; that Lessee owns the Lessee' s interest under the Lease; that Lessee is not in default in the payment of rent or in the performance or observance of any other covenant or condition to be performed or observed by it as Lessee thereunder; and that no event has occurred which authorizes, or which with the lapse of time will authorize, Lessor to terminate the Lease. 2. Lessor acknowledges that Lessee owns said Hangar Building constructed on said Hangar Building Site No. 6 in accordance with the applicable terms and conditions of said Original Lease and Amendments No. 1, No. 2, and No. 3 thereto, and that Lessor neither has nor claims any rights with respect thereto, other than as set forth in the Lease. 3 . Until such time as Loans No. 1, No. 2, No. 4, and No. 5, and any other obligations secured by Deeds of Trust No. 1, No. 2, No. 3, and No. 4 are paid and performed in full, and the Leasehold Estate has been reconveyed under Deeds of Trust No. 1, No. 2, No. 3, and No. 4 (the "Loan Payment Date" ) , the Lease will not be voluntarily canceled (except by Lessor pursuant to paragraph 25 of the Lease, and then subject to Lender's rights referred to in paragraph 4 below) , surrendered, terminated (except in accordance with paragraph 5 of this Agreement) , amended, modified, or in any manner altered without Lender' s prior written consent, which will not be unreasonably withheld. 4. Lessor hereby consents to the hypothecation and encumbrance of the Leasehold Estate and buildings, improvements, and fixtures now or hereafter situated on the Leased Premises by Deeds of Trust No. 1, No. 2, No. 3, and No. 4 to secure Loans No. 1, No. 2, No. 4, and No. 5, includ- ing the assignment to Lender of Lessee's rights under paragraphs 19 and 25 of the Lease and under paragraph (1) on page 16 of that certain Instrument of Transfer between Lessor and the United States of America, dated October 2, 1947, and recorded in Book 1137 at Page 114 of Official Records, Contra Costa County, California; any assignment of Loans No. 1, No. 2, No. 4, and No. 5 and Deeds of Trust No. 1, No. 2, No. 3, and No. 4 by Lender to a recognized lending institution and any reassignment thereof to Lender; and the sale, assignment, or other transfer of the Leasehold Estate to Lender. 5. Until the Loan Payment Date, Lessor shall give Lender notice of any default under or breach of the Lease and of any other event authorizing the termination thereof, and will not terminate the Lease or take possession of the Leased Premises if, within forty-five (45) days after receipt of such notice by Lender, Lender, if it chooses, either: 3. 00081 1 (i) Makes good the default or breach, whether by the payment or expenditure of money or the performance of any other matter or thing required under the terms of the Lease, which payment, expenditure, or performance Lessor will accept as though made or performed by Lessee, Lender being subrogated to Lessee's rights under the Lease upon so doing; or (ii) Commences and diligently_pursues to comple- tion foreclosure under Deeds of Trust No. 1, No. 2, No. 3, and No. 4, or other appropriate proceedings in the nature thereof, or other- wise acquires the Leasehold Estate with, diligence, and keeps and performs all cove- nants and conditions of the Lease requiring the payment or expenditure of money by the Lessee thereunder until such time as the Leasehold Estate is so acquired or sold upon foreclosure or other appropriate proceedings in the nature thereof. 6. This Agreement shall be binding upon and inure to the benefit of the parties hereto, their heirs, administrators, executors, successors, and assigns. The execution of this Agreement shall not in any manner subject Lessor or Lender to any personal liability for the obligations of the Lessee under the Lease, or in any manner whatsoever modify the terms and provisions of the Lease, except as provided herein. 7. Notices and other communications hereunder shall be in writing and shall be delivered personally or sent by registered mail, postage prepaid, to the party intended at the address se--, forth below such party' s name below, or at such other address as such party may designate by notice given in the manner aforesaid. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first hereinabove written. COUNTY OF CONTRA COSTA, a poli- BUCHANAN AIRPORT HANGAR COMPANY, tical subdivision of the State a general partnership of California The Administration Building 1531 Mount Diablo Boulevard 51 Pine eet Walnut Creek, California M 51ine alifornia. 9 553 oggess Chairman, Board of" ay C. ;Rofiin'son, Jr. Supervisors (Genual Partner) r "Lessor" Edwin L. Garthwaite (General Partner) "Lessee" 4. 00082 ATTEST: J. R. OLSSON, Clerk BY y , �l/Zw CROCKER NATIONAL BANK Deputy Clerk Anglo California Office One Sansome Street San Francisco, California 94104 FORM APPROVED: By Title JOHN B. CLAUSEN, County "Lender" Counsel J [ACKNOWLEDGMENT] STATE OF CALIFORNIA ) ss. COUNTY OF CONTRA COSTA ) Warren N. Boggess , who signed this document personally known to me, and known to me to be an officer of the above-named public corporation or agency of the State of California on behalf of said public body, and has personally appeared before me today and acknowledged to me that said public body executed this document. --:y County Clerk and Exofficio Clerk of Board of Supervisors. J. R. OLSSON Dated October 11, 1977 BY N. Pous, ,Deputy. Clerk 5. . -00083 Recording Requested By And - When Recorded Mail to: CROCKER NATIONAL BANK A.nc-lo California Office -One Sansome Street San Francisco , California 94104 Space above this .line for Recorder's use Loan No. 69241-5 DEED OF TRUST, ASSIGNMENT ,OF* RENTS AND SECURITY AGREEMENT THIS DEED OF TRUST is made this day of 1 , b BUCHAIvAN Al :ORT H U..r IiP , a general partnership composed �of Ratr C. Robinson Jr. and Edwin L. Garthwaite , whose address is Post Office Box 5400 , Walnut Creek , California 94596 (herein "Trustor"), to CROCKER CUSTODY CORPORATION, a California cor- poration (herein "Trustee"), in favor of CROCKER NATIONAL BANK, a national banking association, whose address is Anglo California Office , One Sansome Street , San Francisco , Calif. 94104 (herein "Beneficiary") TRUSTOR, in consideration of the indebtedness herein recited and the trust herein created, irrevocably grants, conveys, transfers and assigns to Trustee, its successors and assigns, in trust, with power of sale and right of entry and pos- session, all of Trustors estate, right, title and interest in, to and under that certain real property located in the County-of Contra Costa .State of California,more particularly described in Exhibit '-A" attached hereto and incorporated herein by this reference; TOGETHER with all structures and improvements now existing or hereafter erected on the aforesaid property, all easements, rights and appurtenances thereto or used in connection therewith, all rents, royalties, issues, profits, revenues, incom= and other benefits thereof or arising from the use or enjoyment of all or any portion thereof (subject however to the rights and authorities elven herein to Trustor to collect and apply such rents, royalties, issues, profits, revenues, income and other benefits), all interests in and rights, royalties and profits to connection with all minerals, oil and gas and other hydrocarbon substances thereon or therein, development rights or credits, air rights, water, water rights (whether riparian, appropriative, or o:heivise, and whether or not appurtenant) and water stock, all intangible property and rights relating to the aforesaid property or the operation thereof, or used to connection therewith, including without limitation tradenames and trademarks, all fixtures, machinery, equipment, building materials, appliances and goods of every nature whatsoever (herein collectively called "equip- ment and other personal property") now or hereafter located in,or on,or attached or affixed to, or used or intended to be used in connection with, the aforesaid property, including, but without limitation, all heating, lighting, laundry, incinerating, gas, electric and power equipment, engines, pipes, pumps, tanks, motors, conduits, switchboards, plumbing, lifting, cleaning, fire prevention, fire extinguishing, refrigerating, ventilating, and communications apparatus, air cooling and air conditioning apparatus, elevators and escalators and related machinery and equipment,shades, awnings, blinds, curtains,drapes, attached floor coverings, including rags and carpeting, television, radio and music cable antenna: and systems, screens, storm doors and windows, stoves, refrig- crators, dishwashers and other installed appliances, attached cabinets, partitions, ducts and compressors, and trees, plants and other items of landscaping (except that the foregoing equipment and other personal property covered hereby shall not include ma- chinery, apparatus, equipment, fittings, and articles of personal property used in the business of Trustor (commonly referred to as "trade fixtures") whether the same are annexed to said real property or not, unless the same are also used in the operation of any building or other improvement located thereon or unless the same cannot be removed without materially damaging said real property or any such building or other improvement)all of which,including replacements and additions thereto,shall, to the fullest extentpermitted by law and for the purposes of this Deed of Trust,be deemed to be part and parcel of,and appropriated to the use of,said real property and, whether affixed or annexed thereto or not, be deemed conclusively to be real property and conveyed by this Deed of Trust, and Trustor agrees to execute and deliver, from time to time, such further instruments and documents as may be required by Beneficiary to confirm the lien of this Deed of Trust on any of the forgoing; all of the foregoing property referred to to this paragraph, together with said described real property, arc herein referred to as the "Mortgaged Property." FOR THE PURPOSE OF SECURING, in such order of priority as Beneficiary may elect: (a) The repayment of the indebtedness evidenced by Trustor's promissory note of even date herewith payable to the order of Beneficiary,in the principal sum of One Hundred and Thirty—Seven T ou ani d and NO/100 Dollars 0137 ,000.00 ), with interest thereon, as provided therein, and all prepayment charges, late charges, and loan fees required thereunder, and all extensions, renewals, modifications, amendments and replacements thereof (herein "Note"); (b) The payment of all other sums which may be advanced by or otherwise be due to Trustee or Beneficiary under any provision of this Deed of Trust or under any other instrument or document referred to in clause (c) below, with interest thereon Z.t the rate provided herein or therein, (c) The performance of each and every of the covenants and agreements of Trustor contained (i) herein, in the Note, and in any note evidencing a Future Advance (as hereinafter dermcd), and (ii) in anv and all pledge agreements, loan agreements, supplemental aercernents, assignments and all instruments of indebtedness or security now or hereafter executed by Trustor to connection with any indebtedness referred to in clauses (a) or (d) of this paragraph or for the pur- pose of supplementing or amending this Deed of Trust or any inttrurn.nt secured hereby (all of the foregoing in this clause (ii), as the same may be amended, modified or supple:neatcd from time to time,being referred to hereinafter as "Related Agreements"); and [� l�) /� 110 tl 84 Microfilmed with beard order - t EXHIBIT A 91-369(7.731 CV&Incem-rProperii (d) The repayment of any tither loans or advances, with interest thereon, hereafter made to Trustor(or any successor in interest to Trustor as the owner of the Mortgaged Property or any part thereof) by Beneficiary when the promissory note evidencing the loan or advance specifically states that said note is secured by this Deed of Trust, together with all extensions, renewals, modifications, amendments and replacements thereof(herein "Future Advance"). ARTICLE I COVENANTS OF TRUSTOR To Protect The Security Of This Deed Of Trust,Trustor Covenants And Agrees As Follows: 1.01. Performance of Obligations Secured. Trustor shall promptly pay when due the principal of and interest on the indebtedness evidenced by the Note, the principal of and interest on any Future Advances, and any prepayment, late charges and loan fees provided for in the Note or in any note evidencing a Future Advance or herein, and shall further perform fully and in a timely manner all other obligations of Trustor contained herein or in the Note or in any note evidencing a Future Advance or in any of the Related Agreements. 1.02. Insurance. Trustor shall keep the Mortgaged Property insured against loss or damage by fire with extended coverage and against any other risks or hazards which, in the opinion of Beneficiary, should be insured against, in an amount not less than the full insurable value thereof on a replacement cost basis,with a company or companies and in such form and with such endorsements as may be approved or required by Beneficiary.All losses under said insurance shall be payable to Beneficiary and shall be applied in the manner provided in Section 1.03 hereof. If required by Beneficiary, Trustor shall also carry public liability insurance and business or rental interruption insurance in such form and amounts and with such companies as are sat- isfactory to Beneficiary. -All hazard and business or rental interruption insurance policies shall be endorsed with a standard noncontributory mortgagee clause in favor of and in form acceptable to Beneficiary, and may only be cancelled or modified upon not las than. ten (10) days' prior written notice to Beneficiary. All of the abovementioned insurance policies or certificates of such insurance satisfactory to Beneficiary, together with receipts for the payment of premiums thereon, shall be delivered to and held by Beneficiary, which delivery shall constitute assignment to Beneficiary of all return premiums to be held as additional security hereunder. All renewal and replacement policies shall be delivered to Beneficiary at least fifteen (15) days before the expiration of the expiring policies. Beneficiary+ shall not by the fact of approving, disapproving, accepting, preventing, obtaining or failing to obtain any insurance, incur any !►ability for or with respect to the amount of insurance carried. the form or lesal suf- ficiency of insurance contracts, solvency of insurance companies, or payment or defense of lawsuits, and Trustor hereby expressly assumes full responsibility therefor and all liability,if any,with respect thereto. 1.03. Condemnation and Insurance Proceeds. _ (a) The proceeds of any award or claim for damages, direct or consequential, in connection with any con- demnation or other taking of or damage or injury to the Mortgaged Property, or any part thereof, or for conveyance in lieu of condemnation, are hereby assigned to and shall be paid to Beneficiary. In addition, all causes of action, whether accrued before -or after the date of this Deed of Trust, of all types for damages or injury to the i<Iortgaged Property or any part thereof, or in connection with any transaction financed by funds loaned to Trustor by Beneficiary and secured hereby, or in connection with or affecting the Mortgaged Property or any part thereof, including without limitation causes of action arising in tort or contract and causes of action for fraud or concealment of a material fact, are hereby assigned to Beneficiary as additional security and the proceeds shall be paid to Beneficiary. Beneficiary may at its option appear in and prosecute in its own name any action or pro- ccedirg to enforce any such cause of action and may make any compromise or settlement thereof. Trustor, immediately upon obtaining knowledge of the institution of any proceedings relating to condemnation or other taking of or damage or injury to the Mortgaged Property or any portion thereof, or knowledge of any casualty damage to the Mortgaged Property or damage in any other manner, will immediately notify Beneficiary in writing. Beneficiary ma}• participate in any such proceedings and may join Trustor in adjusting any loss covered by insurance. (b) All compensation, awards, proceeds, damages, claims, insurance recoveries, rights of action and payments which Trustor may receive or to which Trustor may become entitled with respect to the Mortgaged Property or any part thereof shall be paid over to Beneficiary and shall be applied first toward reimbursement of all costs and expenses of Beneficiary in connection with recovery of the same, and then shall be applied, in the sole and absolute discretion of Beneficiary and without regard to the adequacy of its security hereunder, to the payment or prepayment (without premium) of any indebtedness secured hereby in such order as Beneficiary may determine, or to,the reimbursement of Trustor for expenses incurred by it in the restora- tion of the Mortgaged Property. Any application of such amounts or any portion thereof to any indebtedness secured herebv shall not be construed to cure or waive any default or notice of default hereunder or invalidate any act done pursuant to any such default or notice. In the event Beneficiary elects to make any monies available to Trustor to restore the Mortgaged Property, Trustor shalt proceed forthwith with the completion of construction of the improvements, including the necessary work of restoration in accordance with plans, specifications and drawings submitted to and approved by Beneficiary; and any monies which Benefi- ciary so-elects to make available for restoration shall be disbursed in accordance with standard construction lending practice or in any other manner approved by Beneficiary. 1.04. Taxes, Liens and Other Items. Trustor shall pay all taxes, bonds, assessments, fees, liens, charges, fines, impositions and any and all other items which are attributable to or affect the Mortgaged Property and which may attain a pri- ority over this Deed of Trust by making payment prior to delinquency directly to the payee thereof,unless Trustor shall be required to make payment to Beneficiary on account of such items pursuant to Section 1.05 hereof. Trustor shall promptly discharge any lien which has or may attain priority over this Deed of Trust. 1.05. Funds for Taxes and Insurance. Beneficiary may, at its option to be exercised prior to or upon the recorda- tion of this Deed of Trust or thereafter upon thirty(30)days' written notice to Trustor. require the deposit by Trustor, at the time of each payment of an installment of interest or principal under the Note, of an additional amount sufficient to discharge the ob- ligations of Trustor under Sections 1.02 and 1.04 hereof as and when they become due.The determination of the amount payable and of the fractional part thereof to be deposited with Beneficiary shall be made by Beneficiary in its sole discretion.Said amounts shall be held by Beneficiary not in trust and not as agent of Trustor and shall not bear interest,and shall be applied to the payment of the obligations in respect to which the amounts were deposited or,at the option of Beneficiary,to the payment of said obligations in such order or priority as Beneficiary shall determine. If at any time within thirty (30) days prior to the due date of any of the aforementioned obligations the amounts then on deposit therefor shall be insufficient for the payment of such oblieation in full. Trustor shall within ten (10) days after demand deposit the amount of the deficiency with Beneficiary. if the amounts deposited are in excess of the actual obligations for which they were deposited, Beneficiary may refund any such excess, or, at its option, may hold the same in a reserve account, not in trust and not bearing interest. and reduce proportionately the reouired monthly deposits for the ensuing year. Nothing herein contained shall be dcrmed to affect any right or remedy of Beneficiary under any other provision of this Deed of Trust or under any statute or rule of law to pay any such amount and to add the amount so paid to the indebtedness hereby secured. All amounts so deposited shall be held by Beneficiary as additional security for the sums secured by this Deed of Trust, and upon the occurrence of an Event of Default hereunder Beneficiary may, in its sole and absolute discretion and without regard to the adequacy of its security hereunder, apply such amounts or any portion thereof to anypart of thedht > sccurcd hereby. Any such application of said amounts or any portion thereof to any indebtedness secured hereby C 1 construed to cure or waive any default or notice of default hereunder or invalidate any act done pursuant to any such default or notice. If Beneficiary requires deposits to be'made pursuant to this Section,Trustor shall deliver to Beneficiary all tax bills, band and assessment statements, statements of insurance premiums, and statements for any other obligations referred to above as soon as the same are received by Trustor. If Beneficiary sells or assigns this Deed of Trist, Beneficiary shall have the right to transfer all amounts deposited under this Section to the purchaser or assignee, and Beneficiary shall thereupon be released and have no further liability here- under for the application of such deposits, and Trustor shall look solely to such purchaser or assignee for such application and for all responsibility relating to such deposits. 1.06. Rents and Profits. (a) All of the rents, royalties, issues, profits, revenue, income and other benefits of the Mortgaged Property arising from the use or enjoyment of all or anyportion thereof or from any lease .ir agreement pertaining thereto (the "Rents and Profits"), whether now due. past due, or to= due, and including all prepaid rents and security deposits, are hereby absolutely, presently and unconditionally assigned, transferred, conveyed and set over to Beneficiary to be applied by Beneficiary in payment of the principal and interest and all other sums payable on the Note, and of all other sums payable under this Deed of Trust. Prior to the happening of any Event of Default as set forth in Article II hereof, Trustor shall have a license to collect and receive all Rents and Profits, which license shall be terminable at the sole option of Beneficiary, vdth- out regard to the adequacy of its security hereunder and without notice to or demand upon Trustor, upon the occurrence of any Event of Default. It is understood and agreed that neither the foregoing assignment of Rents and Profits to Beneficiary nor the exercise by Beneficiary of any of its rights or remedies under Article III hereof shall be deemed to make Beneficiary a"mortgagee- in-possession" or otherwise responsible or liable in any manner with respect to the Mortgaged Property or the use, occupancy, =enjoyment or operation of all or any portion thereof, unless and until Beneficiary,in person or by agent,assumes actual possession Nor shall appointment of a receiver for the Mortgaged Property by any court at the request of Beneficiary or by agree- ment with Trustor, or the enterin&e into possession of the Mortgaged Property or any part thereof by such receiver, be deemed to make Beneficiary a mortgagee-in-possession or otherwise responsible or liable in any manner with respect to the Mortgaged Property or the use, occupancy, enjoyment or operation of all or any portion thereof. (b) Trustor shall not execute any lease or other occupancy agreement (herein "leases") of any part of the Mortgaged Property other than on a form approved by Beneficiary, and shall at all tines fully perform the obligations of the lessor under all such leases. Trustor shall at any time ar from time to time, upon request of Beneficiary, transfer and assign to Beneficiary in such form as may be satisfactory to Beneficiary, Trustor's interest in any lease, subject to and upon the condition, however, that prior to the occurrence of any Event of Default hereunder, Trustor shall have a license to collect and receive all Rents and Protits under such lease upon accrual, but not prior thereto, as set forth in paragraph (a) above. Whenever requested by Beneficiary.Trustor shall furnish to Beneficiary a certificate of Trustor setting forth the names of all lessees under any'leases, the terms of their respective leases, the space occupied, and the rents payable thereunder. (c) Without the prior written consent of Beneficiary, Trustor shall not (i) accept prepayments of rent exceeding one month under any leases of any part of the Mortgaged Property,or(ii)take any action under or with respect to any such leases which would materially decrease either the obligattons of the lessee thereunder or the rights or remedies of the lessor, or (iii) modify or amend any such leases or, except where the lessee is in default, cancel or terminate the same or accept a surrender of the leased premises, or (iv) consent to the assignment of the whole or any portion of any lessee's interest under any such leases, or (v)create or permit any lien or encumbrance which, upon foreclosure, would be superior to any such leases, or(vi) in any other manner impair Beneficiary's rights and interest with respect to the Rents and Profits. (d) Each lease of the Mortgaged Property, or any part thereof,shall make provision for the attornment of the lessee thereunder to any person succecdin to the interest of Trustor as the result of any foreclosure or transfer in lieu of foreclosure hereunder, said provision to Win form and substance approved by Beneficiary. (e) If any part of any automobile parking areas included within the Mortgaged Property is taken by condemnation or before such areas are otherwise reduced, Trustor shall provide parking facilities in kind, size and location to comply with all leases, and before making an contract for such substitute parking facilitteS, Trustor shall furnish to Beneficiary satisfactory assurance of completion thereof, free of liens and in conformity with all governmental zoning. land use and environmental regulations. 1.07. Security Agreement. This Deed of Trust is intended to be a security agreement pursuant to the California Uniform Commercial Code for any items of Personal preperty specified above as part of the Mortgaged Property which, under applicable law, may be subject to a security interest pursuant to the California Uniform Commercial Code and which are not herein effectively made part of the real property, and Trustor hereby grants Beneficiary a security interest in said property, and in all additions thereto, substitutions therefor and proceeds thereof, for the purpose of securing all indebtedness and other ob- ligations of Trustor now or hereafter secured by this Deed of Trust. Trustor agrees to execute and deliver financing and contin- uation statements covering said property from time to time and in such form as Beneficiary may require to perfect and continue the perfection of Beneficiary's lien or security interest with respect to said property.Trustor shall pay all costs of filing such state- ' ments and renewals and releases thereof and shall pay all reasonable costs and expenses of any record searches for Financing statements Beneficiary may reasonably require. Without the prior written consent of Beneficiary,Trustor shall not create or suffer to be created any other security interest in said property, including replacements and additions thereto. Upon the occurrence of any default of Trustor hereunder, Beneficiary shall have the rights and remedies of a secured party under the California Uni- form Commercial Code as well as all other rights and remedies available at law or in equity, and, at Beneficiary's option, Beneficiary may also invoke the remedies provided in Article III of this Deed of Trust as to such property. 1.08. Further Encumbrances or Sales. Without the prior written consent of Beneficiary being first had and ob- tained, Trustor shall not execute or deliver any pledge, security agreement, mortgage, deed of trust or other instrument of hypothecation, covering all or any portion of the Mortgaged Property or any interest therein, nor sell, contract to sell, lease with option to purchase, convey, alienate, transfer or otherwise dispose of all or any portion of the Mortgaged Property or any interest therein, whether voluntarily or involuntarily, by operation of law or oth_rwise. 1.09. Preser7ation and Maintenance of Mortgaged Property. Trustor shall keep the Mortgaged Property and every part thereof in good condition and repair, and shall not permit or commit any waste, impairment, or deterioration of the Mortgug ed Property, nor commit,suffer or permit any act upon or use of the ivtortgaged Property in violation of law or applicable order of any governmental authority, whether now existing or hereafter enacted and whether foreseen or unforeseen, or in viola- tion of any covenants, conditions or restrictions affecting the Mortgaged Property, or bring or keep any article upon any of the Mortgaged Property or cause or permit any condition-to exist thereon which would be prohibited by or could invalidate any insurance coverage maintained, or required hereunder to be maintained, by Trustor on or with respect to any part of the iXfort- gaged Property, and further shall do all other acts which from the character or use of the :vlortgaccd Property may be reasonably necessary to protect the security hereof, the specific enumerations herein not excluding the general. Trustor shall underpin and support,when necessary,any building,structure or other improvement situate on the Mortgaged Property and shall not remove or demolish any building on the Mortgaged Property.Trustor shall complete or restore and repair promptly and in a good workmanlike manner any building, structure or improvement which may be consfructcd, dam2g-cd or destroyed thereon and pay when due all claims for labor performed and materials furnished therefor, whether or not insurance or other proceeds are available to cover in whole or in part the costs of any such restoration or repair; provided, however, that Trustor shall not demolish, remove, expand or extend any building, structure or improvement on the Mortgaged Property, nor construct, restore, add to or alter any such building, structure or improvement, nor consent to or permit any of the foregoing to be done, without in each case obtaining the prior written consent of Beneficiary thereto. Trustor shall notify Bercficiary immediately in writing of any damage to t �V � in excess of 55,000.00. 3 r - t If this Deed of Trust is on a condominium or a cooperative apartment or planned development project, Trustor shall perform all of Trustor's obligations under any applicable declaration of condominium or master deed, or any declaration of covenants, conditions and restrictions pertaining to any such project, or any by-laws or regulations of the project or owners' zssociation or constituent documents. If the Mortgaged Property is agricultural in whole or in part, Trustor shall farm the same using good and proper practices of husbandry, and shall keep all vines, trees and crops on said Mortgaged Property properly cultivated, irrigated, fer- tilized, sprayed, fumigated and maintained, and further shall replace promptly all dead or unproductive vines or trees with new ones and keep all buildings, fences, ditches, canals, wells and other farming structures, improvements and equipment on the Mortgaged Property in good operating condition,order and repair. Trustor shall_not drill or extract or enter into any lease for the drilling for or extraction of oil, gas or other hydro- carbon substances or any mineral of any kind or character on or from the Mortgaged Property or any part thereof without first obtaining Beneficiary's written consent. Unless required by applicable law or unless Beneficiary has otherwise first agreed in writing, Trustor shall not make or allow any changes to be made in the nature of the occupancy or use of the Mortgaged Property or any part thereof for which the Mortgaged Property or such part was intended at the time this Deed of Trust was delivered. Trustor shalt not initiate or acquiesce in any change in any zoning or other land use classification now or hereafter in effect and affecting the Mortgaged Property or any part thereof without in each case obtaining Beneficiary's prior written consent thereto. 1.10. Financial Statements; Offset Certificates. (a) Trustor, without expense to Beneficiary, shall furnish (i) an annual unaudited statement of the operation of the Mortgaged Property prepared by a certified public accountant, showing in reasonable detail satisfactory to Beneficiary total rents received and total expenses together with an annual balance sheet and profit and loss statement, within one hundred twenty(120)days after the close of each fiscal year of Trustor,beginning with the fiscal year first ending after the date of delivery of this Deed of Trust, and (ii) such interim balance sheets and profit and loss statements as may be required by Beneficiary. On demand, Trustor shall.furnish to Beneficiary and its agents convenient facilities for the audit of any such statements. (b) Trustor, within three (3) days upon request in person or within five (5) days upon request by mail, shall furnish a written statement duly acknowledged of all amounts due on any indebtedness secured hereby, whether for principal or interest on the Note or otherwise, and stating whether anyy offsets or defenses exist against the indebtedness secured hereby and covering such other matters with respect to any such indebtedness as Beneficiary may reasonably require. 1.11. Trustee's Costs and Expenses; Governmental Charges. Trustor shall pay all costs, fees and expenses of Trustee, its agents and counsel in connection with the performance of its duties hereunder, including without limitation the cost of any trustee's sale guaranty or other title insurance coverage ordered in connection with any foreclosure proceedings.hereunder, and shall pay all taxes (except federal and state income taxes) or other governmental charges or impositions imposed by any governmental authority on Trustee or Beneficiary by reason of their interest in the Note,or any note evidencing a Future Advance, or this Deed of Trust. 1.12. Protection of Security; Costs and Expenses. Trustor shall appear in and defend any action or proceeding purporting to affect the security hereof or the rights or powers of the Beneficiary or Trustee,and shall pay all costs and expenses, including without limitation cost of evidence or title and reasonable attorneys' fees, in any such action or proceeding in which Beneficiary or Truster may appear,and in any suit brought by Beneficiary to foreclose ibis Deed of Trust or to enforce or establish any other rights or remedies of Beneficiary hereunder. If Trustor fails to perform any of the covenants or agreements contained in this Deed of Trust, or if any action or proceeding is commenced which affects Beneficiary's interest in the Mortgaged Property or any part thereof, including, but not limited to, eminent domain, code enforcement, or proceedings of any nature whatsoever under any federal or state law, whether now existing or hereafter enacted or amended, relating to bankruptcy, insolvency, ar- rangement,reorganization or other form of debtor relief,or to a decedent,then Beneficiary or Trustee may,but without obligation to do so and without notice to or demand upon Trustor and without releasing Trustor from any obligation hereunder, make such appearances disburse such sums and take such action as Beneficiary or Trustee deems necessary or appropriate to protect Bene- fnc:ary's interest, including, but not limited to,disbursement of reasonable attorneys' fees, entry upon the Mortgaged Property to make repairs or otherwise protect the securityhereof,and payment, purchase, contest or compromise of any encumbrance,charge or lien.which in the judgment of either Benefciary or Trustee appears to be prior or superior hereto.Trustor further agrees to pay all reasonable expenses of Beneficiary (including fees and disbursements of counsel) incident to the protection of the rights of Beneficiary hereunder, and enforcement or collection of payment of the Note or any Future Advances whether by judicial or non-judicial proceedings, or in connection with any bankruptcy, insolvency, arrangement, reorganization or other debtor relief proceeding of Trustor, or otherwise. Any amounts disbursed by Beneficiary or Trustee pursuant to this Section shall be addi- tional indebtedness of Trustor secured by this Deed of Trust and each of the Related Agreements as of the date of disbursement and shall bear interest at the rate set forth in the Note.All such amounts shall be payable by Trustor immediately without demand. Nothing contained in this Section shall be construed to require Beneficiary or Trustee to incur any expense,make any appearance, or take any other action. ARTICLE II EVENTS OF DEFAULT Each of the following shall constitute an event of default ("Event of Default") hereunder (including, if Trustor con- sists of more than one person or entity, the occurrence of any of such events with respect to any one or more of such persons or entities): 2.01. Failure to make any payment of principal or interest on the Note or any Future Advance,when and as the same shall becom= due and payable, whether at maturity or by acceleration or as part of any prepayment or otherwise, or default in the performance of any of the covenants or agreements of Trustor contained herein, or in the &ote, or in any-note evidencing a Future Advance, or in any of the Related Agreements, subject, however, in the case of any of the Related Agreements, to the expiration of the period of time,if any,permitted for cure of such default thereunder. 2.02. The appointment pursuant to an order of a court of competent jurisdication, of a trustee, receiver or liquidator of the Mortgaged Property or any part thereof, or of Trustor, or any termination or voluntary suspension of the transaction of business of Trustor, or any attachment, execution or other judicial seizure of all or any substantial portion of Trustor's assets which attachment,execution or seizure is not discharged within thirty(30)days. 2.03. The filing by or against Trustor of a petition in bankruptcy or for an arrangement or for reorganization or for other form of debtor relief pursuant to the federal Bankruptcy Act,as the same may be amended or replaced from time to time, or any other law, federal or state, whether now existing or hereafter amended or enacted, relating to insolvency or debtor relief (except that in the case of a filing against Trustor, default shall not exist unless Trustor fails to have the proceeding discharged within sixty (60) days after such tiling), or the adjudication of Trustor as a bankrupt or an insolvent by a decree of a court of competent jurisdiction; or the making of an assignment for the benefit of creditors, or the admission by Trustor in writin,- of its inability to pay its debts generally as they become due, or the giving of consent by Trustor to the appointment of a receiver or receivers of all or any part of its property. 000 Q7 4 i 2.03. Default under the terms of any agreement of auaranty relating to the indebtedness evidenced by the Note or relating to any Future Advance, or the occurrence of any of the events enumerated in Section 2.02 or 2.03 with regard to any guarantor of the Note or any Future Advance, or the revocation, limitation or termination of the obligations of any guarantor of the Note or any Future Advance, except in accordance with the express written terms of the instrument of guaranty; or if Trustor is a trust or trustee of a trust,occurrence of any of the events enumerated in Section 2.02 or 2.03 with regard-to such trustee or any owner,or general partner of any owner,of more than ten percent(109,)of the beneficial interests of such trust;or if Trustor is a partnership or joint venture, the occurrence of any of the events enumerated in Section 2.02 or 2.03 with regard to any general partner or joint venturer. 2.05. In the event Trustor is a corporation or trust, the sale, conveyance, transfer, encumbrance, or disposition, whether voluntarily, involuntarily or otherwise, of more than ten percent (1090) of the issued and outstanding capital stock of Trustor or of the beneficial interest of such trust without the prior written consent of Beneficiary•; or in the event Trustor is a limited or general partnership, or a joint venture, a change of any general partner or any joint venturer, whether voluntarily, involuntarily or otherwise, or the sate. conveyance, transfer, disposition, charging of encumbrance of any such general partner or joint venture interests,without the prior written consent of Beneficiary. 2.06. The imposition of a tax, other than a state or federal income tax, on or payable by Trustee or Beneficiary by reason of their ownership of the Note, or any note evidencing a Future Advance, or this Deed of Trust, and Trustor has not promptly paid said tax, or it would be illegal for Trustor to pay said tax. 2.07. Any representation or disclosure made to Beneficiary by Trustor or any guarantor of any indebtedness secured hereby in connection with or as an inducement to the making of the loan evidenced by the Note or the making of any Future Advance shall prove to be false or misleading in any material respect as of the time the same was made,whether or not any such represents- lien or disclosure appears as part of this Deed of Trust. 2.08. Any other event shall occur which, under this Deed of Trust, or under the Note or any note evidencing a Future Advance, or under any of the Related Agreements constitutes a default by Trustor hereunder or thereunder or gives Beneficiary the right to accelerate the maturity of the indebtedness,or any part thereof,secured hereby. ARTICLE III REMEDIES Upon the occurrence of any Event of Default,Trustee and Beneficiary shall have the following rights and remedies: 3.01. acceleration. Beneficiary may declare the entire principal amount of the Note and/or any Future Advances then outstanding (if not then due and payable), and accrued and unpaid interest thereon,and all other sums or payments required thereunder, to be due and payable immediately, and notwithstanding the stated maturity in the Note, or any note evidencing any Future Advance, the principal amount of the Note and/or any Future Advances and the accrued and unpaid interest thereon and all other sums or payments required thereunder,shall thereupon become and be immediately due and payable. 3.02. Entry. Irrespective of whether Beneficiary exercises the option provided in Section 3.01 above, Beneficiary in person or by agent or by court-appointed receiver may enter upon, take possession of, manage and operate the Mortgaged Property or any part thereof and do all things necessary or appropriate in Bereficiar 's sole discretion in connection therex4h, including without limitation making and enforcing, and if the same be subject to modification or cancellation, modifying or can- celling leases upon such terms or conditions as Beneficiary decors proper, obtaining and evicting tenants, and fixing or modifying rents,contracting for and making repairs and alterations,and doing any and all other acts which Beneficiary deems proper to protect the security hereof; and either with or without so taking possession, in its own name or in the name of Trustor, suing for or other- wise collecting and receiving the Rents and Profits, including those past due and unpaid, and applying the same less costs and ex- penses of operation and coflection, including reasonable attorneys' fees, upon any indebtedness secured hereby, and in such order _ as Beneficiary may determine. Upon request of Beneficiary,Truster shall assemble and make available to Beneficiary at the site of the real property covered hereby any of the N-lortgaged Property which has been removed therefrom.The entering,upon and taking possession of the Mortgaged Property, or any part thereof, the collection of any Rents and Profits and the application thereof as aforesaid shall not cure or waive any default theretofore or thereafter occurring or affect any notice of default hereunder or in- validate any act done pursuant to any such default or notice, and, notwithstanding continuance in possession of the &Mortgaged Property, or any part thereof by Beneficiary, Trustor or a receiver, and the collection, receipt and application of the Rents and Profits, Beneficiary shall be entitled to exercise every right provided for in this Decd of Trust or by law or in equity upon or after the occurrence of a default, including without limitation the right to exercise the power of sale. Any of the actions referred to in this Section may be taken by Beneficiary irrespective of whether any notice of default or election to sell has been given hereunder and without retard to the adequacy of the security for the indebtedness hereby secured. 3.03. Judicial Action. Beneficiary may bring an action in any court of competent jurisdiction to foreclose this instrument or to enforce any of the covenants and agreements hereof. 3.03. Power of Sate. Beneficiary may elect to cause the ivtortgaged Property or an}• part thereof to be sold under onnection the power of sale herein granted in any manner permitted by applicable law. In cwith any sale or sales hereunder, Beneficiary may elect to treat any of the Mortgaged Property which consists of a right in action or which is property that can be severed from the real property covered hereb or any improvements thereon without causing structural damage thereto as if the same were personal property,.and dispose ofthesame in accordance with applicable law, separate and apart from the sale of real property.Any sale of any personal property hereunder shall be conducted in any manner permitted by the California Uniform Commercial Code. Should Beneficiary elect to sell the iNtortgaged Property, or any part thereof, which is real property or which Beneficiary has elected to treat as real property as provided above.Beneficiary or Trustee shall give such notice of default and election to sell as may then be required by law. Thereafter,upon the expiration of such time and the giving of such notice of sale as may then be required by law, and without the necessity of any demand on Trustor, Trustee, at the time and place specified in the notice of sale, shall sell said real property or part thereof at public auction to the highest bidder for cash in lawful money of the United States. Trustee may, and upon request of Beneficiary shall, from time to time, postpone any sale hereund-.r by public announce- ment thereof at the*timc and place noticed therefor. If the:Mortgaged Property consists of several lots, parcels or items of property, Beneficiary may designate the order in which such lots, parcels or items shall be offered for sale or sold. Any person, including Trustor. Trustee or Beneficiary, may purchase at any sale hereunder, and Beneficiary shall have the right to purchase at any sale hereunder by crediting upon the bid price the amount of all or any part of the indebtedness hereby secured. Should Beneficiary desire that more than one sale or other disposition of the Mortgaged Property be conducted, Beneficiary may, at its option, cause the same to be conducted simultaneously, or successively, on the same. day, or at such different days or times and in such order as Beneficiary may deem to be in its best interests, and no such sale shall terminate or otherwise affect the lien of this Deed of Trust on any part of the Morigaged Property not sold until all indebtedness secured herebv has been fully paid. Upon any sale hereunder, Trustee shall execute and deliver to the purchaser or purchasers a deed or deeds conveying the property so sold, but without any covenant or warranty whatsoever,express or implied,whereupon such purchaser or purchasers shall be let into immedi- ate possession; and the recitals in any such deed or deeds of facts, such as default, the giving of notice of default and notice of sale,and other facts affecting the regularity or validity of such sale or disposition,shall be conclusive proof of the truth of such facts, and any such deed or deeds shall be conclusive against all persons as to such facts recited therein. 5 00088 3.05. Proceeds of Sale. The proceeds of any sale made under or by virtue of this Article I1I, together with all other sums which then may be heid by Trustee or Beneficiary under this Deed of Trust, whether under the provisions of this Article I i I or other-vise,shall be applied as Follows: ' FIRST: To the payment of'the costs and expenses of sale and of any judicial proceedings wherein the same may be wade, including reasonable compensation to Trustee and Beneficiary, their agents and counsel, and to the payment of all expenses, liabilities and advances made or incurred by Trustee under this Decd of Trust, together with interest on all advances made by Trustee at the lower of the interest rate set forth in the Note or the maximum rate permitted by law to be charged by Trustee. SECOND: To the payment of any and all sums expended by Beneficiary under the terms hereof, not then repaid,with accrued interest at the rate set forth in the dote, and all other sums(except advances of principal and interest thereon) required to be paid by Trustor pursuant to any provisions of this Deed of Trust, or the Note, or ary note evidencing any Future Advance, or any of tfte_Reiated Agreements, including without limitation all expenses, liabilities and advances made or incurred by Beneficiary under this Deed of Trust or in connection with the enforcement thereof, together with interest thereon as herein provided. THIRD: To the payment of the entire amount then due, owing or unpaid for principal and interest upon the Note and any notes evidencing any Future Advances, with interest on the unpaid principal at the rate set forth therein from the date of advancement thereof until the same is paid in full. FOURTH: The remainder, if any, to the person or persons legally entitled thereto. 3.06. Waiver of marshaling. Trustor, for itself and for all persons hereafter claiming through or under it or who may at any time hereafter become holders of liens junior to the lien of this Deed of Trust, hereby expressly waives and releases all rights to direct the order in which any of the Mortgaged Property shall be sold in the event of any sale or sales pursuant hereto and to have any of the i✓fortgaged Property and/or any other property now or hereafter constituting security for any of the in- debtedness secured hereby marshalled upon any foreclosure of this Deed of Trust or of any other security for any of said in- debtedn--ss. 3.07. Remedies Cumulative. No remedy herein conferred upon or reserved to Trustee or Beneficiary is intended to be exclusive of any other remedy herein or by law provided,but each shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute.No delay or omission of Trustee or Beneficiary to exercise any right or power accruing upon any Event of Default shall impair any right or power or shall be construed to be a waiver of any Event of Default or any acquiescence therein; and every power and remedy given by this Deed of Trust to Trustee or Beneficiary may be exercised from time to time as often as may be deemed expedient by Trustee or Beneficiary. If there exists additional security for the Performance of the obligations secured hereby, the holder of the Note, at its sole option, and without limiting or affecting any of its rights or remedies hereunder, may exercise any of tate rights and remedies to which it may be en- ti:lcd hereunder either concurrently with whatever rights and remedies it may have in connection with such other security or in such order as it may determine. Any application of any amounts or any portion thereof held by Beneficiary at any time as additional security hereunder, whether pursuant to Section 1.03 or Section 3.02 hereof or otherwise, to any indebtedness secured hereby shall not extend or postpone the due dates of any payments due from Trustor to Beneficiary hereunder or under the Note, any FutureAdvanccs or any of the Related Agreements, or change the amounts of any such payments or otherwise be construed to cure or waive any default or notice of default hereunder or invalidate any act dont pursuant to any such default or notice. 3.08. Prenayment Charge. If this Deed of Trust or any obligation secured hereby provides for any charge for pre- payment of any indebtedness secured hereby, Trustor agrees to pay said charge if for any reason any of said indebtedness shall btt paid prior to the stated maturity date thereof, even if and notwithstanding that an Event of Default shall have occurred and Benet►ciary, by reason thereof, shall have declared said indebtedness or all sums secured hereby immediately due and payable, and=- or not said payment is made prior to or at any sale held under or by virtue of this Article 111. ARTICLE IV MISCELLANEOUS 4.01. Severability. In the event any one or more of the provisions contained in this Deed of Trust shall for-any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provision of this Deed of Trust,but this Deed of Trust shall be construed as if such invalid, illegal or unenforceable pro- vision had never been contained herein. 4.02. Certain Charges. (a) Trustor agrees to pay Beneficiary for each statement of Beneficiary as to the obligations secured hereby, furnished•at Trustor's request, the maximum fee allowed by law, or if there be no maximum fee, then such reasonable fee as is charged by Beneficiary as of the time said statement is furnished.Trustor further agrees to pay the charges of Beneficiary for any other service rendered Trustor, or on its behalf, connected with this Deed of Trust or the indebtedness secured hereby, including without limitation the delivery to an escrow holder of a request for full or partial reconveyance of this Dced of Trust, transmitting to an escrow holder moneys secured hereby, changing its records pertaining to this Deed of Trust and indebtedness secured hereby to show a new owner of the Mortgaged Property, and replacing an existing policy of insurance held hereunder with another such policy. (b) Trustor recognizes that in the event any payment secured hereby is not made within ten (10) days after* it becomes due and payable, Beneficiary will incur extra expenses in handling the delinquent payment, the exact amount of which is impossible to ascertain, but that a charge of four percent (44'0) of the amount of the delinquent payment would be a reasonable estimate of the expense so incurred.Therefore, if any such payment is not received within ten (10)days of the date it becomes due and payable,Trustor shall without prejudicing or affecting any other rights or remedies of Trustee or Beneficiary,pay to Beneficiary. to corer expenses incurred in handling the delinquent payment, an amount calculated at four percent (4-6) of the amount of the delinquent payment. 4.03. Notices. All notices expressly provided hereunder to be given by Beneficiary to Trustor and all notices and demands of any kind or nature whatsoever which Trustor may be required or may desire to give to or serve on Beneficiary shatl be in writing and shall be served by first-class or certified mail. Any such notice or demand so served by first-class o.r certified mail shall be deposited in the United States mail, with postage thereon fully prepaid and addressed to the party so to be served at its address above stated or at such other address of which said party shall have theretofore notified in writing, as provided above, the party giving such notice. Service of any such notice or demand so made shall be deemed effective on the day of actual delivery as shown by the addressee's return receipt or the expiration of forty-cigyht(48) hours after the date of mailing,whichever is the earlier in time, except that service of any notice of default or notice of sale providzd or required by law shall,if mailed, be deemed ef- fective on the date of mailing. 4.04. Trustor Not Released. Extension of the time for payment or modification of the terms of payment of any 6 sums secured by this Deed of Trust granted by Beneficiary to any successor in interest of Trustor shall not operate to release, in any manner, the liability of the original Trustor. Beneficiary shall not be required to commence proceedings against such successor or refuse to extend time for payment or otherwise modify the terms of payment of the sums secured by this Deed of Trust by reason of any demand mad: by the original Trustor. Without affecting the liability of any person, including Trustor, for thepayment of any indebtedness secured hereby, or the lien of this Deed of Trust on the remainder of the Mortgaged Propertv for the full amount of any such indebtedness unpaid, Beneficiary and Trustee are respectively empowered as follows: Beneticiar}• may from tirne to time and without notice (a) release any person liable for the payment of any of the indebtedness, (b) extend the time or other- wise a!t_r the terms of payment of any of the indebtedness, (e) accept additional real or personal property of any kind as security therefor, whether evidenced by deeds of trust, mortsaaes, security agreements or any other instruments of security, or(d) alter, substitute or release any property securing the indebtedness: Trustee may, at any time, and from time to time, upon the written request of Beneficiary (a) consent to the making of any map or plat of the Mortgaged Property or any part thereof, (b)join in granting any easement or creating any restriction thereon, (c)join in any subordination or other agreement affecting this Deed of Trust or the lien or charge hereof, or (d) reconvey, without any warranty; all or any part of the Mortgaged Property. 4.05. Inspection. Beneficiary may at any reasonable time or times make or cause to be made entry upon and ' inspections of the Mortgaged Property or any part thereof in person or by agent. 4.06. Reconveyance. Upon the payment in full of all sums secured by this Deed of Trust, Beneficiary shall request Trustee to reconvey the Mortgaged Property and shall surrender this Deed of Trust and all notes evidencing indebtedness secured by this Deed of Trust to Trustee. Upon payment of its fees and any other sums owing to it under this Deed of Trust.Trustee shall reconvey the Mortgaged Property without warranty to the person or persons legally entitled thereto. Such person or persons shall pay all costs of recordation, if any.The recitals in such conveyance of any matters or facts shall be conclusive proof of the truthfulness thereof. The grantee in such reconveyance may be described as "the person or persons legally entitled thereto." Five years after issuance of such full reconvevance, Trustee may destroy said notes and this Deed of Trust unless otherwise di- rated by Beneficiary. 17 4.08. Statute of Limitations. The pleading of any statute of limitations as a defense to any and all obligations secured by this Deed of Trust is hereby waived to the fullest extent permitted by law. 4.09. Interpretation. Wherever used in this Deed of Trust, unless the context otherwise indicatesa contrary intent, or unless otherwise specifically provided herein,the word"Trustor"shall mean and include both Trustor and any subsequent owner or owners of the Mortgaged Property, and the word "Beneficiary" shall mean and include not only the original Beneficiary here- under but also any future owner any- including,pledgees, of the Note secured hereby. In this Deed of Trust whenever the context so requires, the masculine gender includes the feminine and/or neuter, and the neuter includes the feminine and/or mas- culine, and the sin&ular number includes the plural and conversely. In this Deed of Trust, the use of the word "including" shall not be deemed to limit the generality of the term or clause to which it has reference,whether or not nonlimiting language (such as ..without limitation," or -but not limited to," or words of similar import) is used with reference thereto. The captions and headings of the Articles and Sections of this Deed of Trust are for convenience only and are not to be used to interpret, define or limit the provisions hereof. 4.10. Consent; De!egation to Sub-agents. The granting or withholding of consent by Beneficiary to any trans- action as required by the terms hereof shall not be deemed a waiter of the richt to require consent to future or successive trans- actions. Wherever a power of attorney is conferred upon Beneficiary hereunder, it is understood and agreed that such power is conferred with full power of substitution,and Beneficiary may elect in its sole discretion to exercise such power itself or to delegate such power,or any part thereof,to one or more sub-agents. 4.11. Successors and Assigns. All of the grants, obligations, covenants, agreements, terms, provisions and con- ditions herein shall run with the-land and shall apply to, bind and inure to the benefit of, the heirs, administrators, executors, I.-gal representatives, successors and assigns of Trustor and the successors in trust of Trustee and the endorsees, transferees, successors and assigns of Beneficiary. In the event Trustor is composed of more than one party, the obligations, covenants, agreements, and warranties contained herein as well as the obligations arising therefrom are and shall be joint and several as to each such party. 4.12. Governing Law. This Deed of Trust shall be governed by and construed under the laws of the State of California. 4.13. Substitution of Trustee. Beneficiarymay remove Trustee at any time or from time to time and appoint a successor trustee, and upon such appointment, all powers, rights, duties and authority of Trustee, as aforesaid, shall thereupon become vested in such successor. Such substitute trustee shall be appointed by written instrument duly recorded in the county or counties where the real property covered hereby is located, which appointment may be executed by any authorized agent cf Beneficiary or in any other manner permitted by applicable law. REQUEST FOR NOTICES Trustor hereby requests that a copy of any Notice of Default and Notice of Sale as may be required by late be mailed to it at its address above stated. IN WITNESS WHEREOF, the undersigned has executed this Deed of Trust the day and year first herein abote written. (Attach Acknowledgment) Trustor. BUCHANAN AIRPORT HANGAR COMPANY v a eneral PaHnership By : General Partner By : General Partner 01090. 7 Saw OF � � ss"�� .COUNTY OF On before the under signed, a Notary Public in° and for .iaid, County and State, ' . personally appeared known to me to be a partner of BUCHP,NAN AIRPORT HANGAR COi�1- pANY, a General Partnership, the partnership that executed the within instrument and known to me to be the partner who executed the within instrument on behalf of said partnership_ Notarg- Public in and for said - Countg and St ate . f)091 E r EXHIBIT "A" Those parcels of land in the unincorporated area of the County of Contra Costa, State of California, described as follows : PARCEL OINE Portion of the Rancho Monte Del Diablo, described as follows: Beginning on the west line of the parcel of land described as Parcel One in the deed to Contra Costa County Flood Control and Water Conservation District , recorded August 6 , 19068, Book 5682 , Official Records, page 353 at the southwest line of the parcel of land firstly described in the deed of trust made by Buchanan Airport Hangar Co. , recorded December 28, 1973, Book 7122, Official Records, page 255; thence from said point of beginning north 650 31' 18" west, along said southwest line, . to the most westerly corner of said parcel of land firstly described in said _ deed of trust; thence south 24° 28 ' 48" west , 114 feet to the southwest line of the parcel of land designated as "Parcel Two" on Exhibit A affixed to the "Amendment No. 1 To Lease", recorded August 30 ! 1972 , Book 6738, Official Records page 121; thence south 65° 31 ' 1611 east, along said southwest line, 494. 67 feet to the west line of said Flood Control District parcel, 5682 OR 353; thence northerly, along said west line, to the point of beginning. PARCEL TWO Portion of the Rancho Monte Del Diablo, described as follows : Cormencing at Point A referred to in Parcel One of Resolution No. 324 , by the Board of Supervisors of Contra Costa County, "In the matter of Declaring the Airport access road a County Road (Buchanan Field) ", a copy of which was recorded September 21, 1961, Book 3957, Official Records, page 591; thence from said point of co=encement south 650 31' 18" east , 629 .5 feet to the actual point of beginning of the herein described parcel of land; thence from said point of beginning, north 241 28' 42" east, 54. 03 feet; thence south 650 31' 18" east, 383.47 feet to the west line of the parcel of land described as Parcel One in the deed to Contra Costa County Flood Ccntrol and Water Conservation District , recorded August 6, 19682 Book 5682, Official Records , page 353; thence along said west line as follows: South 14° 25 ' 34" west, 43.28 feet ; south 770 34 ' 261' east , 5 feet and south 14025 ' 34" west, 334.06 feet; thence north 65° 31' 18"west , 454.26 feet to a point which bears south 240 28' 42" west from the point of beginning; thence north 240 28' 42" east, 315 .97 feet to the point of beginning. PARCEL THREE Portion of the Rancho Monte Del Diablo, described as follows : Commencing at Point A referred to in Parcel One of Resolution No. 324, by the Board of Supervisors of Contra Costa County, "In the matter of declaring the airport access road a County Road (Buchanan Field)" , a copy of which was recorded September 21, 1961, Book 3957, Official Records, page 591; thence from said point of 00092_ co.-mmencement south 65" 31' 18"• east,629 .5 feet to a point herein referred to as Station B; thence north 240 281 4211 east, 54.03 feet; thence south 650 311 18" east , 383.47 feet to the crest line of the parcel of land described as Parcel One in the deed to Contra Costa County .Flood Control and Crater Conservation District, recorded August 61 1968 , Book 50682 , Official Records , page 353; thence along said west line as follows: South 141 25 ' 34 " west , 43.28 feet; south 750 341 26" east, 5 feet and south 140 25 ' 3411 west , 334.06 feet to the actual point of beginning of the herein described parcel of land; thence J said point of beginning north 65° 31 ' 18t1 west, 454 .26 feet to a point that bears south 241 281 4211 west fron, Station B herein above referred to; thence south 24" 281 42i1 west, 111 feet 5 inches ; thence south 650 311 18" east , to the west line of said Contra Costa County Flood Control District parcel; thence north 140 251 34" east , along said west line, to the point of beginning. PARCEL FOUR Portion of the Rancho Monte Del Diablo, described as follows : Co..�aencing at the most northerly corner of the parcel of land described as Parcel Three in the deed of trust made by Buchanan Airport Hangar Co. , recorded December 29, 1975, Book 7723, Official Records , page 466 ; thence from said point of commencement south 240 281, 4211 gest, along the northwest lire of said Parcel Three and along the northwest line of the parcel of land described as Parcel One in said deed of trust, 222.92 feet to the actual point of beginning of the herein described parcel of land; thence from said point of beginning south 65° 31' 18" east, 494.19 feet to the west line of the parcel of land described as Parcel One in the deed to Contra Costa County Flood Control and Water Conservation District , recorded August 6, 1968, Book 5682, Official Records , page 353; thence along said west line southerly along the arc of a curve to the left with a radius of 4241 feet, through an angle of 1° 27' 01", an arc distance of "107.35 feet and south 12" 101 49" west , 25.73 feet ; thence north 650 31' 1811 west, 521.20 feet to a line drawn south 240 281 42" west, from the point of beginning; thence north 240 28' 42" east , 128 feet to the point of beginning. 00093 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending Board ) Resolution No. 77/560 Establishing } RESOLUTION NO. 77/837 Rates to be Paid to Child Care Institutions ) WHEREAS this Board on July 12, 1977 adopted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has been advised that certain changes should be made to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below, effective October 4, 1977: Add the Following Private Institution Monthly Rate Southwood House/Chula Vista $ 1 ,200.00 PASSED by the Board on Oc oober 11, 1977. Orig: Probation Officer cc: Probation Officer Social Service Department Attn: M. Hallgren Director, Human Resources Agency County Administrator County Auditor-Controller Superintendent of Schools TWRESOLUTION NO: 77/837 00, 094 I I , e R, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications for the Kitchen/Dining ) Hall Facility, Sheriff's Rehabilitation ) RESOLUTION NO. 77/ 838 Center. ) (4411-4061) ) WHEREAS Plans and Specifications for the Kitchen/Dining Hall Facility, Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton have been filed with the Board this day by the Public Works Director; and WHEREAS the Architect's costs estimate for construction is $607,533; and WHEREAS the general prevailing rates of wages, which shall be the mini mum rates paid on this project, have been approved by this Board.; and WHEREAS 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, and will not have a significant effect on the environment; and the Director of Planning is instructed to file a Notice of Determination 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 November 3, 1977 at 2:00 p.m. , and the Clerk of this Board is Directed to publish Notice to Con- tractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the Concord Daily Transcript. PASSED and ADOPTED by the Board on October 11 , 1977. Originator: Public Works Dept. Building & Grnds cc: Public Works Dept. Agenda Clerk Bldg Design & Const. Section County Auditor-Controller J. Dye County Administrator `RtSOIUTICt�:::1r0 -�77 _ y,_.__ 00095 4 � ~ ' 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 : � Sheriff's R8haii h Creek dH The estimated construction contract cost (Base 8Y6) ' Is $607,533 ' 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 , and will be opened in public immediately after and at the time due , In the Conference Room of the Pu6lIc Works Department , 8th Floor , Administration Building , Martinez , California , and there read and . recorded . Any bid proposals received after the time specified In this Notice will be returned unopened . Each bid shall be In accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors , Room 103 , County Administration Bu71dYhg ^ Martinez , California. This project Is funded under a Local Public Works Capital Development and Investment Program Grant . On-site labor must begin by November 28, 1977 ^ � A pre-bid conference will be held for all prospective bidders , , . R om 107. Courthouse, Martinez . The drawings and specifications may be examined at the Office of the Clark 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 eighteen and' 60Z100 ( sales tax included) shall not be refundable. Checks shall be made payable to the "County of Contra Costa ," and shall be mailed to the Public Works Department , 6th Floor , Administration BuY ld ing , Martinez , 'California 94553 . ' Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone number is (415) 372~3146. rw , ���������� ' ��������~~ Microfilmed ��t� �°�^° ' with �~~`,~ ~~~m�. DIVISION A NOTICE TO CONTRACTOR (Cont . ) Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by a certified check , cashier ' s check, or bid bond in the amount of the ten percent ( 10%) of the base bid amount , made payable to the order of "The County of Contra Costa . " Bidders are hereby notified that any contract entered Into pursuant to this notice will have a 10 percent minimum participation by Minority Business Enterprises (MBE) . Minimum dollar amount of minority participation In this contract shall be ninety thousand ($905000) dollars. The Contractor shall have an affirmative action plan . The said Board of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors ' Contra Costa County , California By DATED : OCT 11' 1977 N Pous Deputy Clerk PUBLICATION DATES : A2. 0009 SPECIFICATIONS FOR KITCHEN/DINING HALL FACILITY SHERIFF'S REHABILITATION CENTER MARSH CREEK ROAD, CLAYTON Prepared by DENNIS AND CURTIS RICHARD A. WOLVERTON, ASSOCIATE ARCHITECTS 1250 PINE STREET WALNUT CREEK, CALIF. 94596 P ..�9-,r -�- ,o.� • 3 3 Prepared for I L F Public Works Department Contra Costa County Sixth Floor Administration Building J. R. OLSSON Martinez, California CLERK BOARD Or SUPERVISORS Cf0RA COSTA CO. A Pre-bid Conference is Scheduled for: October 19 , 1977 at 2:00 P.M. In Room 107, Courthouse Martinez, California This project is in partnership with the U. S . Department of Commerce Economic Development Administration Project No. 07-51 -20630 WB9998-4411-4061 Microfilmed with board order i } 00098 CONTENTS ® DIVISION 1 GENERAL REQUIREMENTS SECTION 1A NOTICE TO CONTRACTORS 1B INSTRUCTIONS TO BIDDERS 1C PROPOSAL (BID FORM) 1D ARTICLES OF AGREEMENT (CONTRACT) 1E EQUAL EMPLOYMENT OPPORTUNITY 1F WAGE RATES 1G GENERAL CONDITIONS 1H SUPPLEMENTAL GENERAL CONDITIONS 1I SPECIAL CONDITIONS DIVISION 2 SITE WORK SECTION 2A DEWATERING 2B EARTHWORK 2C ASPHALTIC PAVING - 2D CHAINLINK FENCING 2E SITE IMPROVEMENTS 2F EROSION CONTROL 2G IRRIGATION & LANDSCAPE DIVISION 3 CONCRETE SECTION 3A FORMWORK 3B REINFORCING 3C CONCRETE 3D PRETENSIONED CONCRETE 3E INSULATING CONCRETE 3F SANDBLASTING DIVISION 4 MASONRY NONE IN THIS PROJECT DIVISION 5 METALS SECTION 5A MISCELLANEOUS METAL DIVISION 6 CARPENTRY SECTION 6A CARPENTRY DIVISION 7 MOISTURE CONTROL SECTION 7A SHEETMETAL 7B BUILDING INSULATION 7C BITUMINOUS ROOFING 7D CONCRETE WATERPROOFING 7E CAULKING 0{ 09'9 DIVISION 8 DOORS, WINDOWS, AND GLASS SECTION 8A HOLLOW METAL DOORS & FRAMES 8B FINISH HARDWARE 8C GLASS AND GLAZING 8D SPECIAL DOORS DIVISION 9 FINISHES SECTION 9A TERRAllO 9B RESILIENT BASE 9C QUARRY TILE 9D CEMENTITIOUS ACOUSTICAL PANEL 9E PAINTING 9F GYPSUM DRYWALL SYSTEM 9G SUSPENDED ACOUSTICAL SYSTEMS DIVISION 10 SPECIALITIES SECTION l0A TOILET PARTITIONS 10B TOILET ACCESSORIES 10C FIREFIGHTING DEVICES IOD OPERABLE WALLS DIVISION 11 EQUIPMENT SECTION 11A FOOD SERVICE EQUIPMENT DIVISION 12 FURNISHINGS NONE IN THIS PROJECT DIVISION 13 SPECIAL CONSTRUCTION NONE IN THIS PROJECT DIVISION 14 CONVEYING SYSTEMS NONE IN THIS PROJECT DIVISION 15 MECHANICAL SECTION 15A PIPING AND PLUMBING 15B HEATING, VENTILATING & AIR CONDITIONING • DIVISION 16 ELECTRICAL SECTION 16A ELECTRICAL 16B ELECTRICAL MATERIALS AND INSTALLATION 16C STANDBY GENERATOR 00100 RIViSION 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 : Kitchen/Dining Hall , Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton The estimated construction contract cost (Base Bid) is $607 ,533 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 3rd day-9f 11ovember 1977 at 2:00 P.M. , and will be opened in public immediately after and at the time due , in the Conference Room of the Public Works Department , 6th Floor , Administration Building , Martinez , California , and there read and recorded . Any bid proposals received after the time specified in this Notice will be returned unopened . Each bid shall be. in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors , Room 103 , County Administration Building , Martinez , California . This project is funded under a Locai Public Works Capital Development and investment Program Grant . On-site labor must begin by November 28, 1977 A pre-bid conference will be held far all prospective bidders on October 19, 1977 at 2:00 P .M. in _ _Room 107 Courthouse , Martinez The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department , Building Projects Office , 823 Main Street , Martinez . Plans and Specifications may obtained^ at the Building Project Office , 823 Main Street , Martinez , upon payment of a printing and service charge in the amount of eiohteen and' 60/100 (Cls Alli rinllprs ( sales tax included ) which amount shall not be refundable . Checks shall be made payable to the "County of Contra Costa , " and shall be mailed to the Public Works Department , 6th Floor , Administration Building , Martinez ', California 94553 • Technical questions regarding the contract documents should be directed to the Building Projects Division . Their telephone number is (415) 372-2146 . 00101 A- I DIVISION A - NOTICE TO CONTRACTOR (Cont . ) Each bid to be considered responsibe shall be made on a bid form to be obtained at the Building Projects Office , 823 Main Street , Martinez , and must be accompanied by a certified check , cashier ' s check , or bid bond in the amount of the ten percent ( 10%) of the base bid amount , made payable to the order of "The County of Contra Costa . " Bidders are hereby notified that any contract entered into pursuant to this notice will have a 10 percent minimum participation by Minority Business Enterprises (MBE) . Minimum dollar amount of minority participation in this contract shall - be ninety thousand ($90,000) dollars . The Contractor shall have an affirmative action• plan . . The said Board of Supervisors reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received . No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof . BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By James R . Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors ' Contra Costa County, California DATED: PUBLICATION DATES : A_2 OV'O� 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 3 . EXAMINATION OF PLANS , SPECIFICATIONS , AND SITE OF THE WORK (a ) On-Site Labor : The Local Public Works Capital Development and Investment Program legislation administered by the U . S . Department of Commerce/Economic Development Administration requires on-site labor to begin within certain time restraints . The County may make such investigations as it deems necessary to determine the ability of the contractor to meet this requirement . (b) Contractor ' s Responsibility : The bidders shall examine carefully the site of the work , and the plans and specifi - cations therefor . He shall investigate and satisfy himself as to conditions to be encountered , the character , quality , and quantity of surface , and subsurface materials or obstacles to be encountered , the work to be performed , and materials to be furnished , and as to the requirements of the proposal , plans , and specifications of the contract . Y 00, 102A B- 1 (b) Contractor ' s Responsibility (Cont . ) Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design , and that information is shown in the plans , said information represents only the statement by the County as to the character of material which has been actually encountered by it in its 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 1•og of test borings , or other preliminary investigations , or of the interpretation therefor . There is no guarantee or warranty , either express or a� 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 . (c) Responsibility for Utilities : As part of the responsibility stated in subdivision b above , and without limitation thereon , the Contractor shall be responsible at his own cost for any and all work , expense or special precuations caused or required by the existence of proximity of utilities encountered in performing the work , including without limitation thereon , repair of any or all damage and all hand or exploratory excavation required . The bidder is cautioned that such 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 : Ail 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 . 00103 SECTION 4. BIDDING DOCUMENTS (a) The bid package shall consist of the following: 1 . Proposal (Bid Form) 2. List of Subcontractors 3. List of Minority Business Enter rises 4. Statement of Com liance MBE 5. Bidders Certificate A€firmative Action) 6. Bidders Security 7. Certificate of Nonsegregated Facilities (b) Bids shall be made upon the special Proposal (Bid Form) (Divislon C of this Specification) , with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without Interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (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 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 Enterprises containing the name, address and percentage of total bid, for each subcontractor and/or materials supplier the bidder proposes to use to meet the 10 percent minority business enterprise utilization requirement. The bidder is encouraged to use more than the 10 percent requirement if qualified subcontractors and _ materials suppliers are available. See the General Conditions for further information regarding the 10 percent minority business enterprise utilization commitment. (f) Each proposal shall have a Statement of Compliance indicating the Contractors Intent to comply with the EDA requirement of 10 percent minimum participation of Minority Business Enterprises (MBE) . (g) Each proposal shalt 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 below, executed as surety by a corporation authorized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the •bid. (i) A Certificate of Nonsegregated Facilities must be submitted with bid. See (Division H) (Supplemental General Conditions. 5-3 001-0- 4- 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 Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal Is not acceptable. The withdrawal of a bid shal'1 not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 7 . PUBLIC OPENING OF PROPOSALS 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 ; xlaw ,an¢ may render void any contract let under such circumstances. L� 0 01 B-4 SECTION 10 . AWARD OF CONTRACT The right is reserved to reject any and all proposals . The award of the contract , if it be awarded , will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed . Such award , if made , will be made within 30 days after the opening of the proposals . SECTION 11 . SPECIAL REQUIREMENTS The bidder ' s attention is invited to the following special provisions of the contract , all of which are detailed in the General Conditions and Supplemental General Conditions or other documents included In these specifications . (a) Bonds (b) insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited (h) Wages and Overtime Pursuant to C,ontrac.t Work Hours Standards Act SECTION 12. EXECUTION OF CONTRACT The contract (example in Division D shall be. signed by the successful bidder with duplicates and returned within five (5) days of receipt , not including Saturdays, Sundays , and legal holidays , together with : a) Contract b) Contract Bonds c) Certificates of Insurance d) Minority Business Utilization Report (Form ED-530 Part A & Part B) No contract shall be binding upon the County until same has been executed by the Contractor and the County . Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided , any work performed 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 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 Nouse , Martinez , CA where they will be immediately reviewed for accuracy . Documents found deficient shall be immediately taken to their source for correction . No allowance for late submission of these documents will be made . The contract documents must be correctly executed and deliverd to the County on time to Insure that on-site work can begin .before the deadline established as a condition of grant by the Economic Development Administration . Failure to meet these requirements shall be just cause for the annulment of the award and the forfeiture of the bidder ' s security . if this failure to deliver correctly executed documents and/or on-site labor has not begun as stipulated , resulting in the cancellation of Federal grant (s) , the contractor shall be held liable for the total amount of the Federal grant (s) not received . If the successful bidder refuses or fails to execute the contract , the County may award the contract to the second lowest responsible bidder . if the second lowest responsible bidder refuses or fails to execute the contract , the County may award the contract to the third lowest responsible bidder . On the failure or refusal of the second or third lowest responsible 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. 00107 EDA 07-51-20630 WB9998-4411 -4061 Bi.dder , DIVISION G - PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 3rd day of November 1977 AT 2 P . M. AT THE PUBLIC WORKS DEPARTMENT , 6th FI R , COUNTY ADMINISTRATION BUILDING, 651 PINE STREET , MARTINEZ , CALIFORNIA 94553 • A . TO THE PUBLIC WORKS DIRECTOR , VERNON L . CLINE , PUBLIC WORKS DEPARTMENT : Gentlemen : The undersigned hereby' proposes and agrees to furnish any and all required labor , material , transportation , and services for kitchpn1dining hall , ShPriff's• Rpbahilitatinn CP tPr. Marsh Creek Road_ Cl yton in strict conformity with the Plans , Specifications , and other contract documents on file at the Office of the Clerk of the Board of Supervisors , First Floor , Administration Building , Martinez , California 94553 , for the following sums ; namely : BASE BID: shall include all of the work for the construction and completion of all facilities therein , but no.t including any of the work in the following Alternates : For the sum of : Do11'ars ( $ ) .ALTERNATES 2. ALTERNATE NO. 1 : State the amount to be deducted from the Base Bid for the deletion` of. work' (Kitchen Equipment) as described in Drawings FS-1 -4 and Division 11 , Section 11A of the Specifications . Deduct the Sum of dollars ($ ) 3. ALTERNATE NO. 2 State the amount to be deducted from the Base Bid for the deletion of work Operable Wall ) as described in Drawings A-4 & A-11 and Division 10, Section IOD of the Specifications . Deduct the Sum of dollars ($ ) i - _ l p�1108 DIVISION C - PROPOSAL (Bid Form). (Cont . ) 4. ALTERNATE NO. 3 State the amount to be deducted from the Base Bid for the deletion of work (Security Lighting) as described in Drawing E-4 . Deduct the Sum of dollars ($ ) 5. ALTERNATE N0. 4 State the amount to be deducted from the Base Bid for the deletion of work- (Standby Generator) as described in Division 16, Section 16C of the Specifications. Deduct the Sum of dollars ($ ) 6. ALTERNATE N0. 5 , State the amount to be deducted from the Base Bid for the deletion of work (Irrigation and Landscape) as described in Drawings L-1 & L-2 and Division 2 , Section 2G of the Specifications . Deduct the Sum of dollars ($ ) B . It is understood that this bid is based upon completion of the work within 365 calendar days from and after the date of commencement . C . It is understood , with due allowances made for unavoidable delays , that if the Contractor should fail to complete the work of the contract within the stipulated time , then , he sha 1 1 be 1 i ab 1 e to the Owner in the amount of one hundred and no/100th ($100) per calendar day for each day said work remains uncompleted beyond the time for completion , as and for liquidated damages and not as a penalty , it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage . D . The undersigned has examined the location of the proposed work and is familiar -with the Plans , Specifications and other contract documents and the local conditions at the place where the work is to be done . E . The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will • not be responsible for any errors or omissions on the part of the undersigned in making up this bid . s ri 0010% C-2 DIVISION C - PROPOSAL (Bid Farm) (C.ont . ) F . The undersigned hereby certifies that this bid is genuine and not sham or collusive , or made in the interest or in behalf of any person not herein named , and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid , or any other person , firm , or corporation to refrain from bidding , and that the undersigned has not in any manner , sought by collusion to secure for ' himself an advantage over any other bidder . G . Attached is a list of the names and locations of the place of business of the subcontractors . H . Attached is a list of the names , addresses and percentage of bid for each minority subcontractor and/or , materials supplier . I . 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 # dated Addendum # dated Addendum dated Fi rm .. 8y Title Address Phone Licensed in accordance with an act providing for the registration of Contractors , Classification and License No . 4 Dated this day of , 19 00110 C.-3 DIVISION C - PROPOSAL BID FORM (Cont.) LIST OF MINORITY BUSINESS ENTERPRISES 1. Name of Bidder 3. IRS Number e 4 . Address: ' 2. EDA Project No. 5. The Bidder commits himself to the use of Minority Business Enterprises in the dollar amount or percentage of contract as required by these documents and Title 1 , Section 106(f) (2) of the Public Works Employment Act of 1976, as amended (P.L.94-369) through the use of the following minority business enterprises as contractors or sub-contractors for services or supplies: 6. Type of Percentage Minority Firm Name (MFH) Malling Service or of Bid IRS Number (IRS) Address Supplies Sum Name(MFN) Street (MFA) City(MFC) IRS Number (IRS) State (MFS) Zip Code (MFZ) Name (MFN) Street (MFA) „r• r� City(MFC) _ IRS Number (IRS) State (MFS) Zip Code(MFZ) Name (MFN) Street(MFA) City (MFC) IRS Number (IRS) State(MFS) Zip Code(MFZ) Name (MFN) Street (MFA) City (MFC) State (MFS) IRS Number (IRS) Zip Code (MFZ) Name(MFN) Street (MFA) City (MFC) State (MFS) _ IRS Number (IRS) Zip Code (MFZ) Street(MFA) Name(MFN) City (MFC) State (MFS) IRS Number (IRS) Zip Code (MFZ) 7. Total percentage to be Expended for Minority Business Enterprises: Total Amount of Bid (Base) $ 8. Nerve and %'isle o1 Authorize)Officer Phone No. --' f 00111 S iQ ria ru re D�(t man STATEMENT OF COMPLIANCE I , Name of Company PROVIDE ASSURANCE OF MY COMMITMENT TO PROVI-DE A 10 PERCENT MINIMUM MINORITY BUSINESS ENTERPRISE PARTICIPATION IN THE CONTRACT FOR CONSTRUCTION . FIRM : TITLE : ...�, ADDRESS PHONE : r cf Pr 0112 i 4; e M ISION C - PROPOSAL BID FORM (Cont. ) A b.-ii ori � , L. r'.a'r"'"ot:':n �C:ii.�l. �:srtifiCatiOr,.. A. D1aC?rS ' Certification. not be eligible for award of a contract under this lnvitation .or c�.ds ur"ess such badder has sub,�.i ted as a cart of its bid the foLorring certification, which will be deemed a par of the resulting contract: BUBEc''.S CERTIrICATICN certifies that: (bidder) 1. it intends to employ the following listed construction trades in its work under the contract ' and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Sid Conditions for participation in the Contra Costa Plan, i- will comply Frith the Contra Costa Plan on this and all future cons;._sct:.on work in Contra Costa County within the scope of coverage of that Plan, those trades being: and or (b) as to those trades for .,;hich it Is reeu red by these Did Conditions to cc.:,ply �_t:, ?a:: II of these sid Conditions, it adopts the minimum minority manpower utili--at:on goals and the scecifice affirmative action steps contained in said Pa.—t 1_, on. this and all futurr a construction work in Contra Costa County subject to these :,id Conditions, those trades being: and 3 . it ,rwl_ obtain from each o: its subcontractors and submit to the con— tracting .r ad.roi:.ister;ng agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. (Sig-nature of authorized representative of bidder) 00113 CERTIFICATE OF NONSEGREGATED FACILITIES is The federally-assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "'segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clock:, , locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit , local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are `I 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 of Signee Signature Date NPTE: The penalty for making false statements in offers in prescribed in 18 U.S.C.' 09I;.p% .. 1 , c - � 00114 DIVISION C. PROPOSAL BID FORM continued ' LIST OF SUBCONTRACTORS : �- (As required by Division B , Section 4, Paragraph (d) ) (Substitution of listed subcontractors : See Division F. , Section 5 , Paragraph E.) . a Potion of Work Name Place of Bidders s 00115 1 DIVISION D . ARTICLES OF AGREEMENT (Contract) CONTRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPiCrIL £EP.P1S. These special terms are incorporated below; by reference. (552,3) Parties: (Public Agency) (Contractor) [Complete legal name {52} Effective Date; (See 54 for starting date.) (S3) The Work: (S4) Comptetion Time: (strike out (a) or (b) and "calendar" or "working") (a) By (date) (b) Within calendar/working days from starting date. _ (55) Liquidated Damages: S per calendar day. (Sb} Public Agency's Agent: (ST) Contract Price: S (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) (Strike out parenthetical material if inapplicable.) A 2. SIG;UYURES 6 AC7.1OWLEUCHS1.17. Pz::-Zic Agency, By: (President, Chairman Or Other Designated Representative) {Secretary} Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51061 concerning Workers' Compensation Law. BY: (CORPORATE [Designate official capacity in thebusiness] SEAL) By: (Designate official capacity in thebusiness) lots to Contractor (2) Execute aeknowZedgr.-ant form ba Low, and (2) if a corpora- on, affix Corporate SaaL. State of California } ACX.*10WLEDG!X,*. (by Corporation, County of ) ss' 'Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacit•j as stated, porsonally appeared before ma today and acknowledged that he/they oxacuted it and that the corporation or partnership named above executed it. Dated: (:lOTARIAL SEAL} Notary Public PORm2,ppROVED by Ccunty Counsel. (Page 1 of 4) (CC-1: Rev. 11-76) 0011.5 3, WOPX COt;TRACT, CHANGES. (a) By their si?natures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by °"' these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (e) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. •4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speciUNUM - scat ons or the t;otice to Proceea; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DA)fAGES. If the Contractor fails to complete this contract and this work withan the tine fixed therefor, allowance being made for contingencies as provided herein, he bocomes 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 fist 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 estinate fair average compensation t1iorefor, for each calendar day's delay in finishing said worY.; 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 becor..e due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of. time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Codd 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. II EGRATED DOCUt3ENTS. The plans, drawings and specifications or spacial provisions of the r�bu lc Agoncyli call for bids, and Contractor's accepted bid for this .cork are hereby incorporated into this contract; and they are inton cdto co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning tharoof when taken all together; and differences of opinion concerning those shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYME2;T. (a) For his strict and literal fulfillment of these promises and conditions, and as fulT compensation for all this work, the Public Agency shall pay the Contractor the sun specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and time cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the auount determined to be due, minus 10% thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. 8, PAYlMt;Ts WITHHELD. (a) Tt:a Public Agency or its agent may withhold any payment, or because or later discovered evidence nullify all or any certificate for payment, to such r� extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall u:je reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoiJ unnecessary trouble or cost to the Con:.�r in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) (CC-1; Rev. 11-76) 0.0117 work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withhold under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the war): or site, and provided there are not reasonable inuications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. I:lSLPA1JCL. (Labor Code 55186U-61) On signing this contract, Contractor must give Public Ngency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. BONUS. On signing this contract Contractor shall deliver to Public Agency for approva good and sufficient bonds with sureties, in amounts) specified in the specifi- cations or special provisions, guaranteeing hij faithful performance of this contract and his payment for all labor and materials itoreunder. 11. FAILLI1-t TO PCRFOP11. If the Contractor at any time refuses or neglects, without fault of the PuL he Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided heroin, for a period of 10 days or more a!-.Or written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognizo.the applicability of various federal, state and local latt5 anu raqulationz, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sac. 1720, and including Secs:. 1735, 1777.5, & 1777.6 forbidcing discrimination) and intend that this agrouawnt complies therewith. The parties specifically stipulate t:iat the relevant penalties and forfeitures providod in the Labor Code, especially in Secs. 1775 r. 1813, concerning provailinq wages and houra, shall apply to this agreement as though fully stipulated heroin. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14, WAGI: %tTL'S. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of industrial Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft classification, or type of workman needed to execute this contract, and saia rates are as specified in the call for bids for this work and are on file with the Public Agency, and are nereby incorporated 'herein. (b) Tris schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours can- stituting t)ie working day. When lass titan that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (e) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must 1x paid at least the wage scale established by collective bargaining agreement for such la6ar in tate locality where such wort: is beiny performed. If it becomes necus- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (extent executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall I=ediately notify the Public Agency which shall promptly determine the prevailing wag* rate Gkerefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Sight hours of labor in one calendar day constitutes a legal day's work, a...: uo wor.Man employed at any time on this wark by tate Contractor or by any sub- contractor shall be required or perrittod to wort: longer thereon except as provided in Labor Code Secs. 1810-1915. 16. APPRLdTICES. 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) D-3 • Q 00118 PY.' '1r.;CE FOP MATERIALS. the Public A enc desires to promote the industries and 17. LFbl .4 Agency economy of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. 1SSIG:t::::;T. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or surotios, unless they have waived notice of assignment. 19. :IO t•IAIVrM BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed: nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the teras and conditions hereof. 20. IIOLD HAIL':LESS 6 II:L•EI21ITY. (a) Contractor promises to and shall hold harmless and n emniry from Oto liabilities as defined in this section. (b) The indomnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees, (c) The liabilities protected against are any liability or claim for damage of any kind allegedlysuffered, 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 li"ility, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including tho defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) In connection with the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agont(s) or employees) of one or more of them. tel :tan-Conditions: The promise and agreement in this section is not conditione(s or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specifications) or special provisions) in connection with this work, has insurance or other indemnification covering any of these Taatters, or that the allegad damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATIOU. Contractor shall comely with the provisions of Labor Code sec. 6705, if app icav a,'by submitting to Public Agoncy 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. 4 - (Page 4 of 4) (CC-1= Iiev. 11-76) 001 DIVISION E - EQUAL EMPLOYMEMT: OPPORTUNITY BID .COMITIONS AFF RiAT IVE ACTION REQU I REEITS EUL EJ1PL0Y' J OPURN ITY (I 'IE'Ok,r-a PLAN) For all Hon-Exempt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California. NOTICE EACH BIDDER, COifTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE COIM' CTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART iI, AS APPLICABLE, OF THESE BID COINDITIONS AS TO EACH CONSTRUCTION TRADE IT MOIDS TO USE ON THIS CONSTRUCTION CO1 jRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND NON- FEDERAL) 114 THE CUITRA COSTA COU4TY AREA DURING THE PERFORMANCE OF THIS COM ACT OR SUBM47RACT, THE COPITRACTOR C0,141ITS ITSELF TO THE GOALS FOR MINORITY lIMP(MER UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AND ALL OTHER REC'JIREt-EtTS, TMS AND CONDITIONS OF THESE BID 001MITIONS BY SUBMITTING A PROPERLY SIGNED BID, THE CONTFRACTOR SM-L APPOINT A COMPANY EXECUTIVE TO ASSU-E THE RESPONSIBILITY FOR THE I MP LEI-101 AT ION OF THE REQU I REt 1EPTTS, TERI-IS AND CONDITIONS OF THESE BID GOND I T I OPCS, �T The provisions of this Parf 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 opport=mity and have jointly made a commitment to specific goals of minority and, where applicable, female utilization. The Contra Costa Plan is a tripartite voltntary agreement between management, labor, and the minority cormnunity. 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 00120 • c Any contractor using one or more.trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. A contrac- tor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organization which represents its employees in the Contra Costa Plan as to one trade provided there is set forth in the Contra Costa Plan a specific commitment by both the contractor and the labor organization a 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. PART II . A. Coverage. The provisions of this Part II 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; y 2. Are si,-natories to the Contra Costa Plan but are not parties to collec- tive bargaining agreements; 3. Are signatories to the Contra Costa Plan 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 collecti,�,e bargaining agreements with labor organizations but the two have not Jointly executed a specific commitment to goals for minority utilization and incorporated the commitment in the Contra Costa Plan; or 5. Are participating in an affirmative action plan which is no longer accept- able to the Director, OFCCP, including the Contra Costa Plan; 6. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreer:epts with labor organizations which together have failed to make a good faith effort to comply with their obligations Lmder the Contra Costa Plan and, as a result, have been placed under Part II of the Bid Conditions by the Office of Federal Contract Compliance Programs . B. - Requirement--An Affit-mative 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 minor- ityl utilization, and specific affirmative action steps set forth in Sections B.1 and 2 of this Part II. 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. 1 rinority ' is defined as including Blacks, Spanish Surnamed Americans, Asians, and American Indians, and includes both minority .:nen and minority women. E-2 00121 2. 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 UrILIZAT ION From 10/01/74 To 9/30/76* 17.0% - 19.5% * In the event that any work which is subject to these Bid Conditions is 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 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 cocitractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal znd non-Federal) in the Contra Costa Plan area during the perfor- mance of its contract (i.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 tmifor.n 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 II 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 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- ment opportunities; and the trainees must be trained pursuant to training progrars approved by the Bureau of Apprenticeship and Training, for "Federal Purposes" or approved as supplementing the Contra Costa Plan. 2 . Specific 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 goals , but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affir- mative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attainnhent 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 f i . !° z E-3 o()122 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 Il which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have maintained records of the organizations ' response. b'. The contractor should have maintained a file of the 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 fo.r referral and not referred back by the union or if referred, not employed by. the contractor, the file should have documented this and the reasons therefor. c. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. ine 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 ;,o�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 neas media, specifically including minority news media; and by notifying and discussing it with all subcontractors . f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substantial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area. E-4 g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not violate the OFCCP Testing ® Guidelines in 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-the-job training opportunities and participated and assisted in all Depart- ment of Labor funded and/or approved training programs relevant to the contractor 's employee needs consistent with its obligations under this Part II. i. The contractor should have made sure that seniority practices and job classifications do not have a discriminatory effect. J . The contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out including the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. A;MIUM 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. MOTE--The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance on questions pertaining to minority recruitment sources, rr nority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. Subsequent Signatory to the Contra Costa Plan. Contractors that are subject to the requirements of Part II at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either Individually or through an association, will be deemed bound to their commitments to the Contra Costa Plan from that time until and unless they once again become subject to the requirements of Part II pursuant to Section A. 1-6. A. N'on-discrimination. In no event may a contractor utilize the goals and affirnative action steps required by this Part II in such a minner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. FLET III Compliance and Enforcement. 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 or Part II shall be subject to the requirernts of that Part regardless of the{;obligations of* its prime contractor or lower tier subcontractors . E-5 00121 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 meet the goals 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 require 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 discrimi- nation. Such violations shall be deemed to be noncompliance with the -...rte 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 perfo^...ance of the contract. Further, OFCCP shall be solely responsible for any final daterriination that the Contra Costa Plan is no longer an acceptable affirmative action program and the conse- quences thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Contra Costa Plan no longer represents effective affirmative action. In the event it shall be solely responsible for any final d-atermination of that question and the consequences thereof. 3. t•;nere OFCCU finds that a contractor has failed to comply with the require=nts of the-Contra Costa Plan c=d its obligation tuider Part I of these Bid Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not n--t the requirements of 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 001-2 ) :• 5 ` E-b 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 11. 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 presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part 11 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 11 of these Bid Conditions. The contractor's failure to meet its goals shall shift to It the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the spacific affirmative action steps listed in Part 11 , 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 It . It shall be no excuse that the union with which the contractor has a col - lective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the 'National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as ?am--nded. 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 employrient practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to Executive Order 11246, as anenddd, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its implanLenting rules and regulatious. Er7 00121) r PART IV 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 were the prime contractor. The contractor shall not, haaever, 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 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 sane 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 penalties for violation of these laid Conditions and the 1.qual Opportunity clause includinU suspension, termir.ation and cancellation of existing sub- contracts and dcb.:.rment from. fut-u.e contracts as may be imposed or ordered pursuant to Executive Order 112.46 , as amended, and its implei7enting 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 ter.; of its contract fror:� r_ compliace with Exacutiva Order 1121,6 , as and the Equal Opport:uuity clause of its contract with respect to matters ' not covered in the Contra Costa Plan or in Part II of these Bid Conditions. 0012.? Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under feder ' assisted contracts. In executing this assurance, the County, cities , and no - profit sponsors agree to do , among other things, the following: n a. Include the following equal opportunity clause in all federally assisted contracts . This clause applies to administrative, y supervisory, professional , and clerical struction workers. This clause also appiiiesotoethesemploymentwell asgp practices of the Activity Sponsor: "No person in the United States shall on the ground of race national origin or sex be excluded from participation in, be deni:e the benefits of, or be subjected to discrimination under an n ed, . y .prograr. . or activity funded in 'whole or in part with funds available under this title. " F t .-it♦ 3 .,.w 4C t . aYn = j E. 01,28 t DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY (Cont.) OMB Aooroval No . 44-R1396 ?e;or:i:.3 Period STANDARD FGR:4 - 257 MONTHLY EMPLOYMENT (.Month, Year) (Aug. 1976) UTILIZATION REPORT , As prescribed by the :,ep:. o: Labor (Cr^CC?) (See reverse Cor instructions) This report is. require: by Executive Order 11246, Section 203. Failure to report can n result in sanctions which include suspension, termination, cancellations or debarment gra r of contract . a- To: (t.a-ze and loca.ion of Ccmpl.ance Agency) From: (Name and location of contractor) Asst. Reg. Admin. for Squal Opportunity U.S. Dept. of Housing & Urban Development 450 Golden Gate Avenue, Box 36003 San Francisco, California 94102 1. �. 3. - '+. % 5. :. wino- Total ratal Work Hours of Employment (See footnote) Irity number r=ber N/h of of of Class: a. a. • C. s. . a. • mirorit, Ea;.:oy His- er. Aman/ .otal total ` Cam ax: s Name {I,�, ) ^rade Pica- Tota' Black ndian _psc'=c pe- 'c^,play- ees Company, tions panic Zs?ar=` ale 141:n ees E" C FUN -AD T' A. ( I m. Tr I i C A Tr C Ao I T r C Ao ' Tr C 3 Tr C r An Tr C Ao Tr I A. Tr 7. Ccapary Cf f i.:.aI : S14:a.c:a and ..c-e y. %a.e —ined 9. Telegncne Nuw:ar ( include Area Code) M29 (* Mates & Females • ' ** Minorities non-wLnorities) E- } 0 Page of i INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (SF-257) The Employment Utilization Report is to be completed by each subject contractor AOL (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 ccntract, and they shall include the total work-hours worked for RP„ 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 Ghat is funding their construction project. Reporting Period . . . . . . . . . . Self-explanatory. " Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- tering 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 (See OFCCP Regs . 64-1 .3) . 1. Company's Name . . . Any contractor or subcontractor who has a federally involved contract. M 2. Trade . . . . . . . . . . Only those crafts covered under applicable Federal EEO bid conditions. 3. Mork-hours of Employment The total number of hours worked by all employees in each classification; the total number of hours worked by each *^inority group in each classification and the total work-hours for all women. Classification . . The level of accomplishment or status of the worker in the trade . (C = Cra€t. orker - Qualified, Ap = Apprentice, Tr = Trainee) 4. Percent of minority work- hours of total :cork-hours . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) 5. Total number of minority employees . . . . . . . . . . . Number of minority employees working in Qreoate work force during contractor' s ag reporting period . 6 . Total .lumber of F-mployees . . . . `lumber of all employees working in coat- tractor 's aggregate work force during reporting period. * Minority is defined as including Slacks, Hispanics, American Indians and Asian and Pacific Islanders - both :ren and ::omen. (, ((�� 40130 E- 11 us ^'.IMIMtyT ?R!ITZNG,OFF?CT :9,--%*9-X13/163 DIVISION E. - EQUAL EMPLOYMENT OPPORTUNITY i . Affirmative Action. Certification. A. Contractors' Certification. A contractor will not be eligible for award of a contract under this Invitation for Bids unless such contractor has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: CONTRACTORS CERTIFICATION certifies that: Contractor 1. it intends to employ the following listed construction trades in its work under the contract • and - r 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part TZ of these Bid Conditions, it adopts the minimum minority manpower utilizaticn goals and the specifice affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being; and 3 . it will obt Un 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 subcortrzctor certification required by these Bid Conditions. Signature of authorized representative of contractor) 00131 E- 12 DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY man B. Subcontractors' Certifications.. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: H SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1 . it intends to employ the following listed construction trades in its work under the subcontract }, 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those ; trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder E-13 00132 DIVISION F - WAGE RATES preeerIMinimum wage rates for this project � f theretisma�ed by the Secretary of Labor are herein set forth . he difference between the minim�evailingawagewe rtespratesedeterminedredetrmined bytby the, Secretary of Labor and the p State or the Countyfors filar sha -sificanotnlesslthan � theehighe:r: tractor and his sub-cont wage rates . for reporting requirements . See General Conditions , E i 1 _ x f, F`_ ,� 00133 SUPERSEDtAS DECISION DECISION NO. CA77-5039 Page 2 STATt: California COUNTIES: Alameda, Alpine, Amsdor, Butte, Calaveras, Coluss, Contra Fd■p B.edirs Payments Oosta, Del Norte, EI Dorado, Fresno, Bastc Glenn, susboldt, Rings, Lake, Lassen, Rare$ EJeenNen . Retia M i• Penson YeceMen, 004/orMadera, Marin, Mariposa, Mendocino. Aryr.Tr. ,. Merced, Modoc, Monterey, Maps, Nevada, Placer, Plumes, Sacramento, San Benito, BRICK TENDERS: - ""' San Fcsnolsco, San Joaquin, San Mateo, Alpine, Amador, tl Dorado, Santa Clara, Santa Crux, Shasta, Sierra Nevada, Placer, Sacramento, Slsklyou, Solaro, Sonoma, Stanislaus, Sierra and Volo Counties 3 9.30 f 1.00 f 1.70 Sutter, Tehama, Trinity, Tulare, San Francisco and San Mateo Tuolumne, Yolo and Yuba Counties 10.00 .65 .80 -VECISION NUMBER+ CA77-5039 DATt: Data of Publication Fresno, Rings, Madera and Supersedes Decision Mo. C476-5101 dated November 19, 1976, In 61 FR 31255 Tulare Countika 9.60 .80 1.60 DCScRIPTzom OF WORK: Building Construction (dwa not Include single family CARPLMFRS: homes and garden type apartments up to and Including 6 ■Loris'), heavy and Carpenters 11.25 1.22 1.71 .75 .06 highway constcuctiod and dredging. Hardwood Floor Layeral Power Saw Operatorsl Saw Filers) bsic relate Statute Paymeata Shinglersi Steel Scaffold Neertr E/vrrtiea Erectors and/or Steel Shoring Rates M 6 M Pensbae Yuetba Gave, trectors 11.60 1.22 1.71 .75 .06 AW.Tr. Millwrights 11.75 1.22 1.71 .75 .06 Plledrlvermen, bridge, wharf and dock builders 12.23 .86 1.26 .73 .06 ASBESTOS WORKERSCEMENT MASONSr 1 12.61 .90 f 1.17 $1.30 .06 BOILERMAKERS 11.175 .775 1.00 .50 .02 Cement Masons 10.00 1.13 1.63 1.50 .05 BRICKLAYERSi Stonemasonsr Masticr Magnesltei All Del Norte, Humboldt, Lake, Composition Masons .10.25 1.15 1.13 1.50 .05 Marin, Mendocino, Napa, San Men working from swinging or t Froncleco, San Mateo, Slskiyou, slip form scaffolds 10.25 , 1.15 1.13 1.30 • Z .OS• Solan, Sonoma and Trinity DRYWALL INSTALLERS 11.52 1.22 1.71 .75 ;07 Counties 11.02 1.60 .93 1.00 .05 EL CTRL IANSs 0 AIi Alameda and Contra Costa y -1 Counties 11.95 1.05 1.05 .Y0 Electricians 11.61 .80 11+.90 .03 A Fresno, Rings, Madera, Coble Splicers 12.86 .80 11+.90 .03 Mariposa and Merced Counties 10.95 .95 1.00 Amador, Colusa, Sacramento, Butte, Colusa, El Dorado, Sutter, Yolo, Yuba and Glenn, Lassen, Modoc, Nevada, those portions of Alpine, Placer, Plumas, Sacramento. E1 Dorado, Nevada, Placer Shasta, Slerra, Sutter, and Sierra Counties West Tehama, Yolo and Yuba Cos. 11.90 .80 1.05 .25 of the Sierra Mountain Monterey and Santa Cruz Watershed Counties11.60 1.13 1.20 Electricians 12.89 .93 11+.95 .045 San Benito and Santa Clara Cable Splicerse 16.18 .95 11+.95 .065 Counties 11.95 1.05 1.05 ,02 Tunnels: Alpine, Amador, Calaveras, Electricians 13.03 .95 11+;85 .065 Gan Joaquin, Stsnislaus and Cable Splicers 16.32 .95 ll+.SS .065 Tuolumne Counties 10.65 1.00 1.00 1.00 Tulare County 11.60 1.00 1.00 .07 looV c0 • FEDERAL REGISTER, VOL 42, NO. 78-FRIDAY, APRIL 22, 1977 o-�+ i 1 RSC CA77-5039 r Paye 3 OECISION N0. CA77-5039 Page 4 �•t . tG • ltdap 8e0a111a For.uto Seaewle ' Ruia Mlr Education Mawlr E4rcaNew Ratoa M 1 W Ponalana Vocation oadlot Rules M A M Foaaloaa Vacation andlar Appr.Ta a Apt.Tr. RLRCTRICIANSt (Cont'd) ILSI RICIANS1 (Cont'd). Monterey County Le" Tahoe Ates Electricians i 12.50 .90 11+.75 .06 ilectsiclans i 13.33 .67 1%+.77 .04 Cable Splicers 13.81 .90 1%+.75 .06 Csbla splicers 14.56 .67 11+.77 .08 Napa and Solano Counties butts. Glenn, Lassen, Modoc, Electricians 12.07 .68 1%+.85 .Oi PIUMe. Shasta, sieklyou, Cable Splicers 13.58 .68 1%+.85 .04 Taboos and Trinity counties San Benito, Santa Clara end Sleotricians• 11.:4 .87 11+.705 .04 Santa Cruz Counties Cable Splicers' 13.14 .67 1%+.705 .04 Electricians 12.80 .77 It+I.SO .OS ?rands , Cable Splicece 14.40 .77 11+1.50 .05 Sleotricianal Cable Splicers' Ban Francisco County �•Relpmrs 12.34 .47 1%+.705 .04 Electricians 13.635 1.04 11+.90 .06 Cable Splicers 13.44 .87 1%+.705 .04 Cable Splicers 15.56 1.04 1%+.90 .06 Calatnrae end San Joaquin San Mateo County, Counties Electricians 11.77 .82 11+.50 .03 ' .noctrtclanal Technicians 12.15 .92 11+1.25 .01 ELEVATOR CONSTRUCTORS 13.49 .545 .35 3%+a .02 Cable splicers 13.67 .92 19+1.25 .01 ELEVATOR CONSTRUCTORS' HELPERS 709JR .545 .35 31+a .02 Contra Costa County ELEVATOR CONSTRUCTORS' HELEPRS Slectrlclans. . 13,45 .70 19+1.00 (PROS.) 50%JR Cable Splicers 14.95 .70 14+1.00 GLAHMSt Sal Norte and Nomboldt Counttes Alameda, Contra Costa, Lake, Blectricions 10.25 .55 I%+2.7S .04 Marin, Mendocino, (Southern Cable apllcere f' 11.07 .55 3%+1.75 .44 half of County from North of Z Presao, pings. NaOeco And Ft. Bragg), Monterey, Napa, 0 Tulare counties San Benito, San Francisco, •� Electricians 12.26 .75 19+.95 .05 San Mateo. Santa Clara, Santa , f7 Cable Splicers 13.26 .75 19+.95 1*05 Cffuz, Solano, (S.N, from east MLake, Karin, Mendocino and of Fairfield) and Sonoma Sonoma County Coanties ' 11.23 .92 1.35 .02 Electricians 12.65 .42 19+.30 .02 Cable Splicers 13.91 .42 1%+.30 .02 t i4rlpoaa, Mercado Stastslaus + and Tw1unw Counties Electrlciatis 9.93 .62 19 U Cable Splicers 10.01 .62 16 19 t `.ser'• t _. FEDERAL REGISTER, VOL. 42. NO. 78--FRIDAY. APRIL 22, 1977 GI . WA N w; 9 x� ORCISION NO. CA77-5039 Page S DECISION NO. CA77-5019 Page 6 FNrya Bwfits Permeate Ba+lc Films*Benefits Parnoats Har)7 EJeceHew Basic a RoM M i Pwalans Yacettea awJler Howdy EJreslks ' Rates M L M Poos6ws Vacation *.a/ar A(?r.Tr. Nor,tr. LATHERS. (Cont'd) GLAZIERS 3 (Cont'd) Monterey and Santa Crus Alpine, Amador, Butte, Counties 1 11.30 .68 .53 - .01 Calaveras, E1 Dorado, San Francisco and NS of Mariposa, Merced, (North San Mateo County 13.07 .66 2.00 .02 or City of Livingston), San Benito and Santa Clara Modoc, Nevada, Placer, Counties 10.14 .73 .75 t amcromento. San Joaquin, Fresno, Rings, Mad*ra and 1 Shasta, Sierra, Slekiyou, Tulare Counties 12.03 .3S .45 Stanlslaus, Sutter. Tehaem, Mariposa, Merced, Stanialaus t, Tuolumne, Tolo and Yuba and Tuolumne Counties 10.75 .01 Counties $ 10.495 .43 S 1.20 Amador, El Dorado. Sacramento Fresno, Rings, Madera and t and Yolo Counties 8.40 .40 1.00 _ Tulare Counties and the Southern half of San Mateo remaining portions or County 10.03 .32 1.00 Merced County 9.09 .81 1.04 .805 .OS LINE CONSTRUCTIONt IItOtMORKERSs Contra Costa County Pence Erectors 10.41 1.16 1.86 1.20 .04 Groundmen 10.0875 .70 18+1.00 Reinforcing 11.30 1.14 1.46 1.20 .04 Line Equipment Operators 12.1050 .70 14j1.00 Ornamentals Structural 11.30 1.14 1.86 1.20 .04 Linemen 13.45 .70 11+1.00 ` T LATHERSt Cable Splicers 14.95 .70 16+1.00 Alameda at_, Contra Costa � Counties 11.36 1.09 1.26 .023 Dal Norte, Modoe and Siskiyou r Butts. Coluu, Glenn, Counties 0 Tees trimmer helpers `.4 Humboldt, Lake. (that. Ccoundman 8.18 .IS 11 portion of County from Bead Ccoundmant Headgcound- ,.30 1/26 N Lakeport up to Count Lin*) - Nevada. Placer, Plumas, Jsckhammermer�r Potdermens 8.69 .45 14 .10 1/24 Shasta, Sierra, Tchama, Line Equipment Men 9.95 .45 11 .10 1/21 and Trinity Counties 11.00 .66 .50 .01 Linemen Poleaprayerl Heavy Calaveras and San Joaquin Line Equipment Mens Counties 10.55 .68 .56 .01 Certified Lineman) Welder 11.54 .45 11 .10 1/2t Lake Ifrom City of Lakeport Tree Trimmer 10.42 .45 18 .10 1/21 down to County Line), Marin, Cable Splicerr Leadmans 1. MendocIno and Sonoma Counties 9.01 .87 .85 1.00 1/60 Pole Sprayer 12:78 .45 18 .10 1/26 L• , to FEDERAL REGISTER, VOL. 42, NO. 78 'FRIDAY, A/RIL 22, 1977 1 y DRCI/ION NO. CA77-5039 Page 8 • S /ads Pr1sse Benefits Payments Buie Frlep Benefits Payments Norrly EJocalles Hourly Edutatlsa Rebs N L V Possleas Vacation and/or Rates H l M Panesin& Vacation anilar Affr.Te. Affr.Tr. LINK OONSTX;CT10Nt (Cont-d) LIN•CONSTRUCTIONt (Cont-d) Fresno, Ring@, Nadece and Humboldt County TUlsce Counties Oroundman / 8.20 .55 101.73 Groundseen r 0 11.44 .75 11+.95 .05 Lineman 10.25 .55 11+1.73 Linemens Lina Squipeent Cable splicers 11.07 .SS 11+1.75 Operators 12.26 .73 11+.93 .03 Oan Francisco County Cable'9pllcere 13.26 .73 14+.93 .OS Oroundman 11.74 1.04 11+,90 .06 Wripoaa, 4lscosd, Ranlslaus Linemen► Technicians 13.633 1.04 11+.90 .06 and Tuolutana Countlea Cable Splicers 15.36 1.04 11+.90 .06 Linemen 9.83 .62 It 11 Ban Benito, Santa Claes, Cable Ilpllcere 10.61 .62 11 11 and,Santi Crux Countlee Nontstay County Croundmen 10.90 .87 11+1.50 .OS Groundmon 9.42 .93 11+1.45 .01 Lineman, Line equipment Linemen, Technicians 12.56 .93 11+1.43 .01 Operators 12.70 .87 11+1.50 .05 Cable Splicers 13.98 .93 14+1.45 .01 Cable Splicers 14.29 .67 11+1.50 .05 Map* and blanc Counties t NARBLC BZWERS 10.29 1.40 .93 1.03 Llns"n 11.92 .68 14+.43 .04 PAINTfUSt Cable Spllcece 13.30 .68 11+.83 .04 Alpine, Amador, Calaveras Butts, Glenn, Lessen, Human. and San Joaquin Counties Shasta, Tehama end Trinity Brush 8.92 .70 2.74 1.11 Counties Sprays Sheetrock Tapers Gcoundmen 9.58 .87 11+.705 .02 Swing stages Scaffolds Linemen, /qulpeent Operator@ 11.99 .97 11+.705 .02 Sandblaster Structural Cable Splicers 13.18 .67 11+.705 .02 Steel 9.32 .70 2.34 1.11 Alameda Oounty Fresno, Rings, Madera and Groundmen , 8.36 .70 11+.50 .03 Tulare Counties Linemen 11.41 .70 14+.50 .03 Bruaht Tapers 11.12 .41 .20 Line Equipment Operators 10.27 .70 11+.50 .03 Sprays Structural Steel 11.37 .41 .20 Amador, Coluea, Sacramento, Maclposa, Merced, Stanlelaus Sutter, Volo, Yuba and those and Tuolumne Counties portions of Alpine, /1 Dorado, Brush ' 9.60 .70 .45 ,75 .02 Nevada, Placer and Sierra Swing Stages Psperhangeral , Counties West of the Main Bosun Chairs Steam Cleanings Sierra Mountain Watershed ' Water Blasting 9.85 .70 .45 .75 .02 Gcoundmen 8.97 .73 11+.73 .045 Sprays Sandblasting 10.10 .70 .45 .75 ..02 .Llnwn 11.21 .73 11+.75 .045 Cable Splicers 12.33 .73 14+.75 .045 14 . i O FEDERAL REGISTER, VOL. 42, NO. 78-FRIDAY, APRIL 22, 1977 t _ _ page 10 ' DECISION N0. CA77-5039 + page 9 CA77-5039 -I OBCISION W0. - - n 1 � I DECISION NO. CA77-5039 Page 9 DECISION HO. CA77-5039 Page 10 !wale f,ipa S•w•tita/•rw•wts Frtw�a Seae(ita Pgra•wh Sade H:.,Ir E&catiasH••d ` Edec•tiea Rates M L tW r"61006vca110* •*1/.+ y R•ts .N L•' Pewsl•ws Yanti•a ewJ/ec App.Tr. App.Tr. i..a PAINTERS: (Cont'd) PAINTERSr (Cont'd) Monterey, San Benito, San Alameda, Contra Costa, E1 ..Mateo, Santa Clara and Dorado, Napa, Nevada, 'Santa Cruz Counties Placer, Sacramento, Sierra. "(excluding portions of J Solana and Tolo Counties Counties In the Lake Tahoe (excluding portions of Area) Counties in the take Tahoe Dcush 4 11.23 .99 1 1.30 .00 .03 Area) Spray 11.47 .99 1.30 .00 .03 brush i 11.12 .99 0 1.30 .00 .03 Tapers 11.77 .99 1.30 .00 .03 Spray 11.37 .99 1.10 .00 .03 Lake Tahoe Area Taper• 11.92 .9f 1.30 .00 .03 0rush 10.95 .70 .7S Vol Norte and Humn9ldt counties Sprays Structural Steell Tapers 11.20 .70 .75 Brush 7.SS .SO .20 .00 Lake, Karin, Mendocino, San Spcayt Sandblaatorss Structural Prancloco and Sonoma Coe. Steell Swing Stages Taperal ' 1 Brush 10.77 .99 1.10 .00 .03• Paperhangers 7.00 .50 .20 .10 .pray 11.03 .99 1.10 .90 .03 Parking tot Striping Work and/or Ta(.ete 11.72 .99 1.10 .00 .03 Highway Markerat Mutter Coluss, Olenn, Leen, Fresno, Rings and Tulsre Counties 4a1c140ine t a estrome $s - Traffic Delineating Device tllcnst). ItMoo, /luaas, Applicator 5.07 .SO .35 b shoot&, stsktyos, suttec, Wheel Stop Installers Traffic Tehsws, WaltT aM Tubs Surface Sandblosters•Striper 0.40 .50 .35 - Is Ovnllea s Helper (wheel stop Installer, 0109,11 ►0t WrAolor Noltera 0.75 .60 .40 traffic outface aandblester, 0 0"Ort 9&rAblaatere strectural striper) 4.03 .SO .35 b t 81e011 #wine Otge1 Topers 9.25 .40 .40 slurry Seal Operationt Iaaeen C"Mty ithat portion that Miser operator 0.40 .SO .33 Is N Iiss sastwel4 of Mwy. 1395, Squeegee Man 7.40 .SO .33 Is ibrthward to and incfudIng Applicator Operator' 4.43 .SO .35 Is Snaey Looks) Shuttleman 4.45 .SO .35 Is crush 10.95 .70 .75 ( Top Kan 5.03 .50 .35 b Oproyl structural stools Remaining Countles Topers 11.20 .70 .7S Traffic Delineating Device Applicators Wheel Stop Installers Traffic Surface Sandblaster 8.07 .30 .35 Is Helper (traffic delineating , device applicator, wheel stop installer, traffic surface sandblaster) 7.72 .SO 15b Striper 9.97 .50 .35 b Helper (striper) 0.22 .50 .3S b rny� FEDERAL REGISTER, VOL. 42, NO. 79--FRIDAY, APRIL 27, 1977 vl W W 7*1 Page 11 DECISION M0. CA77-5039 Page 12ttoo .,,---. Pilsen Rondib Payments ( - Basic fdneo Beao(its Pay-eats Rads Newly o Ed.cafl Mf PanansVaen a Rates onJ'ar Igloo Mar rousioss Vacation ansi/or App,.Tr. ,! Appe.Tr. INUNTOOt (Cont'd) PLASTERERS' TENDERSt (Cont'd). slurry Nal Opecationt Alpine, Amadoc, E1 Dorado, "r Mier Operator 1 6.07 .50 .35 b Nevada, Placer, Sacramento, squeegee Nan ' ' 8.37 .50 .35 b Slecra and Yolo Counties S 7.455 .45S S 1.40 .80 Applicator operator 7.72 r .50 .35 b ' Calaveras and San Joaquin Rhuttleman 6.63 .50 .35 b Counties 9.43 .60 1.40 .90 Top can 4.22 .50 .35 b NaWn County 8.72 .80 1.40 .90 PWTERMRI I Monterey County 9.15 1.00 1.70 .90 r Alameda and Contra Costa ) San Benito, Santa Clara and Counties 10.10 .745 1.05 'r 403 Santa Cruz Counties 11.80 .70 1.40 Butte. Coluaa, Glenn, Leen PL MEKSn (Southeastern half of La&Nn Alameda County 13.19 1.25 2.29 .12 00Rty), Hume, Slstta, Contra Coat& County 11.67 1.25 2.29 .20 Suttee, and Yuba Countie■ 9.79 .56 1.00 Del Noted! and Humboldt Counties 11.33 .71 1.12 .05 Monterey County 10.60 .71 .35 .01 PLUMBEHSM Steamfitteres Peseeo, Rings, Madera and Amadoc (Northern halt of Tulare Counties 9.24 .90 1.50 1.11 County), Sacramento, Yolo, alpha, Amadoc, Butte,•Calaeecas EL Dorado, Navada, Placer Colusa, 81 Dorado, Glenn, and Sierra Countles (excluding Ltuen (SRy), Nevada, Placer, Lake Tahoe Area) _ 13.33 1.14 1.60 .14 Plasmas "cc to, Nn Joaquin fake Tahoe Area 10.99 .58 .60 1.95 .10 Store&, Suttee, Tola and Yuba Marin, Mendocino, San Francisco Z Counties 11.59 .71 1.50 .01 and Sonoma Counties 11.75 1.905 1.50 1.17 .15 San Pranclaee County 11.70 .90 1.90 ,03 San Benito and Santa Clara 0 dam Mateo County 7,72 .48 .90 1.50 .025 Countlea 14.20 .90 1.65 .14 Dal Nloete. Rumboldt, Lassen San Mateo County 11.74 1.05 1.85 1.20 .25 trait " (Ibcthuastecp half), Matins , Alpine, Amador (Southern 4A Modoc, Maps, Shafts, portion of County), Butte, Riaklyou, Solana, Sonoma, Calaveras, Colusa, Fresno, Tehasaa and Trinity Counties 9.95 .98 .50 1.25 .01 Glenn, Rings, Lassen, Madera, Motiveless Merced, 6tanislaus MMaripoaa, Merced, Modoc, and Tuolumne Counties 9.05 .90 1.55 1.20 Monterey, Plumes, San Joaquin, PLASTERERS' TENDERS% Santa Cruz, Shasta, Sierra, Alameda and Contra Costs Sisklyou, Stanislaua, Sutter, ' Counties 8.97 .40 1.10 - Tehama, Trinity, Tulare, Presto. Rings and Madera Tuolumne and Yuba Counties 12.60 1.39 2.00 .10 Cantles 9.80 .60 1.40 Lake, Napa and Solano Counties 13.31 1.13 2.29 .16 QQ >•j FEDERAL REGISTER, VOL. 42, NO. 7B-FRIDAY, APRIL 22, 1977 DECISION Mo. CA77-5039 Paye 13 017C1SION NO. CA77-5019 rale 14 f,lwp B.w.li+•P.q..ab Fdega{•a•Hti P•rmss+s Bale Bede N..,Ir Eares+l.a + Newly Ea.c•+iss = R•Hr N d M F•ed•as Vsr40ee "Ver AMP.Tr Rahe N d R Pensions vocalism U •aor Apsn.Tv. 'ROOrCRSr RoorERB+ (Cont'd) Alameda and Contra Costs Countie Amudor, Sacramento and Yolo Rooters i 10.94 i 1.17 i 1.10 .60 .04 Counties Kaotic Norkersi Kettleren Rooters (elate, tile and (2 kettles w/o PUMPS) 11.19 1.17 1.10 .60 .04 composition) ! 10,11 i 1.01 i 1.10 11.00 .D7 eltumaetle+ tnawlerei Pipe- mnamoler and Pitch 11.11 1.04 1.10 1.00 .07 wropperai Coal Tar built up 11.94 1.17 1.10 .60 .04 San Benito and Santa Clara Alpine, Calaveras, Maripose, Counties Merced, San Joaquin, Stanialaus Roofersl Kettle (I kettle) 10.10 .65 1.14 Iona Tuolumne Counties SBt= METAL NORXERS% Roofers (Slots, the Alameda, Contra Costa, Napa composition and built up) 11.29 .96 .47 and Solano Counties 11.25 .66 1.95 126 .04 Volt Machine Operator 11.44 .96 .47' Alpine, Calaveras and Butte, Coluea, tl Dorado, San Joaquin Counties 11.77 .66 1.40 .02 Glenn, "*son, „odor, Placer, � Amador, Butte, Colusa, a Plumps, Shasta, Sierra, tl Dorado, Glenn, Lamson, Blskiyou, Sutter, Tehama, Nevada, Placer, Plumps, Trinity and Yuba Counties 41 t sacrewnto, Shasta, Sierra, Roofers 11.69 .95 .40 Sutter, Tehama, Tolo and Fresno, sings, Haders end Tuba Counties 11.09 .66 1.44 .09 Tulare Counties Maripoes, Merced, Stanislens Roohra 11.13 .00 .00 and Tuolumne Counties 11:14 .60 1.10 .06. Z Late, Merin, Mrndoelnn, Nope, Monterey, Ban Bonito, Santa Q bleu+ and Oarwma 0runtlas Clara and Santa Crus Counties 11.15 36+.46 1.445 mas , .•4 Ouofers 10.11 .95 1.20 1.61 .04 Del Norte. Humboldt, Lake, A Mastic osAsrar Kettl•men Karin, :Mndocino, Sen M 11 kettles w/o 1a,.6.a) 10.30 .85 1.10 1.61 .04 Francisco, Sonoma and - 400 Bltomastlel Enamelorel Pipe- Trinity Counties 12.50 .6s 1.74 .12 wallvrsl Coal tar pitch 11.11 .89 1.20 1.67 .04 Sen Mateo County 12.62 .66 1.61 .12 Bel Parts and Humboldt Mottle and Slmklyou Counties ,10.205 .52 .20 .015 Counties Fresno, Kings, Madera and { Roofers 10.12 '.40 .73 .15 Tulare Counties 11.70 .66 1.22 .09 Monterey and Santa Crus 1 I Counties Roofers 10.75 .90 1.13 San Francisco and San Mateo Counties 1 Roofers 10.91 .60 1.15 1.10 .04 Mastic Workers and Rettlemen (2 kettles) without pumps 11.10 .60 1.15 1.10 .04 Bitumamticl Ensmelersl Pipewrmpperal Coal. tar 11.91 .60 1.13 1.10 '.44 1 ,d••, �� FEDERAL REGISTER, VOL'42, NO. 76--F110AY, APRIL 22, 1977 v i i ! MMCISIOM Iq., G77-5039 Page 15 DECISION NO. CA77-5039 Page 1 ��• t GG ... ♦,.:.. ••-� Ftiage Beaatits Por+neats Fsia�a SeaaHts PaY.ea►a Basic • •asit �M� �^•�• i Maarar Edreattoo N•arir E,Mcatios Rotos N 11 M Penslons Vacation and/•, Ratio M 4 V Peasiaas Vocalise OW61 App.Tr. Apr.Tr. TERRAZZO NORAERSt t s>0rT FLOOR LAYW3' Alameda, Contra Costa, Del , Alpins,.Asadoc: Butte, Norte, Humboldt, Lake. Co Calaveras, lusa. BL Dorado, I Marin, Mondoeino, Napa, Glenn, Lassen (excluding San Francisco, San Mateo, Motley Lake Area). Merced Slaklyou. Solan, Sunoma (east of San Joaquin River), and Trinity Counties $ 11.02 $ 1.40 .93 $1.00 !Taloa. San Joaquin, Shasta. Butte. Colusa. El Oofado. Sacrsmento, Stantslaus,• Glenn. Lassen, to-ix. Sutter, Tehama. Tctnity.' Nevada, Placer, Plumas, Tvolutana.,Vola and Yuba !Sacramento, Shasta, Sierra. gwntie• and thou poctiuns Suttec, Tehama, Y010 and at M1 Dorado! Nevada, Placer Yuba Counties 11.80 .80 .90 .2$. i and Sierra o wnties (excluding TILE SLTTEitSt Lake Taboo Area) = 10.23 .79 $ 1.25 $1.00 .10 Alameda, Butte. Colusa. money tate Area and Lite i Contra Costa, Del Hotta. i Tahoe Arms 10.05 .70 ,20 E1 Dorado, Glenn, Humboldt, Hamed", Contra Costa, Lake, Lake. Lassen, Marin, M►rin, Mendocino, Merced, Mendocino, Modoc, Napa, Monterey, Napa, Ban Benito, Nevada, Placer, Plums, San Franeiscw, mag Mateo, Sacramento, San Benito. Santa Clara, Santa Crus. San Francisco, San Matto. Solana end Sonoma Counties 11.30 .60 1.00 c .10 Santa Clara, Shasta, Sierra. SrihIMRLq FIT12"I Stskiyou. Solan, Sonoma, 0 t Alasada, Contra Costa, Matin, Sutter, Tehama, Trinity, -4 maps, San Francisco, Ban Yolo and Yuba Counties 12.00 .98 1.20 1.40 .095 A Mateo, Santa Clara; Solara Alpine, Amador, Calaveras, tmtt and Sonoma Counties 15.61 .60 .90 .09 San Joaquin, Stanislaus and Bemaintrg Counties 14.22 .60 .90 .OB Tuolumne Counties 10.27 .55 .30 1.00 STEANFITURSx . Fresno, icings, Madera, Alameda and Contra Costs Mariposa. Merced and Tulare counties 13.30 1.25 2.29 .165 Counties 9.80 1.00 +,50 Del Hotta aryl Humboldt a Montecey and Santa Cruz r Counties 11.64 s .61 1.12 .05 Counties 11.99 1.01 .93 If I FEDERAL REGISTER, VOL 42. 110. 78--r-WIDAY. APRIL 22. 1977 Page 18 nr.-t+tON 1`10. CA17-5039 t�` f DECISION NO. CA77-5039 rale 17 DECISION# NO. CA77-5039 page 111 FATWHOLIDAYS: Ona[ Priep OeeeBrs ParmeeM A-NmM Year's Days B-Menotial Days C-Independence Days Mewl M EbceHee D-Laboc Days L-Thanksgiving Days r-CAclet■as Day. Rotes M i X peesiees Versus• e.iJer LASOPM ANr.Tr. VOOPI IOTFS: a._paployer contributes 44 of basic hourly rate for over 5 years* Group 1 11 6.295 i 1.00 S 1.70 =...90 1 .10 service, and 24 of basic hourly rate for 6 months to 5 years Group 1(s) 6.52 1.00 1.70 .90 .10 as Vacation Pay Credit. Six Paid sblldaysr A through r. Group 1(b) 6.795 1.00 1.70 .90 .10 Group 1(c) 6.345 1.00 1.70 .90 , .10 b. Employer contributes 3.22 per hour toboliday fund plus S.33 Group 1(d) 6.245 1.00 1.70 .90 .30 . per hour to Vacation Fund for the first year of employments Group 1(a) 6.645 1.00 1.70 .90 •• ,.10 1 year but leu than S years $.33 per hour to Vacation runds Group 1(f) 6.49S 1.00 1.70 .90 21;10 ' S years but leas than 10 years S.43 per hour to Vacation Funds Group 2 6.145 1.00 1.70 Ao .lq over 10 years $.53 per hour to Vacation Fund. Group 3 6.04S 1.00 1.70 •.90 .10 c. Employer contributes 11.90 per hour for the first Five years pf employments After five years $1.05 per hour to Vacation, and Holiday Benefits. LA60RMS (Gunnite) Group Is 6.755 1.00 1.70 .90 .10 ' Group 2s 11.165 1.00 1.70 .90 .10 Group 3r 0.04S •1.00 1.70 .90 .10 LABORERS • (Tunnel and Shaft Mork) - Group i 9.66S LOq 1.70 :90 .10 � Group 2 1.555 1.00 1.70 .90 .10. Group 3 9.375 1.00 1.70 .90 .18 ! Group 4 9.2SS 1.00 a L70 .!0 .10 4�w LABORERS ' (Wrecking Mork) ,. Group 1 - 6.295 1.00 1.70 .90 .10 i Group 2 9.145 1.00 1.70 .90 .10 I Group.3 8.045 1.00 1.70 .90 ^.30 i Y - FEDERAL REGISTER, VOL. 42, NO. 78-FRIDAY, APRIL 22, 1977 r OBCISI* G77-5039 Page 19 _ Page 20 1 tJ DECISION !(0. G77-5019 l.r C LABOURS LABORERS (Cont'd) O 'Group It Asphalt Ironer■ and Rakers# Barko, waeker and similar Group I(d): Repair Trackmen and road beds (cut and cover wck type tampe-rst Buggymobiles Chainsaw, faller, logloader and of subway after the temporary cover has been placed) buckerl Compactors of all types# Concrete and magne*ite miser - 1/2 yard and under# Concrete pan wockl Concrete saws Concrete Group 1(e)s Laborers on general construction work on or In spaded Cribber and/gr shoring? Cut granite curb matter; Poc■ bell hole.foutings and shaft talsersl Slip formal Green cutters, Seadecboaidmen, Rubsetters, Alignecsl Jackhammer operators# Jacking of pipe over 12 inches; Gcoup l(flt Contra Costa County Only; Pipelayecs, Caulkers, Jet3mon and similat type Campactoret tettleaen, Potmen and pen Bandecs, Pipewrappace, Conduit Layeca and plastic pipelayerss appVing asphalt, }ay-told, creosote, lime, caustic and *taller Pressure Pipe Tester. no joint pipe and stripping of same, type msteclalal Logging, sheeting, whaling. bracking, trench- Including repair of voids, Precast Manhole Sattece, Cast in jacking, hand-guided lagginghammect Magnesite, epoxycesin, place, Manhole face setteca fiberglass, and mastic workers (wet or dry); Pavement breakers and spadets, including tool grindect Plpslayers, caulkers, bander*, Group 2t Asphalt Shovelers; Cement dumpers and handling dry cement pipewrappers, conduit layers, plastic pipelayere; Post hole - cc gypaumt Choke-setter and Rigger (clearing work)# Concrete diggers - mit, gas and electric( Power bccom weeperm# Powe Buckec Dumper and Chutemanr Concrete Chipping and Grinding; tampers at all types (except as shown in Group 2)1 Ram out gun Conccate Labdrate (wet or dry)# Dcllloc'u Ilelpar# Chuck Tandori and stud gunt Rlprap-stonepaver and rock-slinger, including placing Notrleman, adductors# Hydraulic Monitor (over 100 lbs pcvusuce)l of aacked.00n:rets ono/oc sand (wet or dry); Rotary scarifier, loading and unloading, carrying and handling of all coda and multiple head concrete chippers Davis trencher - 300 or similar 1 materials for use in reinfoceing concrete construction; Pittsburgh type (and all small trenchets)l Moto and Ditch witch; Roto- Chipper, and similar type Brush Shreddeca; Sloper# Singlefoot, tiller; Sandblasters, Forman, Gunman, losslemans Signalling and hand held, pneumatic tampers All pneumatic, air, gas, and electric S(gging; Tank Cleafkeca; Tret climbecal Vibca-screed - Bull float r tools; Jacking of pipe under 12 inches In connection with laborers' works Vibcatocsl Dri-pak-it machine; Sigh presence* blow pipe (ly• or over, 100 Its. presence oc over)# Group 3t All cleanup work of debris, grounds and buildings Including ` Rydro Seeder and similar'typet laser boom in connection with but not limited-to street cleaneral Cleaning and washing windowal laborer' work Construction laborers including bridge and general laboreca; Dumpnan, load spotted fire Watcher; Street Cleanecst Gardeners, Gcoup l(a); Joy Drill Nodal TIM-2A; Gardener-Denver Model DR143 Horticultural and landscape laborers; Jetting; Llmberal Brush ( and similar type drillm; Track drillecal Jack leg drillers Loaderss Pilers, maintenance landscape laborers on new constiuctlon; Z Plamad drlllersl t(a9oo drillers; Mechanical drillers - all Maintenance, Repair Trackmen and Road bedal Streetcar and Railroad 0 types regardless of type or method of power; Multiple unit construction Track laborers; Temporary air and water lines,'Victaulic drillal Blasters and Poidermens All work of loading, pls)cing or similars Tool room attendagt/ Fence Erectors; Guardrail Ecectocal (l and blasting of all powder and explosives of whatever type re- rt Pavement Markers (button setteca) tA. ycadless of method used for such loading and placings High acalets (including drilling of same)# Tcee tappets Bit'grifidir ' Gunnite •Group 1(b)c':Sewer cleanses ( ) Gtonp 1(c)t Buraing and Melding Group It Ntotaleman (including Gunman, •Potwan); Rodeenl Groundman Group 2t Reboundman r Group 3s General Laborers r i N t r i r J , - { i . FEDERAL REGISTER, VOL. 42, NO. 78—FRIDAY, APRIL 22, 1977 as We . .y t .. . ) xla•...e....a.b+r:Mer+rr'w:w�.,..a:a..:.-.:,.��.i-•..-_r:.".- j3 1 DECISION NO. CA77-5039 Page 21 DECISION NO. CA77-5039 Page 22 LASOIIERS , - " (Tunnel and Shalt Work) Group 11 Diamond Drlllerl Groundman; Gunite or Shotcrete Nozzle- Basis Mete s.wRrs Fe Is ­.•aen; Rodmens Shalt Work and Raise (below actual Or excavated POWER EQUIPMENT OPERATORSs Needy E/mnHes ground level) DRYING Teres N L► Pssl.ee vecarlea surer SCHEDULE I Appi.Tr. Group 21 Bit Grinder; Blasters Drillers, Powdereen-headings Cherry - CLIN,SHELL AND DIPPER DREDGING Plckermen - where car is lifted; Concrete Finiaber In Tunnels Con- (Naw Construction) crete Scroed wan; Grout Punpman and Potmanl Gunite and Shotcrete Gunmen and Potmen; Headermen; High Pressure Nozzlenans Miners Group It Tunnel, Including top and bottom wan on shaft and raise work; Bar ns Deckhandl Ficessanr Nipper Nozzleman on slick lines Sandblaster-potnan (work assign- Oiler sent Interchangeable) Steel Form Raisers and Setteres Timberman, Area 1 $4.29 4 1.07* 9 1.76 .80 .14 Retimberman - wood or steel or substitute materials thereforss Area 2 9.13 ls070 1.78 .40 .14 'Tugger Area 3 9.41 1.076 1.78 ,80 .14 Croup 31 Cablaun4e[1 Chuck[endacJ Pccdarmsn-primer houses Vlbrator- Area 4 9.89 1.07* 1.76 .80 .14 men, Pavement Breakers Group 2s n Deck Engineers; Deck Hato Group 4s Bull Gang - Muckers: Trackmen7 Concrete Crew - includes Area 1 9.91 1.070 1.78 . .60 .14 rodding and spreading; Dumpmen (any method); Grout Crawl So- Area 2 10.74 1.070 1.76 .80 .14 boundmen; Swmaper Area 3 11.03 1.070 1.78 .80 .14 Area 4 11.31 1.070 1.74• .10 .14 LABORERS Group 31 (Wrecking Nock) • Helder; Mechanic Halder; Match Engineer OtOup It Skilled Wrecker (removing and salvaging of sash, Windows, Area 1 10.31 1.070 1.78 .80 .24 doom plumbing and electric fixtures Area 2 11.15 1.070 1.79 .80 .14 Az Area 311.43 1.070 1.18 .80 .l4 ;0 Group 21 teml-skilled Wrecker (salvaging OL Other building susterials) Area 4 . 1 11.71 1.070 1.78 .80 .14 [1 Group 31 General Laborer (includes all cleanup Work, loading, Group 41 t rn lumber, loading and burning of debris) N Clamshell Operator (up to and including 7 cu, yds. ■.r.c.l(Long Boom Pay) Area 1 11.01 1.07* 1.7s .40 • .14 Area 2 11.94 1.07* 1.76 .00 .14 Area 3 12.14 1.07* 1.78 .80 .14 Acca 4 12.41 1.07* 1.79 .80 .14 Group 4-Ar - Clamslsoll Operator (over 7 cu. yds. a.r.c.(Long Boom Pay) Area 1 12.06 1.07* 1.78 .60 .14 1 , Area 2 12.93 1.010 1.78 .10 .14 Area 3 13.21 1.074 1.78 .40 .14 Area 4 1 13.46 1.074 1.78 .80 .14 r. n a..rr, N FEDERAL REGISTER, VOL. 42, NO. 76--FRIDAY, APRIL 22, 1977 1 . i . tDECISION NO. CA77-5039 Page 2{ t, OMCisI�. CA77-S03f Page 23 9 in O s Iv 1 Basic Ftioye a...fit*Pat..nts Frieae B.•efirs P•y watts Ne.ity Basic.. TOW BOATS (Dred i ): Education Newly Fluuriu 9 rte Rates H!.M Pmsiens Vacation and/er BORIC Mock on self-propelled vessels Apps.It. rouIFND1T OFEMToftS (Conti )Rates H L 1f Pusio•s Vacation and/or •- Ii1G � A"#..To. (exempt skiffs powered by out- ORf�G . - p►DREDGCDULV- It board motors) engaged in towing w10RADLiC sucT'IOw DREDGING AND and shifting of bargee, veasele ALL OTVLR CLANSBELL AND DIPPER and water borne craft or in the d1ED(iING transportation by water of personnel, materials, equipment Group A-lt ' and supplies Bacgemani beckhand) Levee- h&ndj Fireman) 01109 Deekhand/Nechanles Area 1 i 6.27 i 1.07• S 1.76 .80 .14 Area 1 $ 9,55 .89 $ 1.61 $1.18 Kea 2 9.11 1.076 1.78 .80 .14 Area 2 10.05 .89 1.61 1.16 Area 3 9.39 1.071 1.76 .80 .l{ Area 7 10.30 ,89 1.61 1.16 Kea 1 9.67 1.076 1.76 .10 .14 Acaa { 19.55 .69 1.61 1.18 Group A-21 , Operator Mechanic/Watch Hinchman (stacn winch on Engineer K dcedge)1 Deckmatel Dock ea 1 10.75 .96• 1.16 1.15 icsgisteec 1 Area 2 11.25 .96 1.36 2,15 Kea 1 9.20 1.07• 1.78 .80 .14 Area 3 11.50 .96 1.36 1.15 Area 2 ` r 10,05 1.070 1.78 ,80 .14 Kea { 11.75 .96 1.16 1.15 Ares-3 10:30 1.07• 1.78 .80 tl{ Ace& { 10.60 1.07- 1.78 .80 .14 Building and Heavy construction Tow Boats ' Group A-3c ! (work on self-propelled Z Watch Engineer) Yeldecl v 0 Bo -{ vessels) � Boa[ Operators 10.75 .96 1.36 1.15' Helder Mechanic Area 1 9.85 1.070 1.78 .10 .14 n Use 2 10.70 1.07• 1.78 .80 .14 COTES- tA Kea 3 10.96 1.07• 1.78 .80 .14 Four Centers designated: City Fla is of Oa land, Sao Francis Are& { 11.25 1.070 1.78 .60 .14 Sacramento and Stockton. Califon to i Gcoup A-fie Area 1 - up to 20 road miles from said Cen era. I,evecmanj ClatasMll Operator 10.6f 1.07•• 2.78 .60 .1{ Area 2 - More than 20 road miles o and Including 8 road mil s Area 1 1 from said Centers. Area 2 11.54 1.07• 1.76 .80 .11 Area 3 - Outside of 30 road collas from saic Centers ' .1{ Area 4 - An ace& extending 25 roe miles f shorn ine of Area 3 11.82 1.07• 1.78 .80 Lake Tahoe. Area { 12.09 1.07- 1.78 .80 .la •Includes $.20 per hour to Pensio ed Healti and Welfare Fund. ( .ata.I FEDERAL REGISTER, VOL 42, NO. 78--FRIDAY, APRIL 22, 1977 Pm 2 ■ DECISION N6. CA77-5039 Page 25 DECISION ID. CA77-5039 Page 26 • i POWER EQUIPKENT OPWITORS - t (Piledriving) 1 Fri"s b.ee(Ite Parynntl 94811 Group Is Assistant to Engineer (Fireman, Oiler, Dockhand) H.vdr EA.cetl.e , _ Rates H L R P.sJ.., V.cellsn end/.t ANt.To. Group 1-As COm4ressoc Operator Group 1-bt Truck Crane Oiler POWER LpUIPHt21T OPERATORS (PLledrivLng) Group 21 Tugger scisit (hoisting material only) Group 1• 6.76 S 1.35. 3 2.00 .90 .24 Group 2-At Compressor Operator (2-7)t Generator (100 R.N. or over)l Group 1(a) 9.11 1;354 2.00 .90 .24 Pump (2-7)1 Melding Hachlne (2-7)(lowered othir than by slactcicity) Group 1(b) , 9.26 1.35• 2.00 .90 .26 Group 2 9.69 1.35• 2.00 .90 .26 Group 31 Deck Engineers Fork Lifts A-Prams; Self-propelled Doom Group 2(a) 10.10 1.35 2.00 .90 .24 type'llfting device Group 3 10.40 1.35• 2.00 .90 .26 Group 3(a) 10.76 1.35• 2.00 190 .26 Group 3-As Heavy Duty Repairman and/or Welder Group 4 11.13 1.35• 2.00 .90 .26 , Group S 11.66 1.35 2.00 .90 .26 Croup 6s Operating Engineer in lieu of Assistant to Engineer •Include■ 5.23 per hour to Pane! d (Malt x and Wel are Fund. Tending boiler cc Compressor attached to Crane Piledriver) Operator of Plledriving Riga, Skid or Floating and Derrick bargess Operator of Diesel or Gasoline lowered Crane Piledriver (w/o boiler) up to and including 1 cu. yd.1 Truck Crane, up to and including 25 tons hoisting material only Group St Operator of Diesel or Gasoline powered Crane Piledriver (w/o boiler) over 1 cu. yd.s Operator of Crane (w/,team, flash boiler, pump or compressor attached)s Operator of steam powered i Crawler or Universal type driver (Raymond or similar type); Truck." Z Crane, over 25 tons hoisting material or performing pLledrivL g Mork . N IV FEDERAL REGISTER, VOL 42, NO. 78--FRIDAY, APRIL 22, 1977 1 1 r � II MISIC477-5039 tags 27 1 DECISION NO. CA77-5039 Page 28 t3 Q . POWER EQUIPMENT OPERATOes AREAS I and II) y Group 11 Assistants to Engineers (Drakeman; Fireman; Heavy Duty Repairman Fri■n•B•o•ii1,Porm•els Helper) Oiler/ Deckhands Signalman; Switchman[ Tar Pat Fireman); Partsman Basic Basic (Heavy Duty Repair shop parts room) . .y: hoor)r homelyrEdor•1i•a Ro1•a Ra1as .Haw Paaai•os, Y•catle,i and/or ' w6m RQBIPMtMt OPERATORS App#,7r. Compressor Operators Concrete Mixec (up to and including ! yard)y .. Group 2sConveyor Belt Operator (tunnel); Fireman tut Plants Hydrdulics monitors y + UtHA 1 AREA 2 Mechanical Conveyor (handling building materials)s Mixer Dox operator (concrete plant s Pump Operators Spreader Boxman (with scceeds)1 Tac Pot Fireman (power agitated) Group Is ; 8.70 $10.10 5 1.35• S 2.00 ,90 .24 Group 35 Group 21 4.05 10.45 1_35- 2.00 .90 ,24 P Box Operator (bunker); Helicopter Radioman (signalman); motor- Group 319.26 10.66 1.35• 2.00 ,90 .2t sans Locowotives Oilers Ross Carrier (construction job Otte); Hotomist • Operators Screedman (except asphaltic concrete paving); Seit-propailed, Group 41 9.01 11.21 1.35 2.00 .90 .24 automatically a)+plled concrete curing machine (on streetu, highways. `Group sr 10.02 11.42 I.35• 2.00 ,90 .24 airports and canals); Trenching Machine (Maximum digging capacity 3 Group 6: 10.17 11.57 1.35• 2.00 .90 .24 ft. depth); Tug-jet Notate Single drums Truck Crane Oiler Grasp 71 10.32 11.72 1.3541 2.00 .90 .24 Croup O1 10.72 12.12 1.350 2.00 .90 .24 Group 41 Ballast Jack Tampers Ballast Regulator; 8allast Ta Gcoup 91 10,94 12.34 1.35• 2.00 .90 .24 9 ); Multi- + Group 101 11.14 12.54 1.35• 2.00 .90 .24 purposes Boxman (asphalt plantn Elevator Operator (inside); Fork ti nLift an Group 10-At 11.25 12.65 1.350 2.00 .90 ,24 or lumbar Stacker (construction jab site); Line Mastres Lubrication and Group 111 11.42 12.92 1.35• 2.00 .90 .24 Service Engineer (mobile and grease tack); Material Hoist (! drum); ` ' Group X1-A1 12.49 13.95 1.356 2.00 .90 .21 5nuttlecars Tie Spacers Tawecmobile Group 11-61 12.77 14.25 1.350 2.00 ,y0 .24 Group S. Compressor Operator (2 to 7); Concrete Mixers (over 1 ard); Group 11-01 13.07 14.55 1.351, 2.00 .90 .24 Concrete Pumps or Pumperete Guns; Generators (100 K.N. or over); s Grouting Machines Press-weld (air-operated); Pumps (2 to 7)3 Welding tensioned eea1N'andW Nltace fund. Tension• i.23 per , to Machines (powered other than by electricity) (2 to 7) Z• - Group 61 BLH Limo Road Pactor or similar; Boom Truck or Dual Purpose 0 0 A-Frame Trucks Concrete Batch Plants (wet or dry); Concrete Saws (self- A t propelled unit) on streets, highways, airports and canals; Drilling and Doting m Machineryt vertical and horizontal (not to apply to watecl)ners, wagon drills or jackhammers); Grodesetter, Grade Checker (mechanicgl or other- wine)I ther- wise); Highline Cableway Signalman; LoCoaatives (steam or over 30 tons) Maginnis Internal Pull SIab Vibrator (on airports, highways, canals and r• ) watehouseall Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or'similar types:); Mechanical Burn, Curb and/or Curb and Gutter Machine, concrete or asphalts Portable Crushers Post Driver ' (M-1500 and similar); Power Jumbo Operator (setting slip forms, etc, i to tunnels)) Roller; Screedman (Barbet-Gceene and similar) (asphaltic t concrete paving); Self-propelled Compactor (single engine); Self-propelled Pipeline Wrapping Machine, Perault, CRC. or similar types); Slip Forms,. ' r s•' Pumps (lifting device for concrete formsl; Small Rubber Tired.Tractors;� s Surface treater � r i PONS FEDERAL REGISTER, VOL. 42, NO. 78-FRIDAY, APRIL 22, 1977 Page 30 - -. - �..._.. •. .•. C'7?-5039 -.. - DECISION NO. CA77-5039 Page 29 DECISION NO. CA77-5039 Page 30 POWER EDUIPMENT OPERATORS (Cont'd) (AREAS I and II) - - POWER EQUIPMENT OPERATORS (Cont'd) (AREAS I and II) Cioup 7s Concrete Conveyor or Concrete Pdmp, Truck or Equipment mounted :'_(boom length to apply); Concrete Conveyor, building sites Deck Engineers; Group 10-As Backhoe (hydraulic) (up to and Including l cu, yds. ■.r.c.); ' T�-Dual Drum Mixer; Fuller Kenyon Pump and similar types; Gantry Rider Backhoe (cable) (up to and Including 1 cu. yd. m.r.c.); Combination Back- (or slmllar); ;lydra-liammer (or similar); Material Hoist (2 or more drums); hoe and Loader over 1/2 cu, yd. ■.c.c.); Continuous Flight Tie Back Mechanical Finishers or Spreader M.ichine (asphalt, Barber-Greene and Auger (up to and including 1 cu. yds,) (etant attached); Cranes (not over similar); Mine or Shaft Hoist; Mixermoblle; Pavement Breaker Breaker with or 25 tons, Hammerhead and Gantry) Grade-ally , •' y (up to and Including 1 w without Compressor Combinations Pavement Breaker, truck counted yd.); Power Shovels, Clamshells, Draglines, (up to and including 1 cu. yds. with Compressor Combinations Pipe Bending Machine (pipelines only); m.r.c.)s Power Blade (single engine); Self-propelled Boom-type Lifting ' Pipe Cleaning Machine (tractor propelled and supported); Pipe wrapping Device (center mount) (over 10 tons); Self-propelled Boom-type Lifting Machine (tractor propelled and supported); Refrigeration Plants Roller Device (center mount) (over 15 tons) Operator (finish asphalt); Self-propelled boom type lifting device (center mount) (10 tons or less H.R.C.)f Self-propelled Elevating Grade Planes I Group lis Automatic Concrete Slip For• Paver; Automatic Railroad Car Slusher Operators Small Tractor (with bow) Soil Testerl Truck type Loader Dumpers Canal Finger Drain eackfiller; Canal Trlrser; Canal Trimmer w/ditching attachmentst Cranes (over 25 tons up to and Including 125 Group Bs Armor-Coster (or similar); Asphalt Plant Englneers Cart-in-Place tons); Continuous Flight Tie Back Auger over 1 cu, yd. (Including ecane); Pipe Laying Machine; Combination Slusher and Motor Operators Concrete , Drott Travelift 650-A-1 or similar (45 tons or over); Highllne Cableway Batch Plant (multiple units)l Dozers Heading Shield Operatoi; Heavy Duty (over 5 tons); Loader (over ♦ yds., up to and Including 12 cu. yds.); Power Repairman and/or Welders Ken !Seal Machine (or elmllar); Kolman Loader; Blade (multi-engine); Power Shovels, Clamshells, Draglines, Baekhoes, Loader (up to 2 yds); Mechanical Trench Shield; Portable Crushing and Grade-ells (over 1 yd, and up to and Including 7 cu. yds. m.r.c)1 Rubber- Screening Plants) Push Cats Rubber Tired Earth-moving Equipment (up tired earth moving machines (multiple propulsion power units and two to and Including 45 cu. yds; 'struck' m.c.c.) Eucllds, T-Pull?, DW-10) 20, or more scrapers) (up to and Including 75 cu. yds. "struck! ■.r.e.); Self- 21, and slmilac; Rubber Tired Dozer; Self-propelled Compactor with Dozer; propelled Compactor (with multiple propulsion power units); Single engine Sheepfoots Timber Skidder (rubber tired or similar equlpmen t); Tractor Rubber-tired Earthmoving Machines (with tandem scrapers); Slip form drawn Scrapeii Tractor Trenching Machine; T[1-batch Paverl Tunnel Mole Paver (concrete or asphalt)l Tandem Cats; Tower Cranes Mobile) Trencher Boring Machine; welder; woods-mixer (and other similar Pugmill equipment) (pulling attached shield); Universal t.lebher and Tower Cranes (and sirdar types); Wheal Excavator (up to and including 750 cu. yd.pir hour) .Wer hirl ,. Group Se Canal Finger Drain Digger( Chicago Bow; Combination Mixer Crane (over 25 tons) h and Compressor Igunite); Combination Blurry Mixer and/or Cleaners Highline i 0 Cableway 15 tons and under); Lull H1-Lift or similar (20 ft. or over); Mucking Group 11-At Band Wagons (In conjunction with Wheel Excavator); Cranes►.J ' Machine (rubber tire, call or track type); Tractor (with boom) (D-6 or (over 125 tons); Loader (over 12 cu. yds.1 up to and Including 18 eu. yds.}= t an A larger and similar) Power Shovels and Draglines (over 7 cu. yda., ■.r.c.)1 Rubber Tired lUlti i N ` purpose Earth Moving Machines (2 units over 7S cu. yds. "struck, Group 10; Boom-type Backfilling Machines Bridge Crone; Cary-lift (or Wheel Excavator (over 750 cu. yds. per hour) similar); Chemical Grouting Machine; Combination Backhoe and Loader 1 ' (up to and Including 1/2 cu. yd. m.r.c.)s Derrick (2 operators required Group 11-81 Loader (over 18 cu. yde.) . 1 (r } When swing engine remote from hoist); Derrick Barges (except excavation l ) work); Do-Mor Loader; Adams Elegrader; Elevating Grader) Heavy Duty Group 11-Cs Operator of Helioopter (when used In erection work)P 1le100ts , Rotary Drill Rig (including Caisson foundation work and Robbins type Controlled Earthmoving Equipment ' drllla); Koehr)ng Skooper .(or elmllar); Lift Slab Machine; (Vagtborg and i similar types); Loader (2 yda. up to and Including 4 yds.); locomotive (over 100 tons) (single or multiple units); Multiple Engine Earthmoving Machine (Eucllds, Dozers, etc.) (no tandem scraper); Pre-stress Wit* ) Wrapping Machines Reservoir-Debris Tug (self-propelled floating)/ Rubber- tired Scraper, self-loading (paddle vheele, etc.); Shuttle Car (reclaim station)i Single Engine Scraper over IS yds.; Soil Stabiliser IF a H or equal); Sub-grader (Curries or other automatic type); Tractor, Com- , pressor Drill Combination; Track Laying type earth moving machine (single engine with tandem scrapers)l Train loading station; Vacuum Cooling_Plantl Whirley Crane (up to and Including 25 tons) t FEDERAL REGISTER, VOL. 42, NO. 78—FRIDAY, APRIL 22, 1977 CP {! - � i r r owl CA17-SO39 ' page 31 DECISION W0. G77-5039 page IQ t. t 8641 C • Os - fii.p.8w..tiu PoreaU tc FriFrio"$..•tit.Parmeal► - Mewh Edwc.ti.w Rn eE/run•s R•t•. M 6 M P•n.ie.. vacation and/or Nal► T Rob. M L M P".I•.6 vocative. e.d/e. TRUCK oRIVERSt (Cont'd) PPrT.. lRUCt DRIVERS Apps.To. WJEX COMT SPREADER (w/w lunger. under 4 yds. rater LIFT JITNEYS, Pock Lift I 3 10.0]5 1.195 .70 11.00 levelis ala oc Naabsul drivers Concrete pump machinal TJ"SIT MIX. AGITATOR Concrete pump truck (when (under 6 yds,) 10.055 1.195 .70 1.00 List cock truck to used appropriate flat tack rate' TRUCK REPAIRMAN HELPER 10.015 1.195 .70 1.00 shall apply)s Dump (undec 4 yds. water, level)( Dump Cate VACUUM TRUCK under (].500 truck (under 4 yds, water gallons) 10.065 1.195 .70 1.00 lswel)! Dumpster (undec 4 yda. I alter lavel)r [Scott or pilot \ SCISSOR TRUCK. Stngle unit car 4rivect'Nipper truck (when flat rack (1 sxie units flat rack truck to used Industrial Litt Truck I appropriate flat rack rata (mechanical tailgate)l @ball apply): Pickupsl Skids Small tubber tired tractor (debris box, undec 4 yds. water 1 (when used within teanstec@• levels Team driveras Trucks ! jurisdiction) 10.10 1.195 .70 1.00 ldry per-batch concrete mix, 1 / under 4 yda. water level)l JETTING TRUCK i WATER TRUCK Nelperat Warehousemen 4 9.90S 4 1.195 .70 41.00 (2,500 gals. under 4,000 gals.) .10.115 1.195 .70 1.00 z WLR Comm SPREADER (w/wo COMBINATION WING(TRUCK O sugar. 4 yds, and under 6 WITH UOISTI Transit, —4 yds. water level)I Dump (4 Mix Agitator (6 yds. and F yds. std unifec 6 yds. water under 0 yds.) 10.155 1.195 .70 1.00 m level)I DI gate 14 yds. and t to under 6 yds. water level)l VACUUM TRUCK (3.500 gals. Dompster (41 yds. and under 6 and under 5,500 gals.) 10.165 1.195 .70 1.00 yds, water levels Skids (debris box 4 yds. and under 6 yds. RUBBER-TIRED MUCK GR (not water levet)[ Single unit fiat . self-loaded) 10.175 1.195 .70 1.00 rack 12 ssie unit)t Industrial Litt Truck (mecbaolcal tailgate) Trucks (dry pre-batcb concrete stn/ 4 yda. and under 6 yda. weer levels 10.00 1.195 .70 1.00 imirG mom and,"&= TR= t (upder 2,500 gallons) 16.015 1.195• .70 1.00 imu•� � e ` 1 FEDERAL REGISTER. VOL 42, NO. 78—FRIDAY, APRIL 22, 1977 Paye }i 1 �,. r,•rrantl t7J. CA77'SU 19 rf - DRX t:;oN N0. .01177-5039 ,. Page 33 DECISION N0. CA77-5039 Page 31 ' B..Ic F,bye Bewrlih Pey,wewls - _ Fdwp BeseRla Pey--t. Hrrrty Unwise matte mostly 001.6H L M Potions Vrcallew ..4/0r E�.cett TRUCK DRIVERS: (Cont'41 Appr.Tr. ee Rates H 6 R Patleu Vocation ew�/ar TRICK DRIVERS (Crnit'd) Aryr,I. SULK CMNT SPREADER (w/w . 'auger, 6 yds, and under 8 ..yds. water level); Dump 16 TRANSIT MIX AGITATOR (ovec ' yds. and under 8 yds. water 10 yds, through 12 yde.) $10.355 $ 1.195 .70 $1.00 1 .•.. t ete (6 yds. '"endand u , BULK CEK NT SPREADER (w/w ' underr8 8 yds. water level); Dumpater (6 yda. and under 8 auger, 8 yds. and Including yds, water levall; Skids (debris 12 yds. water level)/ Dump box, 6 yda. and under 0 yda. (• yda. and including 12 t ' water level); Trucks (dry pre yds. water level); Dumper*te batch concrete nix, 6 yda. (8 yda. yds. and Including 12 R and under 8 yda. water level) = 10.20 S 1.195 .70 $1.00 yda. water level); Self-pro- yelled street sweeper with A-PRAIIE, WINCH TRUCKS; self-contained refuse bins t 1 Duggynnbiler Hydro-lift, Skids (debris box, 8 yds. Swedish crane type (jetting); and Including 12 yds. water 1 Jetting and water truck level); Snow go and/or *now (. , (4,000 gals. and under- plow! Truck (dry pre-batch 5,000 gale.)) Rubber tired concrete six, 8 yda. and , Jumbo 10.215 1.195 .70 1.00 Including 12 yds. water , level)l Dunpster•18 yda. NEAVy Dirty TRANSPORT k and cluding 12 yds. wrtec 10.66 1.195 ' O (high bed) 10.22 1.195 .70 1.00 level) .70 1.00 8098 NYSTf.R and 8IMIL" HZhVT DUTY TRANSPORT STMDDLE GAMIER 10.215 1.195 .70 1.00 (gooseneck lowbad) 10. 5 1.195 .70 1.00 A TRANSIT MIX AGITATOR TRANSIT MIX AGITATOR _ (8 yda. through 10 yds.) 10.255 1.195 .70 1.00 (over 12 yds. through U yds.) 10.455 1.195 .70 1.00 VACUIM TRUCK 15,500 gals. and under 7,500 gals.) 10.265 1.195 .70 1.00 , JrTTING TRUCK 6 MATER TRUCK .. (5,000 gals, and under ' 7,000 gala.) 10.315 1.195 .70 1.00 ( i Cn; 1 _ FEDERAL REGISTER,"VOL 42, NO.'Ill---FRIDAY, APRIL 22, 1977 I 04 up- CJ►77-5019 Page DECISION N0. G77-5039 Page 35 rtv+ t p C Flop 11056660 Persasa Basic Friwgw 8wwolitc Pa}m•w1% Rsaic Mo.,ly Ed.cotiwa How(# E�aotba Rota• N i V Pwniaw► Vacation ondlar t W Po-•baa vocallaa and/or TRUCK DRIVERS% (Cont'd) Appe.To. !RUCK DRIVKRS �(Cont`d) AM r.To. W= CDUM SPREADER (w/wo BULK CUUM SPREADER (w/wo ^•-` auger, "cc 12 yda. and i auger, ovec 24 yds. and Including Is yda. water including 35 yds. water level)s Ievel)s Dump (over 12 yds. Dump (over 24 yds. and and including is yda, water including 35 yda. watsc*level)l lave I)i Lu cats (over 12 Dump rate (over 24 yda, and yda, and including 11 yds. *Including 35 yds. water level)# water level)# Duspatec (over Dumpater (over 24 yds, and 12 yds. and Including is r4s. Including 35 yda. water level)i water leve2)i Skids (debris Ow 10's, 20's, 21's and other bort, over 12 yda. and including similac cat type, Terra Cobra, Is yda, water level)i Trucks Le2burnsapuils, Tournacocker, (dry pre-batch conccote six, Euclid and similar type equip- over 12 yds. and includingwant when pulling Aqua/Pak at, III water level) i 10.41 IF 1.195 .70 •1.00 water tank trailers and fuel and/or gceaae tank trailers P.B. OR SIMILAR TYPE or other misc. trallerst Skids ) StLP-IMD111G 2RfIC1( 10.54 1.195 .70 1.00 (debris box, over 24 yds. and i Including 35 yds. water levels lRLRa RPpAIIMIIM 10.575 1.195 .70 1.00 Truck (dry pre-batch concrete six, over 24 yds. and including Wil coon SPRSAORA (W/40 35 yds. water level) i 10.64 i 1.195 .70 $1.00 auger, over 11 yda. now . 2 Including 24 yds. water BULK CEKZWr SPREADER (w/wo Q level)/ Uffibimation dump and sugec, over 35 yds. and deep trailers sump (over is including 50 yds. water lavel)i fl yds. and Including 24 yda. Dump (over 35 yds. and including L Water 1eve1)i Durpccete (over 50 yds. water level)# Dumpccete 16 yds. and Including 24 yds. (over 35 yds, and Including 50 Water Level)i D%upster (over Yds, water level)i Dumpster (are is yds. and including 24 yds. 35 yda. and Including 50 yds. water level)i.Skid (debris box,- water level)# Skids (debris box, over 18 yds. and Including over 35 yda, and including 50 24 yds, Water level)i Transit yds. water level)i Trucks (dry six agitator (over 12 yda. pre-batch concrete six, over through 16 yds.)1 Trucks (dry 35 yds. and Including 50 pre-batch concrete six, over yda, water level) 10.79 1.195 .70 1.00 17 yds. and including 24 yda. water level) 10.515 1.195 .70 1.00 •6111 \ V1 t . �i FEDERAL REGISTER, VOL. 42, NO. 711—FRIDAY, APRIL 22, 1977 OfTISION VO. CA77-5039 Page 37 RECISION N0. CA77-5039 Page 30 , t CALIFORNIA j AREA DEFINITIONS for TRUCK DRIVERS (Con twd) Basic Ftiep Bor.ttts Per-wets POWER EQUIPMENT OPERATORS Naawly £hrcefisa .DUCK CEfIFNT SPREllof7t w/w Ret.s H t V Peesteas vocalis" a"d/et +sAREA 2: All areas not included stithin Area 1 *s ouger,ovet 50 yds, and under Appt.Tt. defined below, 4S yds. water level)! Dump =(over 50 yds. and under 65 *ARCA It de areas low udedwhit to the ed upon tow '�xds. water levellt Dumperete defined below which re based upon township :,lover 50 yds» and under 65 yds, and range lines of Arses 1 and 2. water level); ahtm(wster (over SO Commeneing in the Pacltie Ocean on the extansia» of the Southerly yds. and under 65 yds. water • ince of Township l#S. level); Helicopter pilot (when transporting men or materials); Thence Easterly eton$ the Southerly line of Township 14S, crossing tr trans (debris en over ri yds, the Mt. Diablo meridian to the S.W. corner of townthtp 19S. end under yds. water 1ev61af range 6E, Mt. Osible base tine and meridian, r 6 Trucks it 6 Ute-batch ranaral) Thence Southerly to the S.W. corner of townshlp 205, range 6E, •� ';: ; mta. *vat 50 yda. and under 65Thence Easterly to the S.W. corner of township 20S, range 131, . yds. water level) $ 10.94 $ 1.195 .70 $1.00 Thence Southerly to the S.W. corner of township 21S, range 13e, „ Thehce Essterly to the S.W. corner of township 21S, range 179, BULK C12tf7tT SPREADER (w/w Thence Southerly to the S.W. corner of township 22S, rang* 179* ' auger, over 65 yda. and Thence Easterly to the S.E. corner of township 22S, range 17E, including 60 yda. water Thence Southerly to the S.W. corner of township 23S. range IBE„ � lay.1)t lhtmp (65 yds. and Thence Easterly to the S.E. cornet of township M. range IBE, irwciuAirwg 8o yda. Mater level); Thence Southerly to the S.W. corner of township 24S. range 19E, Dae,pctete laver 65 yds. and Failing ori the Southerly lies of Rings County, thence Easterly ineludino bo yda. water level)l along the Southerly boundary of Kings r4t*polot 165 yda. and Including county and the Southerly boundary of Tulare County, to.the S.E. 40 vds. water 141#41 Shift corner of township 245, range 29E, 140116 tnK. 65 y46, end Thence Northerly to the N.E. corner of township 21S, range 29t, Z inrludin7 60 yda. water i#v*llt Thence Westerly to the N.W, corner of township 21S, range 29E, a Trurita (dty pts-batch etwtct*te Thence Northerly to the N.E. corner of township 13S. rang* 289. 5-16, 49 yda. and ineludi q Thence Westerly to the N.W. corner of township 135, range 285, rnrt s0 yde. water level) 11.09 1.199 .70 1.00 Thence Northerly to inti N.E. earner of township IIS, range 279, Thence Westerly to the N.V. corner of township'11S, range 27t, SUTA CEMENT SPRIADER w/wo +• Thence Northerly to the N.E. corner of township JOS, rungs 269* auger, over 00 yde. and Thence Westerly to the N.W, corner of township JOS, rang# 269„ Including 95 yda. water Thence Northerly to the 14.9. corner of township 95, range 23E. 14v6i1f Dump (aver 60 yda, Thence Westerly to the N,W. corner of township 95t range 259, and including 95 yda, motor Thence Northerly to the H.9:'carner of township 8S, rang* 241, level)f Ouriper#te (over 8o Thence Westerly to the N.V. corner of township 8S, rouge 24E, yda. and Including 95 yda. i Thence northerly to the N.E. corner of township 6S, rang* 23E, 2 water lev#l)f Dumpster (over i Thence Westerly to the S,E, corner of township SS. rang* IgE* 00 yds. and including 95 yde. Thence Northerly to the N.E. corner of township SS, Tangs 1991' water level)! Skids idebris ,Thence Westerly to the N.W. corner of township 55, range 199. , box, over 80 yde. and including Thence Northerly to the N.E. corner of township 3S, range tat. )' 95 yds. water levellt Trucks Thence Westerly to the K.W. corner of township 3S, range ISE,• )dry pre-batch concrete mix, Thente Northerly to the M.E. corner of township 2S,rong4 t7E.• over 00 yde, and Including t Thence Westerly to the N.W. corner of township 2S, tang* ITE. 95 yds. water level) 11.24 1.195 .70 1.00 Thence Northerly crositig the tit. Diablo baseline to the N.S. corner of township 2N, rang* 16E, Thence Westerly to the N.V. corner of township 2N, rangt 161. - Thence Northerly to the N.E. corner of township 3N. range 13ts Thence Westerly to the N,W. corner of township 3N, rungs ISE, Thence Northerly to the N.E. corner of township 411, range 149, FEDERAL REGISTER, VOL, 42, NO. 70--FRIDAY, APRIL 22, 1977 t tD t a s I 1J RRCIgIt 0177-503! Page 36 DECISION NO, CA77-5034 Page 40 O GLIPOINIL , .ChLIFORNIA o Alt DEFINITIONS for AREA DEFINITIONS for 1'OWE1t 9WIPMENT OPERATORS (coned) POWER EQUIPMENT OPERATORS (cont'd) aArsa 1 (aoat�d)s *Area 1 (cant'd) t Tient Westerly to the M.Y. corner of township 4N. range 14E, Thence Westerly to the S.E. corner of township ION, range I2W. Thoocs Northerly to the N.C. corner of township S0. range 13E. Thence Northerly to the N.E. corner of township 16N. range UW, Thence Westerly to the M,V. corner of township SN, range 13E. Thence Westerly to the N.V. corner of township 16N, range t2W, Tbesce Nortberly to the N.E. corner of township ICM, range 12E, Thence Northerly to the H.E. corner of tounshtp 18N, cense t3W, w�. Thene Easterly to the S.E. corner of townabip 119. range 14X. Thence Westerly to'the N.V. earner of township teN. range 1Q. Thence Northerly to the M.E. corner of townsbip 1IN, range 14E. Thence Southerly to the S.Y. corner of township IBM, range 14W. Thence Masterly to the M.L. corner of township illi, range IOE, Thence Easterly to the S.E. corner of township IBM, raltgu 14W. Thence Northerly to the N.C. corner of township ISM. range IOE. Thence Southerly to the S.W. corner of township 16N, ratmge 13V, Thence Easterly to the S.C. toner of township 160, tangs lit, Thence Westerly to the H.Y, corner of township ISM, ranga 14V, Thence Northerly to the N.C. corner of township 160.rsnge lit, Thence Southerly cc the S.W. corner of township 14N, rang. 14W. Thence Easterly to the S.K. corner of township 170, rotmge 14E, Thence Easterly to ,the S.E. corner of townahtp 14H, range 14W, Tbesce Southerly to the S.V. corser of township 141, range ISE, Thence Southerly to the S.W. corner of township 1114, range 13V. Thence Easterly to the S.E. corner of township 144, range ISE. Thence Easterly to the S.C. corner of tuwnahlp 13M. range 13W. Theots Southerly to the S.W. Cotner af'township 13M, range 16E, Thence Southecly to Cho S.U. corner of township IIN, range I.V. Thence Easterly to the S.C. corner of township 130. conga 16E, Thence Easterly to the S.E. corner of township Lim. range 12V, Thence Southerly to the S.W. corner of township IZN. tangs 17E. Thence Souchsrly along the Eastern line of range 12W to the Thence Easterly along the Southern lint of township 12H.to the Pacific Ocean excluding that portion of Northern California Rastaro.bouadary•of the scats of Californis, within Santa Clara County included within the following tines Thant Northvesteely, tbence Northerly along the Eastern boundary Commencing at the N.V. corner of township 6S, range 3£. Mt. of the state of California to the M.E. corner of township 17M. Diablo baseline and Meridian: toast like, Thence in a Southerly direction to the S.W. corner of township t Tbeaee Masterly to cha M.Y. corner of township 17M. range lie. 7S, Conga 3E. Tbaoct Nortberiy to the W.I. corner of township 200. range IDE, Thence in a Easterly direction to the S.E. corner of township 7S, Thence Wisterly to the N.Y, corner of township 20W, conga IOC, range 4E, Trance in a Northerly direction co the N.E. corner of to Thant Northerly to the M.E. corner of township 21N. range 9E. ` township 6S, TUACO wattrly to the M.Y. corner of township 210. ranga 9E, range 4E, Thence Northerly to the N.L. corner of township 22N. rants 8E, ` Thence in a Westerly direction to the N.W. corner of•towuship 6S. -4 m Thence Masterly to the N.Y. corner of township 22M. range 8E. ` range 3E. to�the point of beginning which portion is a part of n Thence Northerly to the S.Y. corner of township 27N. tango 8e, Area 2. N Thtaco Easterly to the S.E. corner of township 27N, rang* S£, Area 1 also includes that portion of Northern California within thence Northerly to the M.E. corner of township 280, range 8E, the follotaiag lines: Tbegee Westerly to the N.V. corner of township 280. rang* 7E. Commencing in the Pacific Ocean on an extension of the Southerly Thanes 11ortherly to the M.E. cornet of township 30M. range 6E. line of township 2N. Humboldt baseline and meridian: 7bents Vastarly io the W.W. corner of township 30N, rang* 2E. . Thence Easterly along the Southerly line of township ZN to the Thonce Northerly along the Mc. Diablo waridian to the M.E. t S.W. corner of township 2N. range IU, cornet of township 34N. range IW. Thence Southerly to the S.W. corner of township IN, range IW, Thence Westerly to the N.Y. corner of township 34M, range 6U, Thence Easterly alopg the Humboldt baseline to the S.W. corner Thence Southerly to the N.E. cornet of township 32M. range 7W. of township 1N, range 2E, Thence Westerly to the H.V. corner of township 32N, range 7Y, Thence Southerly to the S.U. corner of township 2S, range 2E, Thence Southerly to the S.V.cocner of township 3011, tangs 7Y. Thence easterly to the SA corner of township 2S, range 2E, Thence Easterly to mho S.C. corner of township 30N. conga 7W. Thence Southerly to the S.W. corner of township 4S, range 3E. Themacs Southerly to the S.Y. cornet of township 160. ranga 6W, Thence Easterly to the S.E. corner of township 4S. range 3E. Thence Eascerly to the S.E. corner of township 160, rang* 6U, Thence Northerly to the N.C. corner of township 2S. range 3E. Thence Southerly to the S.W. corner of township 1411, range 50, Thence Westerly to the N.W. corner of township 2S, range 3E, Thema Westerly to the S.E. cornet of township 140, range 7W. Thence Northerly crossing the Humboldt baseline to the S.W. Thence itortherly'to the M.E. cotner of township 140. tango 7W, corner of township 1N, range 3E, Tbeoct Westerly to the N.Y. Cotner of township 14M. ranga 7W, Tbance Easterly along the Humboldt baseline,to the S.E. corner Thence Northerly to the M.E. cornet of township 150. range 8W. of township IN, range 3E. Thence Northerly to the N.E. corner of township 911. range 3E, m Thence Westerly to the N.W. corner of township 914, range 2E. Thence Northerly to the N.E. corner of township ION, IE, • FEDERAL REGISTER. VOL. 42, NO. 7R—FRIDAY, APRIL 22, 1977 e :a OECISI(w tat. CA77-5039 Pepe 41 CALIFORNTA 1 AREA DEFINITIONS FOR POWER EQUIPNENT OPERATORS (COUt'd) *Area 1: (Cant'd) Thaw" Weatarly along the Northerly Pacific Ocean. Y line to tovnahi A"f.1,also includes that P IONS into Rhe taw6ltr� folloutng lines Pardon of Northern Callfornla included tytti CUA ncing at the Northerly Included 1 } s li the N. W, corner of tnvnahlp 48NY rantea7Wtate of California / K li'Wend merldians 6 , Mt. Diablo base The Southeri Thence Easter! Y to tfie S,Y_ earner Y to the S.E. of tounahip 44N �;{ a Thence Souther2 corner of tovnshtp 44N ' renge 7lt + Thence Eaaterl Y to the S,W, corner of r range 1Wr: y to the S,E, earner of to vrtshitlts443N, rang* 611r Thence Northerly,to the N. P 3N, rsnj"%3W r on the Northerly E• corn,c of tawttaittp 4DNrange Than Waaterl Y DolindarY of the Scat, of California .SW� 1 ?•! ,.,� y'slong the at lifornia _ < California'to the point,af y boundary of the S beginning. tate of r f Y _ Y 'A: E r .}.:i {'t ._r: jx 1 ,L "a't 'L .k- -7�" { +4 f. 4 '� Y. k t Y l F C • ' f " Siz v, T 57, t i s tt r f:«'k" i C�•n j.:. c* - _•�. ' , k ,?» Y r ,s r S i'. !t }c-� ,t"' z .;C�se - �� .. _ � • A i f S t L F � ty t x ✓ 'Y :t - Y t 1 FEDERAL REGISTER, VOL, 42, NO, 711--FRIDAY, APRIL 42, 1977 Y i i 4 • WPIRSmGS DbCISIUN DECISION NO. CA77-5040 Page ti O t-� sn"s Gllforals COWTIt5: Alameda, Alpine, Atsa130r, l3 Calaveras, Contra Costa. Del Norte, 191 Dorado, Fr*sno, Nusboldt, Friaee 8.w.lin PoYr.•.e. -' - Karin, Kaciposs, N arced, Monterey, burr t ' Napa, Nevada. Placer. Sacramento, Rate. H L w F.a.ioa. voceti.e Sand/611 San ienito. San Francisco, San Appr.Tr. Joaquin, San Mateo. Santa Clara, Santa Cruz, Solana, Sonoma, Sutter, Ct74031 MASONS Cement Masons $10.00 S 1.15 S 1,43 S 1.50 .05 Tehama. T,:olusne, Yolo and Yuba Mastics MAgnQ31t*s All DOCISIOM SMUM As CA'17-5040 DATE► Data of Publication Composition Masons 10.25 1.15 1.43 1.50 .05 Supersedas Decision No. CA76-5102 dated Noveabet 19, 1976, in 41 m 51272 Men working from swinging ac DfSCRIPTION Of NORIs Residential Construction consisting of stogie Slip tura Scaffolds 10.25 1.15 1.43 1.50 .05 family bores and garden type apartments up to and incluJing ( star!**. DRYWALL INSTAILERS 11.52 1.22 1.71 .75 .07 Frier 4«.Ree FerMe►. ELM-THICIANSt MJe Alascda County N.w1Y Elnc.tlee Electricians 11.41 .80 1t+.90 .03 Rah. N L W F«duo Yacetlee eed/o. Cable Splicers 12.64 .60 1%t.90 .03 Asp,Te. Amador, Sacramento, Sutter, Volo, Yuba and those portions ASDLSTOS NORIERS $12.41 .90 f 1.17 1 1.50 .04 of Alpine, E1 Dorado, Nevada RDILERMAXERS 13.175 .775 1.00 .50 .02 and Placer Counties West of the MICRIATCUSi 11"neaaaons: Naln Slerca Mountain Watershed Del Norte. Qssboldt, Marin, Electricians 12.89 .95 14+.85 .045 Napa. San Francisco. San Mateo, Cable Splicers 16.18 .95 It+.BS 045 Solana and Sonoma Counties 11.02 1.40 .93 1.00 .05 Lake Tahoe Area , Alsaeda'and Contra Costa Cos. 11.95 1.05 1.05 .20 Electricians 13.33 .67 1%+.77 .08 Fresno, Narlpow and Merced Cos. 10.95 .95 1.00 Cable Splicers 14.56 .67 11+.77 .08 I1 Dorado, Nevada, Placer, Tehama County 4acrastentos Sutter. Tehama, Electricians (Family residences, Tolo and Yuba Counties 11.90 .90 1.05 ' .25 limited to 3 stories) 7.83 .75 11+.45 .04 (Noe►urey and Santa Crus Counties 11.60 1.13 1.20 Electricians 14 stories)► Z "a bonito and Santa Clara Cos. 11.95 1.05 1.05 .20 Cablec plicacians 11.98 .87 1%+.705 .0i Cable Spllcecs 13.18 .81 1t+.705 .Oi -4 Alpine, amadoc. Calavocas, San Calaveras and San Joaquin Cos. [1 ' Joaqutm and Tuolumne Counties 10.45 1.00 1.00 1.00 m Electricians 12.25 .92 1%+1.25 01 ai► MICE TINDMS: San 9cancisco'and San Mateo Com. 10.00 .65 .40 CableSplicers 13:67 .92 1t+1.25 .O1 Contra Costa County Alpine, Amadoc, E1 Dorado, Electricians 13.45 .70 11+1.00 Nevada, Placer, Sacramento and Cable Splicers 14.95 .70 14+1.00 Volo Counties 9.30 1.00 1.70 Del Hotta and Humboldt Counties Fresno County 9.40 .80 1.40 Electricians 10.25 .55 11+1.75 .04 CARVVATERS: I Cable Splicers 11.07 .55 1%+1.75 .04 Carpenters 11.25 1.22 1.71 .7S .06 Nardrood floor iayeras Power Saw Opecatorai Saw Filersl Shinglecal Steel Scaffold tractors and/or Steel Shocing Erectors - .11.40 1.22 1.71 .75 .06 Millwrights ' 11.75 1.22 1.71 .75 .06 Piledclvecamn, bridge. Wharf ' MA Dock builders 12.23 t .44 1.26 .75 .04 `i FEDERAL REGISTER, VOL. 42, NO. 74-F1I0AY, APRIL 22. 1977 E ► • YW+ � • • �tjr.clslON NO. CA77-5040 i �r WWA ■ ■ DECISION 00. CAII-5040 Page 3 DECISION No. CA77-5040 Page 4 , . t isslc Flies*psrefib Parasars NewlyEJeeeNos. Friapr Ssssfils Pyweets Rete% N R M Psssiess Yeceffe. eea/er Ssfic Aryrr.Tr. Nse.tr EJscsfise GLAZIERS%1 New& N l M peasbes Yscstlss ee004 BLECIRICIANS: (Cont'd) A"r.Tr. Alameda.rContra CSata, Barin, Montey, Napa. San Benno, 'Fresno County San Francisco, San Mateo, 'Electricians (family residences Santa Clara, Santa CCU*. not to exceed 2 stories) $ 7.75 .60 14+.95 .OS Solana (Sw from S of Electricians 13-4 stories)% Fairfield). Sonoma Counties $11,23 .92 S 1.35 .02 Electricians 12.I6 .75 14+,95 .05 Alpine. Amador. Calaveras, Cable Splicers 13.26 .75 11+.95 .05 El Dorado, Mariposa. Mateed. Marin anti Sonoma Counties (Notth of City of Livingston), Electricians 12.65 .82 11+.30 .02 + Nava.la. Placer. Sacramento. Cable Splicers 13.91 .42 11+00 .02 San Joaquin. Sutter. Tuolumne. Mariposa, Merced and Tuolumne Yolo and Yuba Counties 10.495, .43 1.20 Counties Fresno and Remaining portion$ of 1 . Electrl.;)ans 9.83 .62 it 1/ Merced County 9.09 .81 1.04 .805 .as Cable Splieeis 10.81 .62 11 It 1RONNORXERSt Monterey County Fence Etectors 10.41 1.14 1.96 1.10 .04 Electricians 12.50 .90 11+.75 .06 Reinforcing 11.30, 1.14 1.86 1.20 .04 Cible Splicers 13.81 .90 11+.75 .06 - ornamental; Structural 11.30 1.14 1.46. 1.20 .04 , Napa and Solana Counties LATNBRS% u. Electricians 12.07 .68 It+.85 .04 Alameda and Contra Costa Cos. 11.36 1.09 1.26 :.025 Cable Splicers 13.58 .68 11+45 .04 Humboldt; Nevada, Placer and San nenito, Santa Clots and Tehama Counties 11.00 ' .66 %50 .01 . Santa CCUs Counties A.sadoC, El Dorado, Sacramento Electricirno 12.80 .77 11+1.50 .OSand Yolo Counties 8.40 .40 O Cable Splicers 14.40 .77 21+1.50 .05 Calaveras and son Joaquin i pan Frencloco County % Counties 10.55 .68 .55 ) 01 f~isetricions 13.815 1.04 It+,90 .A6 Marin and Soda" Counties 9.01 .87 ,85 1.00 met Cable splicers 13.36 1.04 11+.90 .06 Nonterty and Santa Crux Counties 11.30 .68 .55 1 .01 �► San Msteo County San Francisco and N% of San El+etriclons 11.77 .62 11+.50 .03 Matto County 13.07 M- 2.00 u .02 EL£Vwx ConSTnuCNRs 13.49 .345 .35 31+a .02 San benito•and Santa Clara ELntAMR CONSTRUCTORS' Counties 10.14 .73 .75 , 11fa.PptS 701JR .545 .35 34+a .02 Fresno County 11.43 .35 .45 ' TLFVAVR CONSTRUCTORS'' Mariposa, Merced and Tuolumne 11ELPfsts (PROB.) 50/JR Countito • 10.75 .01 Southern half of Sin Nateo County 10.03 .32 1.00 �� FEDERAL REGISTER, VOL. 42, NO. 75--FRIDAY. APRIL 32, 1977 � 1 i i 010=1400 4CA77-5040 Page 5 DECISIDN ND. CA77-5040 Pegs 6 sic+ Fdrge bossiq Psyseal. l Hrw11 Earctlits Rata$ N R r Par.lat. YersNsa 604lr, Frla4t 8.a.lit,Prrwatl. Paimms, A"t.To. dssic .-- alpine. AMA609, Calaveras and Rattan M t Y Paa.iats Yacatiaa aadlotat San Joaquin Counties App..T,. Sruab i 8.92 .70 S 2.34 i 1.21 PAINTW51 iCant'di SpraYl Shaatcock Tapers* swim Matipoea. MerCed and Tulumna Stayer Scaltaldl SitttIL-l4stec Counties structural 4L"l 9.12 .70 2.34 1.21 acush S 9.60 .70 .45 .75 .02 a Pteuw County Swing Stage, Papechaogera. Saush* Tapers 11.22 .41 .20 Bosun Chair, Steal Cleaning Spray/ structural steel 11.37 .41 .20 and Water Blasting 9.85 .70 .45 .75 .02 901 *Oct* 48144 YgsbolOt Counties t Spray, Sandbasting 10.10 .70 .45 .75 .02 l*rush 7.55 .50 .20 .50 PLhSTMLRS t sprays Sandblastsrai Structure Alameda and Contra Costa Cor. 10.10 .745 1.05 .03 steel$ storing Stagel_Tapecs$ Suttar and Yuba Counties 9.79 .56 1.00 P4pithangets 7.80 .50 .20 .80 Fresno County 9.24 .90 1.25 1.00 Mwttecay. San Sesita, Sea liste4 Monterey County 10.60 .71 .35 .01 Sante,Ciaca and Santa Crus Alpine, Amadar. Calaveras. Counties (escludltmg pOttioae 01 Eldorado, Nevada. Placer, the tate Tattoo Aral Sactomento, San Joaquin, , Sru4h 11.22 .99 1.30 .60 .03 Suttec. Yale and Yuba spray 11.47 .99 1.30 .10 .03 Counties 11.59 .71 1.50 .01 Tapers 12.77 .99 1.30 .80 '.03 San Francisca County 11.78 .90 1.90 .03 Suttat. Tehama WA Yuba O0UntI*4 San Mateo County 7.72 .48 .90 1.50 .025 Mtusht Pat Tender* sollara 8.75 .40 .40 Dei Notts, Humboldt, Marin, Sprays Sandbiastetsl Structural - Napa. Solano, Sonoma and 2 Stes1/ Swing Stags# Tapers 9.25 .40 .40 Tehama Counties 9.80 .98 .50 1.00 .01 Q Lake 'tabes area Natiposa. Merced and Tuolumne t Scush 20.95 .70 .75 Counties 9.05 .90 1.55 1.20 h spesyl structural Steals Tapeto 11.70 .70 .75 PLASWRERS TEHOSkSt M irl Maria. Sea Pranclaoo and Sonoma Alameda and Contra Costa Cos. 8.87 .60 1.10 Ctwnties - Fresno County 9.80 .80 1.40 Sruab 10.77 .99 1.10 .80 .03 Marin County 8.32 .80 1.40 .90 spray 11.02 .99 1.10 .40 .01 Tapers 11.72 .99 1.10 .60 .03 Alameda, Contra Coat&, SI Dorado. Yap&. Nevada, Plaeec, S&ccamsata. 501400 and volo Countiee (excluding portions o 00"tia& In the Lake Tahoe Area) srtlah 11.22 .99 1.30 .80 .03 spray. ' 11.37 .99 1.30 .80 .03 Tapeta' 11.92 .99 1.90 .80 .03 Ott/i t • FEDERAL SWIMS, VOL. 42, NO. 78-FRtDAT. APRIL 22, 1977 a4a.m..orr.s»a.•..-+::a.s.z.,xn...•vr-.. ....... ,.., .,.•,- .,,.n Nage 8 .o ...... I ptT1.^>tON No.CA77-5040 Page 7 DECISION NO. CA77-5040 t Page B B.sic Fdry.B.aelirs Pers.eats - , Needy Eleca[iea , Beale Frlap Beee0ts Pe seare Roles H i• Pessi.as Vocalism ..J/.r Appr.Tr. ' Hewh Eile"Hee Rtes H i Y P.asleas Vec.Hea G.Aler PI AST124ERS TENDERS: (Cont'd) Appr.Tr. t. Alpine, Amador, E1 Dorado, Nevada, PIacer, Sacramento ROOFERS: I and Yolo Counties S 7.455 .455 $ 1.40 ,80 Alameda and Contra Cosa Gas. r Calaveras and San Joaquin Cos, 9.43 .60 y40 ,90 Roofers $10,94 , $1.17 i 1.10 .60 .06 Mantle Workecss Kottlemen (2 San Benito, Santa Clara and Monterey County 9.15 1.00 1.70 .90 kettles W/o pumps) 11.19 1.17 1.10 .60 .04 :ra Santa Crus Counties 11.80 .70 1.40 eitumastict Enamelarat Pipe- � . PIntUSER$t vrapperat Coal tar built up 11.94 1.17 1.40' .60 ..04 Alameda County 13.10 .83 1.55 .12 Alpine, Calaveras. Marlposs, Contra Coate County 12.72 .90 1.72 ,20 Merced. San Joaquin and '�•i Del Norte and Ilumboldt Counties 11.19 .61 1.12 .OS Tuolumne CountiesRooters (slate, the and t'. ' PLUNOE2tSt Steamfitterst ' Amador (Northern half of Composition end built up) 11.29 .98 .67 Placer (excluding Felt Machine Operator 11.44 .98 .67 Yolo, Nevada, Place County), EI Dorado, Sacramento, E1 Dorado, Placer, Sutter and • Lak Lake Area) 13.33 1.14 1.60 .16 take Tahoeahoe Yuba Counties Area 10,99 .58 .60 .1.95 .30 Roofers 11.89 .95 .40iiresrw County . Marin, San Francisco and Sonoma Sooners 11.35 .60 .BO Counties 11.75 1.905 1.50 1.17 .15 Marin; Napa, Solana and Sonoma San Benito and Santa Clara cos. 14.20 ,90 1.65 .14 Counties San Mateo County 11.74 1.05, 1.65 1.20 .25 Aunties 10.1] .BS 1.20 1.63 .06 Alpine, Amador (Southern portion of County), Calaveras, Fresno, Mastic Workers/ Kettlemen (2 MArlposa. Merced, Monterey, kettle v/o pumps) 10.38 .85 1.20 1.63 .04 Z Bitumastici Enameleral Pipe- , ban JOAquin, Santa Cruz, Sutter t 0 Tehama, Tuolumne and Yuba vrapperal Coal tar pitch 11.13 .85 1.20 .1.63 .04 Counties12.60 1.39 2.00 .1 Del Norte and Humboldt Counties , NApe and Solana Counties 13.31 1.13 2.29 .166 Rooters 10.32 .40, .75 .35 An Monterey and Santa Crus Counties Rooters 10.75 .90 1.15 r San Francisco and San Mateo Cos. 1 Rooters 10.93 .60 1.15 1.10 .06 Mastic Workers and Kettlenen (2 kettles w/o pumps) 11.18 .60 1.15 1.10 .04 Bitumasticl Enamelerel Pipe- , vrapperal Coal tar 11.93 .60 1.15 1:10 .04 c FEDERAL REGISTER, VOL. X12, NO. 76-FRIDAY, APRIL 22, 1977 Cnn =r ■ OSCTSIO GTT-5440, page 6 DECISION NO. CA77-5040 page 10 b,2 O ,., - iacic Frige DaseRts plpar/M '�,•�-•--��,-�- . . Newly .. �dcatia. iadc Flop ioadlu Pwyeowt• Rotes N R r P611910041voce les M." - Nwdy EdvcasYow fir"Tc. SPRINKLER FITTZRSs Rase* NRK poadooc Vacotioo wwd/or ~ DOOFDiBs (Conts'd) Alameda, Contra Costa. Morin. Appy.It. Ardor. Sacramento and Yolo Napa, San Francieco, San Mateo, Countiss 1 Santa Clara, Solano and Sonoma moofece $10.11 $1.04_ $ 1.10 $ 1.00 .07 Counties $15.61 .60 . .90 .09 Snamelers and pitch 11.11• 1.04 1.10 1.00 .07 Remaining Counties 14.82 .60 .90 .08 San Denito and Santa Clara Moss. STXAKrIrU%S, Rmofecal Kettleman (1 kettle) 10.14 .65 1.14 Alameda and Contra Costa Cos., 13.30 1.25 2.29 .165 SIUWT METAL WiUIRSs Del Norte and Humboldt Cos. 11.64 .61 1.12 .05 Alameda. Contra Costa. Napa UARA220 WORKERS$ and 501411100 Counties 11.25 .66 1.95 12 .04 Ala Alpine. Calaveras and San Alameda, Contra Costa, Del Joaquin Counties 11.17 .66 1.40 .02 sot nFconccisco, SanaMateo. a�+ Aoador. 64 Dorado. Nevada, Solano and Sonoma Counties 11.02 1.40 .93 1.00 placer. Saccamanto. Sutter. KY Dorado. NevadaPlacer. fthams. Iola and Yuba Coe. 11.09 .66 1.44 .09 Mariposa. Merced and Tuolumne Sacramento, Suttee r, Tehaama, ClwaUta 11.14 .60 1.10 ,0f EYand Yuba Counties 11.!10 .80 .90 .25 TILE ETTI2iSs ilontecey, Sea Denitd, Santa ' Alameda, Contra H Costa, Del Clara and Santa Crus Cos. 11.15 38+.66 1.645 1.115 Norte, El Dorado. umboldt, San Mateo Count 12.62 .66 1.01 .12 X Mncin, Napa, Nevada, Pincer, Del Norte, Dumboldt, Karin, Sacramento, San Benito, San San Ftanciw* and Sonoma Cas. 12.50 .66 1.74 .12 Francisco, San Mateo, Santa Fresno County 6.75 .66 1.22 .09 -Clara, Solano, Sonoma, Sutter, SOFT FLOOR LAYERS# Tehama, Yolo and Yuba Cos. 12.00 .98 1.20 1.40 .095 Z Alpine, AM40r. Calaveras. Alpine, Amador, Calaveras, San 0 Merced (East of the San Joaquin and.Tuolumne Counties 10.27 .55 .30 1.00 Joaquin River), San Joaquin. Fresno, Mariposa and Merced f9 I .Sacramento)Sutter. Tehama, Counties 9.60 1.00 .50 emrt Tuolumne. Yolo and Yuba Monterey and Santa Cru: Counties 11.99 1.01 .93 Countieal and those portions of E1 Dorado, Nevada and placer PAID HOLIDAYS# Counties (excluding Lake Tahoe A-New Year's Days B-Mecorial Dayl C-Indepe Bence Do I D-Labor Days Area) 10.23 .79 1.25 1.00 .10 E-ThankegLying Dayl F-Christmas D y. Lake Taboe Area 10.05 .70 .20 1 tAldo* Contra Costa, Marin, FOOINOTESs ed. Matterey, raps, San a. Employer contributes 46 of bas c hourly rate for over 5 ye ra' service Devito. San prancieco, San and 21 of basic hourly rate f0 6 months to 5 ye ca as Vac cion Pa Mateo. Santa Clara.-Santa CCUs, Credit. Six Paid Holide(st A through Solaro and Sonoma Counties 11.30 .id 1.40 b .30 b, Employer contributes $.90 per c for he first five year 'of empl ymentM After five years $1.05 per hou to Vaca ion and olidays Benefits. FEDERAL REGISTER. VOL. 42, NO. 76-FRIDAY, APRIL 22. 1977 - 1 ..r„w.'reds+r�W++-....•.•,w.....r.--.. Dt.Cl51QN no. CA77-5040 Paye 12 ., .,•r.�.t ��.� 1'177-`.BSO i'.�gc I1 c DECISION NO. CA77-5040 Page 11 - DECISION No. CA77-5040 - Age 12 . LABORERS Group Is Asphalt Ironecs and Aakecsi Berko, worker rnd,iimllar ' Basic Friel.9ene)irs Payments type tampers; Buggymobiles Chainsaw, faller, loglooder and N+«iy E�rcar).■ bucker; Compactors of all types. Concrete and magnesite mixer t Rate$ N t M Pensions yecedea onJ/.r 1/2 yard and under; Concrete pan works Concrete saw) Concrete / Aary#.T. • sandert Cribber and/or ahoringi Cut granite curb setter= roan •SRL s' ' ralsera) Slip formas Green cutters, Readecboardmen, Hubsettero,' LABORERS Alignerss.Jackhamaer operatorsl Jacking of pipe over 12 inched xs ; Jackson and similar type Compactors; R6ttlemen, Potmen and men Group 1 S 9:295 5 1.00 S 1.70 .90 .10 applying asphalt, lay-SoIJ, creosote, lime, caustic and similar y Group i(a) 8.52 1.00 1.70 .90 .10 type materials tagging, sheeting, whaling, bracking, trench- Group 1(b) 8.795 1.00 1.70 .90 .10 jacking, hand-guided lagginghammers Magnesite, epoxyresin, Group 1(c) 9.144 1.00 1.70 .90 .10 fiberglass, and mastic workers (wet or dry)) Pavement breakers ) Group 1(d) a.245 1.00 1.10 .90 .10 and spadets, including tool grinders Pipdtayers, caulkers, bandere, Group I(e) 11.1114S 1.00 1.70 .9O .10 pipewrappers, conduit layers, plastic pipelayeral Post holo t diggers - air, gas and electrics Power broom ;wee y Group 1(f) 4.495 1.00 1.70 .941 .10 dPecs) Power ; Group 2 9.145 1.00 1.70 .90 .10 tampers of all types (except as shown in Group 2)1 Ram set gun Group 1 6.045 1.00 1.70 .90 .10 and stud guns Rlprap-stonepaver and cock-slinger, including placing of sacked concrete and/or sand (wet or dcy)I Rotary scarifier. multiple head concrete chipper) Davis trencher - 100 or steilat type (and all small trenchets)t Rota and Ditch witchl Roto- LABORERS tillers Sandblasters, Potman, Gunmen, Moaslamant Signalling and (Gunnite) Riggings Sank Cleaners; Tree climberal Vibca-screed - Bull float In connection with laborers' work) Vibeatoral Drl-pak-it machines' Gtoup It 6.755 1.00 1.70 .90 .10 High pressures blow pipe (1%* or over, 100 lbs, pressure or over),`. Group 2s8.165 1.00 1.70 .90 .10 Hydro Seeder and similar type) Laser beam in connection with Group 31 6.045 1.00 1.70 .90 .10 laborers' work 1. •,• ( Group 1(a)s Joy Drill Model TWM-2Al Gardener-Denver Model 081143 f ' and similar type drillal Track drillersl Jack leg drillersl Diamond drillersl Wagon dclllersl Mechanical drillers - all x ; types regardless of type or method of powers Multiple unit drilist Blasters and Powderwnl All work of loading# placing and blasting of all-powder and explosives of whatever type re-' gardless of method used for such loading and placings high ° • '' N scalers (including drilling of saM)s Tree.toppsrs Bit grinder. Group 1(b)t Bawer Cleanses •� ,: �� . Group I(c)e Burning and Melding J • , , r r• t r FEDERAL-'REGISTER,-VOL 42, NO. 79--FRIDAY, APRIL 22, 1977 t WUIA CA77-5040 ]Paye 13 DECISION NO. CA77-5040 Is Page 14 ..... LASORZKS (Coot'4) t~A Group i(d)s Repair_Ttackmen and coed beds (cut and covet worm[ , at subway after the temporary ower has been placed) F.Eafe Basic 8ena(iis Paymeats Basi Gtouo i(e)s laborers on general construction wort on cc In }lea+); Nowicy £dacotiea bell bole footings and shaft R.lr♦ Rei*• W l W Prnslass Yacallen and/ot App..It. Group lift Contra Cost^ County Only. Pipelayers. Caulkers, town zouirKocr oplxtxTosts Sanders, Pipowrappers, Conduit Layers and Plastic pipelayers; ARUM ! AREA 2 Pressure Pipe testes. no joint pipe and stripping at same. Group ll i d.70 $10,20 5 1.35• including repair of voids. precast Manhole Setters, Cast in 1 p S 2.00 .90 .24 Group 2t 9.05 10.45 1.35* 2.00 .90 .24 p}ec�e�Manhole torr utters Group Is 9.26 10.66 1.35* 2.00 .90 .24 Group 21 Asphalt Shovelacel Cement Grpece and handling dry cement Group 4s 9.82 11.21 1.35* 2.00 .90 .24 a4' gypsum; Choke-setter and Rigger (clearing work)t Concrete Group Sl 10.02 11.42 1.IS* 2.00 .90 .21 Rucker Dumper and ChutewsnE Concrete Chipping and Gclndingl Group 61 10.17 11.57 2.35• 2.00 90 .24 Group7t 10.32 11.72 1.15* 2.00 90 .24 'Concrete Laborers (wet or dry)$ Ocillat'a Nelpec; Chuck Sunders Grou81 10.72 12.12 1.35* 2.00 .90 .24 Nossleman, adductocal Mydraulle Monitor (over 100 The pressure), Group 91 10.91 12.34 1.35* 2.00 .90 .24 loedilg std unloading. carrying and handling of all toils and Group lot 11.14 12.54 1.35* 2.00 .90 .24 asterisk far use Ln reinforcing concrete constructions Pittsburgh. Group 10-Ar 11.25 12.65 1.35* 2.00 .90 .24 Chipper, and similar type *rush Shcedderst Slopacs Singletoot. Group lir 11.42 12.82 1.35* 2.00 .90 .24 fiend held, pneumatic tamper; All ptauratic: sic, gas, and electric tools) Jacklog of pipe under 12 !ruches Group 11-As 12.49 13.95 1.35* 2.00 .90 .24 Group 11-51 12.77 14.25 1.35* 2.00 .90 .24 Group Ic All cleanup work of debris, grounds and buildings including Group 11-C's 13.07 14.55 1.35• 2.00 .90 .24 but not limited to street cleaners; Cleaning and washing windows; Construction laborers including bridgo and general laborecal 'Includes$.21 per hour to Dumpaaa, load spotters tics Watchers Street Cleanetsl Gardeners, Pensioned iktslth and Welfare fund, •oriicultural and landecape labototsi Jottings Llmbaral Stush Leaders; Pilots, maintenance landscape laborer* an new constructions O Maintenance, lsepaic trackman and Road bodes Streetcar and (tailcoad construction ?rack tabocecas ibpotacy sic and water lines/ Victaulic (1 ar SiallArt Tool tam attetdantl ierxm icectorsl Guardrail erectors m Pavement Walkers (button, matters) (Gunnits) Group Is liossleasn (including Gunmen, Potahn)l Rodman; Gca+uld.an Group_23 Raboundman t Groep 3s. General taborets _ .. l FEDERAL REGISTER, VOL. 42. NO. 78--FRIDAY, APRIL 22, 1977 .. ..., .. .. nit-t"tn,i tin fA7"1-1640 ..., - i w DECISION H0. C477-SO40 Page 15 DECISION N0. CA77-5040 Page 16 POWFJi EQUIPMENT OPFRA70ES POWER EQUIPMENT OPERATORS (Cont'd) AREAS I and 1I) (AREAS I and II) • 1 Group 1: Assistants to Engineers (Brakeman; firemans Heavy Duty Repairman Group 7c Concrete Conveyor or Concrete Pump, Truck or Equipment mounted Helpers Oiler; Deckhand; Signalman; Switchman; Tar Pot Fireman); Pactsman (boom length to apply); Concrete Conveyor, building site; Deck Erlglneerst . tlleavy Duty Repair shop pari# rocml Dual Drum Mlxerl Fuller Kenyon Pump and similar types; Gantry Rider ` for almllar)s Hydra-Hammer (or similar); Material Hoist (2 or more drums)/ Group 2: Compressor Operators Concrete Mixer (up to and including 1 yards Mechanical Finishers or Spreader Machine (asphalt, Barber-Greene and Conveyor Belt Operator (tunnel); Fireman Hot Plants Hydraulics Monitors simllacls Mine or Shaft Holsts Mixermobilel Pavement Breaker with or, L.r.,c• without Compressor Combination; Pavement Breaker, truck mounted , Mechanical Conveyor (handling building materials); Mixer Baa Operator t I (concrete plant s Pump Operators Spreader Boxman (with screeds); Tac with Compressor Combination; Pipe Sending Machine (pipelines only); ,cl Pipe Cleaning Machine (tractor propelled and supported); Pipe Wrapping Po[ Fireman (power agitated) Machine (tractor propelled and supported); Refrigeration Plants Roller ;',Croup 3: Box Operator lbunkeil; Helicopter Radioman (signalman), Motor- Operator (finish asphalt)i Self-propelled boom type lifting device (center mount) 110 tons or leas M.R.C.); Self-propelled Elevating Ctade Planes mans Locomotive; 011ec; Ross Carrier (construction job site); Rotowiat OWatocs Screedman (except asphaltic concrete paving)s Self-propelled," Sluahec Operator; Small Tractor (with boom) Sall Testes; Truck type Wada automatically applied concrete curing machine (on streets, highways. Croup 01 Armor-Costar (or slmllar)t Asphalt Plant Engineers Cast-In-Place airports and eanals)s Trenching Machine (Mmxlmam digging capacity 3 ft. depth►; Tugger Hoict. single drums Truck Crane Oiler Pipe laying Raehlna# Combination Slusher and Motor Operators Concrete Batch Plant (multiple units)r Dozers Heading Shield Operators Heavy Duty Group 4: Gallant Jack Tampers ballast Regulators ballast Tamper Multi- Repairman and/or Weldect Ren Seal Machine (or similar); Kolman Loaderl purposes Boxman (asphalt plantls Elevator Operator (Insidelt Pock Lift loader (up to 2 yds); Mechanical Trench Shleld; Portable Crushing and or Lumber Stacker (construction job site)# Line Masters Lubrication and Screening Plants; Push Cat; Rubber Tired Eacth-moving Equipment (up Service Engineer (mobile and grease rack); Material Hoist (1 drum); to and Including 45 cu. yds. 'struck* ■.r.c.) L'uclids, T-Pulls, W-10, 20, Shuttlecar Tie Spacers Towecmobile ( 21, and similar Rubber Tired Dozers Self-propelled Compactor with Dozect Sheepfoott Timber Skidder (rubber tired of similar equipment); Tractor Group S: Compressor operator (2 to 7); Concrete Mixers (over 1 yard)# drawn Scraperl Tractor Trenching Machines Trl-batch Pavers Tunnel Mole Concrete Pumps or Pumperete Curial Genscators (100 S.W. or overt; Boring Machine; Weldec; Woods-mixer (and other slmilar Pugaill equipment)` Grouting Machina# Press-weld lair-opecat6d)l Pumps (2 to 7)# Welding 1 Z Machines (Powered other than by electricity) 12 to 71 t Croup re Canal finger Drain ation s Chicago Boom; Combination Mllghline G Compressor tgunite)s Combination Slurry Mixer and/or Cleanest AigAline•r ., -4 . Croup 61 111.11 Lima Road Pactor or simllart Boom Truck or Dual Purpose Cableway (5 tons and under); Lull A!-Lift or similar (20 ft. or ovetIs ^r A-Frame Trucks Concrete Gatch Plants (wet or drylt Concrete Saws (self- Muck/ng Machine (rubber tire, call or track type); Tractor (with boom). pe,q.elled unit) on streets, highways, airports and canals; Drilling and (0-6 or larger and similar) Poring M.ichlnery, vmrlleel and horitontsl (not to apply to waterllnecs. wagon drills or �aekhammersll Cudeasttar. Ccade.Cheeker (mechanical or Group 101 Boom-type Backfilling Machines Bridge Cranes Cary-lift (or..-''trf._. other-rlmInclGrouting Machines Combination Backhoe and Loader r)l Illghilne Cableway Signalman) Locomotives (steam or over 30 slmilar); C , tons); Maginnis Internal Full Slab Vibrator (on airports, highways, canals lap to and Including 1/2 cu. yd. ■.r.e.)t Derrick (2 operators required and warehouses)# Mechanical Finishers (concrete) (Clary, Johnson, Bidwell When swing engine remote from hoist)# Derrick Barges (except excavation Bridge Pock or similar ty(v•s); Mechanical lura, Club and/or Curb and, work)l Do-Mot loaders ;;dams Elegrader; Elevating Graders Heavy Duty Gutter Machine, concrete or asphalt; Portable Crushers Post Driver Rotary Drill Rig (including Caisson foundation work and Robbins type A (M-1500 and slmliar); Power Jumbo Operator (setting slip forms, etc. drills)l Koehring Skooper (or elsilar)l Lift Slab Machine; (Vagtborg and In tunnels)t Rollerl Screedman (Barber-Greene and similar) (asphaltic similar types)l Loader 12 yds, up to and including 4 yds.); Locomotive concrete paving); Self-propelled Compactor (single engine); Self-pro (over 100 tons) (single or multiple unitn)l Multiple Engine farthsoving pelled Pipeline Wrapping Machine, Perault, CRC, or similar types); Slip Machine (Euclids, Dozers, etc.) (no tandem scraper); Pre-stress Wire Forms Pumps (lifting device for concrete forms)t Small Rubber Tired Wrapping Machines Reservoir-Debris Tug (self-propelled floating)l Rubber- Tcactoc; Sucface Heater tired Scraper, self-loading (paddle wheels, etc.); Shuttle Car (reclaim station); Single Engine Scraper over 45 yds.; Soil Stabilizer (P 6 H or - equal)l Sub-grader (Curries or'other automatic type); Tractor, Com- pressor Drill Combination; Track Laying type earth moving machine (single englne.with tandem scrapers); Train loading station; Vacuum Cooling Plants - t Whitley Crane (up to and including 25 tons) , y O FEDERAL REGISTER, VOL 42, NO. 76--FRIDAY, APRIL 22, 1477 a1 • 0=21OMe CAT7-5040 lays 17' DECISION NO. CA77-5060 Page le t.2 POWER EDUIPKIWT OPERATORS (Cont'd) j (AREAS I and III Group 10-As eackboe ,(hydraulic) (up to and including 1 cu. yds. a.r.c.); Fd•p Bos.NrsPatmosts Backhoe (cable) (up to and Including 1 cu, yd. s.r.c.); Combination Rack- Brie boo and loader over 1/2 cu. yd. q.r.c.)s Continuous Flight Tia Back N•vrlf Edeeetio• Rd.r • Auger (up to and including 1 cu, yds.) (crani attached); A M P•sr{ur Vecosios ad/orched); Cranes (nor over Appy.To. 25 tons, Hammethead and Gantry); Grade-Alla (up to and Including 1 cu TRUM DRIVERS yd.); Power Shovel&. Classhalls, Draglines. (up to and Including 1 cu. yda. a.t.c.)I Power blade (single engine); Self-propelled Bona-type Lifting BULK CEXMT SPREADER (wIwo Device (center mount) (over 10 tons); Self-propelled Boca-type Lifting auger, under 4 yds, water Device (center mount) (over 15 tons) levelly Bus or Nanhaul drivers • Concrete pulp machinet Group Ili Automatic Concrete Slip Form Paver; Automatic PAJItoad Cat Concrete p+ssp truck (when Diaper# Canal finger Drain Backfiilers Canal Trimmers Canal Wismar flat rack truck is used 80/ditching attocswntas Cranes (over 35 tuns up to and lnuludsng 125 appropriate flat lack rate tons)# Continuo" rillyht Tis back Augot over 1 cu. yd. (including crane)) shall apply): Dump (under 4 Orott Tr&vaIl(t 650:A-1 or Similar 145 tons or over); Bighlins Cableway - Yds. water level); Dumpereta (over 5 tons)! Lader (over 4 yds., up to and Including 12 cu. yda.)1 low# tkuck (under 4 yds. watar Blade (multi-engine)l Power Shovels, Clamshells. Draglines. Backhoe&, levelly DUm(seter (under 4 yds. Grade-alls (over 1 yd, and up to and including 7 cu. yds. ■.r.c); Rubber- water level)/ Yscoct or pilot tired earth moving machines [multiple ptopulslon power units and two car driver; Nipper truck (when 'or more scrapers) (up to and Including 75 cu. yda. 'struck" m.t.c.); Self- flat rack truck la used propelled Compactor (wit)t multiple propulsion power units); Single engine appropriate flat rack rate Rubber-tired Earthmoving Machines (with tandem scraperal; Slip form shall apply), Pickups; Skids Paver (concrete or asphalt); Tendon Cates Tower Cranes NobLlel Trencher (debris box, under 4 yds. water (pulling attached shield); Universal Llebher and Tower Crones (and similar level); Team drivers; Trucks types): Wheel Excavator (up to and including 750 cu, yd.per hour); Whitley (dry pre-batch concrete six, Craw (over 25 tongunder 4 yds. water level); '% Helpers; Warehousemen S 9.905 i 1.195 .70 $1.00 Group 11-As Rand Wagons (in conjunction with Wheel Excavator), !fans HULK CF1412iT SPREADER 0 (over 125 toru)i Loader (over 12 cu. yds.; up to and including li cu. yds.) (w/wo y Power Shovels and Draglines (over 7 cu. yda., a.r.c.)i Rubber Tired Multi- auger, 4 yds. and under 6 n purpose Earth loving Machines 12 units over 75 cu, yds. *struck* ■.r.c.); yds, water level); Dump (4 in Wheal Excavator (over 750 cu. yds. per bout) yds' aqd under 6 yds. water level); Dumperete (4 yds. and .Group 11-Rt Loader (over 14 cu. yda.) under 6 yds, water level); Dumpster (4 yda. and under 6 Group ll-Cs Operator of Helicopter (when used In erection,'work); Eemots yds. water level); Skids (debris .Controlled Earthmoving Equipment box 1 yds, and under 6 yds. water level); Single unit flat rack (2 axle unit), Industrial - Litt Truck (mechanical tailgate) Trucks (dry pre-batch concrete Aix, 6 yds, and under 6 yds. water level) 10.00 1.195 .70 1.00 JETTING TRUCK and WATER TRUCE (under 2.500 gallons) 10.015 1.195 .70 1.00 - 7 FEDERAL REGISTER, VOL. 42, NO. 72—FRIDAY, APRIL 22, 1977 r.yw 20 njj*jqTrj ma. CA71-5040 bfrlSlrat NO. CA77-5060 page 19 DECISION no. CA77-5060 rage 20 t Frl.s.Bewdilr Pq�wenb Be►Ic Fri."sewe8la!armee►. Be.ic Nwrl f Ebc.ti.. Retell Els er Rete. M A M reaelewm Vecell" ad/er Rehr N L• rwslaaa t esemMe a.l�w TRUCK URIVt2tSr Cont'dl Apr.Tr. 'Tr' BULK CEMENT SPREADER .(r/vO LIFT`JITNEYS, fork Lift 6 10.035 S 1_19 .70 S 1.00 auger. 6 yda. and under B yds. rater levellf DRwp (6 TRA IT MIX, AGITATOR yds. and under S yds. water juvAer 6 yda.) 10.055 1.195 .70 1.00 , level)! Dumperete 16 yds. and under 8 yds. water level)[ TROOR REPAIRMAN HELPER 16.075 1.195 .70 1.00 Dumpeter (6 yda. and under 0 yds. rater level)1 Skids (debris VAC(11M TRUCK under (3.500 box. 6 yda. and under a yds. gallons) 10.085 1.195 .70 1.00 water level)! Trucks (dry pro- batch concrete six, 6 Yds. SCISSOR TRUCar Single unit and under a yds. water level) i 10.20 'i 1.195 .70 81.00 flat rack (1 axle unttll Industrial Lift Truck A-rRAMK, WINCH TRICKS! (mechanical tailgate)$ ouggy-bilel Hydro-lift, small rubber tired tractor Swedish crane type 1letting)1 R (when used within teamsters' Jetting and water truck jurisdiction) 10.10 1.19S .70 1.00 (6,000 gala. and under S,000 gals.)) Rubber tired JETTING TRUCK A NATER TRUCK Jumbo 10.215 1.195 .70 1.00 (2,500 gals. under 6.000 gals.) 10.115 1.195 .70 1.00 HEAVY DUTY TRANSPORT COMBINATION WINCH TRUCK (high bed) 10.22 1.195 .70 1.00 WITH HOISTI Transit, Z Mas Agitator 16 yda. and ROSS NYSTER and SIMILAR under A yda.) 10.155 1.195 .70 1.00 STRADDLE CARRIER 10.265 1.195 .70 1.001 00 A VACUUM TRUCK (3,500 gals. TRANSIT MIX AGITATOR ; rr1 and under 5,500 gals.) 10.165 1.195 .70 1.00 (B yds, through 10 yda.) 10.255 1.195 .70 1.00 RUBBER-TIRED HUCK CAR (not VACUUM TRUCK (5,500 gals. selrwloaded) 10.175 1.195 .70 1.00 and under 7,S00 gals.) 10.265 1.195 .70 1.00 JETTING TRUCK 6 WATER TRUCK (5,000 gals. and under 7,000 gals.) 10.115 1.195 .70 1.00 ' r r r t FEDERAL REGISTER, VOL I2, NO 7 RIPAY, APRIL 24, 1977 _.. ►N+ ' is" r T 011351 0. CA77-5040 ; Page 21 DECISION N0. CA76-5040 Page 22 N , �'':w 8erlc ,�� friwe.baa.(ita Parrr.tr Boric Fdwia 800.111r Par..ala H.w)y Novel Education 1t4rcatiaa y Rotas H l 91 I Mala Vacation 0.4/61 Rates H b K Prwai.wr Vacationpatello& .,,,• Ary&.Tr. TRUCK DRIVERS (Cont'd) Appr.Tr. TRUQ DRIVERS (Cont`d) BULK CEMENT SPREADER (w/aro T AWIT Nix AgITAMR (over Auger, over 12 yds. and 16 yds. through 12 yds.) $10.155 i 1.195 .70 $1.00 Including 18 yda. water level)$ Dump (over 12 yds. • 9= MUMSPRRADxR Iv/w and including Id yds, water Including auget. 6 yds, and including level)I DLaver 12 yda. and Including 18 yds. 12 yds. "Stec level)$ pump water levelll Dumpatur (over 14 yds. and including 12 12 yda, and Including ltl yds. Ids. water level)$ Dumperste water 10ve1)l Skids Idebris t yds. and including 12 yds. .ter 1eve1)I Self- box, obar 12 yda. and including peopslled attest sweeper 18 yds. water level); Trucks (dry pre-batch concrete mix, wttA Belt-coattained cefuae ' a b1Rs Skids (debt L bora i over 12 yda. and including70 $1.00 18 water level) $ 10.48 $ 1.195 � Ids. and including 12 yds, water 1 letelli Snow go and/or snot P.D. OR SIMILAR TYPE plows Truck (dry pre-batch SELF-LOADING TRUCK 10.54 1.195 .70 1.00 ' ooncente mix, 8 yds. and t Including 12 yds. water TRUCK REPAIRMAN 10.575 1.195 .70 1.00 level)I Dumpster fS yds. and including-12 yds. water BULK COUNT SPREADER (w/wo Ievell 10.44 1.195 .70 1.00 auger, over 18 yds. and 2 2MW OM TRAMSPORy including 24 yda. water 0 levels Combination dump and (yooeetwnct lowbed) 10.45 1.195 .70 1.00 dump trailers Dump (over 18 rY t rn yds, and including 24 yds. to 21AMIT Mix AGITA'IDR / water level); Duuapccete (over beet 12 yds' through 18 yds. and including 24 yda. 14 yds-!• 10.I5S 1.195 .70 1.00 water level); Dumpster (over • 18 yds. and including 2 yda. " water level)$ Skid (debris box, t "$ over 18 yds. and Including 24 yds. water level); Transit ' mix agitator (aver 12 yds. through 16 yda.); Trucks.(dcy .y, pre-batch concrete mix, over 17 yds. and including 24 J yds, water level) 10.585 1.195 .70 1.00 . r ink. u FEDERAL REGISTER, VOL. 42, NO. TR—FRIDAY, APRIL 22, 1977 a DECISION N0. CA77-5040 Page 23 DECISION NO. CA77-5040 Page 24 , ,•_ - Fd*"Eearnts Per.eers Reale Fdge RwvRts Peymw+e RedeNealy EdF so Newly —� Edepllee ' Rees N i M Pessloes vecettes sever . Roles N l i Peeslees vecelles ead/er Aw.Tr. i ^. 7EUCK ORIVMS: (Cont'd) A►►r.To. TRUCK DRIVIRS (Cont'd) , BULK CWrNT SPRBADER (w/wo BULK COUNT SPREADER w/w �• Via; + auger, over 24 yds. and in- auger, over $0 yds. and under ' cluding 35 yds. water level)$ 65 yds. water level)# Dump Dump (avec 24 yds. and in- (over 50 yda. and under 65 t,•., cluding 35 yds, water level), yda. water level); Dumperete ^ + . Dumpctete (over 24 yds. and (over 50 yde, and under 65 yds. incl+wling 35 yda, water level)$ water level)# Dumpster (over 50 Dimpater (over 24 yda. and # yds. and under 65 yds. water Including 35 yda. water level)# , level)) Nalicoptsr pilot (when Dw 1016, 2018, 21's and other transporting men or materials)# similar cat type, Terra Cobra, Skids (debris box, over 50 yda. LeTourneapulls, Tournarocker, and under 65 yda. water level)$ Euclid and similar type equip- Trucks (dry pre-batch concrete ment when pulling Aqua/Pak or mix, over SO yds. and under 65 water tank tcalleza and fuel yds. water level) 9 10.94 9 1.195 .70 $1,00 sod/or grease tank trailers cc other mise. traiieral Skids BULK COUNT SPREADER (w/wo r (debris box, over 24 yds. and auger, over 65 yds, and + Including 35 yda, rotor level)) including BO yds. water Truck (dry pre-batch concrete level)# O mp (65 yds. and win, over 24 yds. and including r including 60 yds. water level)$ 35 yda. water Leval) 11 30.66 $ 1.195 .70 $1.00 Dumperets (over,65 yda.-and Including BO yds. water leval)l SULK COUNT SPREADER (w/w Dumpoter (6S yds. and including .'• m auger, over 15 yda. and 60 yds..water level)$ Skids N Including 50 yds. water level)# (debris box, 65 yds. and y, Dump (over 3S yda. and including including 60 yds. water level)) 50 yds. water Level)$ numpereta Trucks (dry pre-batch concrete r (over 35 yds, and Includinq SO rix, 65 yds. and including 4. + yda. water loval)# Duapster love 50'yds. water level), 12.09 1.195 1 .70 1.00 T 35 yds. and Including 50 yds. 1 watec 'level)l Skids (dehrie box, over 35 yds. and Including SO yde. water level); Trucks (dry 1 pce-batch concrete mix, avec 35 yds. and Including 50 yds. water level) 10.79 1.195 .70 1.00' a FEDERAL REGISTRR, VOL. 42, NO, 75--FRIDAY, APRIL 22, 1977 - Low-al� ODCIKIA C477-SO40 1 Ift" 25 DECISION NO. CA77-3060 Paye 26 •CALIFORNIA Dole �, role"DeeeDre+ee is pop AREA DEFINITIONS for POWER EQUIPMENT OPERATORS Newir M E:fecatiee Relee M t M Peesiae yee.44+a swl(er **AREA 2: All areas not included within Area I as TRUCK DRIVERSI Cont•d) Aper.In. defined below. sm wyec rstraw� WAP *AREA 11 All areas included to the description anddefined below which is based upon township ' Including $5 yds. rater and range lines of Areas 1 and 2. It level)i Dump (aver O0 yds. and including OS yda. water Commencing in the Pacific Ocean on the extension of the Southerly levslli Duepccece'(0vec !0 yda. and including $5 yda. lice Easterly Township 195. w water level)t ouwster (over Thence asterly along the Southerly line of Tooehtp 193, crossing OO yds. and including is yda. the Mt. Diablo meridian to the S.W. cornet of township 193, water levels Skids (debris range 6E, lit. Datblo base line end meridian. Aoa, war OO yda. and including Thence Southerly to the S.W. corner of township 203, range 6E. bo yda, water level)} Trucks Thence Easterly co the S.W. corner of township 20S, rang* 13E. (dry preWbatch concrete six, Thence Southerly to the S.W. corner of township 215, range 13E, over 6w yda. and ncreteIncludsi Thence Easterly to the S.W. earner of township IIS, range 17E, !S yds, voter Rawl) « 11,26 y 1.1f5 .70 81.00 Thence Soucherly to the S.W. corner of township 2.5, range 17E, Thence Easterly to the S.E. corner of township 225, range 17E, Thence Southerly to the S.W. corner of.townshlp 235, range'18E. Thence Easterly to the S.E. corner of township 235. range ISE, Thence Southerly to the S.W. corner of township 24S, range 19£. falling an the Southerly line of Kings County, thence Easterly along the Southerly boundary of Kings County and the Southerly boundary of Tulare County, to the S.E. corner of township 24S, range 29E. Z. Thence Northerly to the N.E. corner of township 215, range 29E. Thence Westerly to the N.W. corner of township 215, range 29E. Thence Northerly to the N.E. corner of township 13S, range 28£. �} ` Thence Westerly to the N.W. corner of township 135. range 28E,, N } ' Thence Northerly to the N.E. corner of township US, range 27E, i Thence Westerly to the N.W. corner of township IIS, range 27E. t Thence Northerly to the N.E. corner of township IOS, range 26E. C, Thence Westerly to the M.W. cornet of township LOS, range 26E, Thence Northerly cc the N.E. corner of township 9S, range 25E. ' . Thence Westerly to the N.W. corner of township 9S, range 25E, t, . ��, Thence Northerly co the N.E. corner of township tlS, range 24E, , Thecae Westerly to the N.W. corner of township 8S, range 24E. ' Thence Norther!y to the H.E. corner of township 6S range 23E Thence Westerly to the S.E. corner of township 5S, range 199, t r Thence Northerly to the N.E. corner of township 55. range 19E. Thence Westerly to the I.W. corner of township 5S, range 19E. Thence Noccherty to the N.E. corner of township 3S, range I8£, ` Thence Westerly to the N.W. corner of township 3S, range ISE, Thence Northerly to the N.E. corner of township 2S. range 17E, Thence Westerly to the N.W. corner of township 2S, range UH. • Thence Northerly crosLng cite Mt. Diablo baseline to the N.E. corner of township 2N, range 16E. '0 Thence Westerly to the N.V. corner of township 2N, range 16E. t� Thence Northerly to the H.E. corner of township 3M, range 15E. r� Thence Westerly to the N.W. corner of township 3N, range 15E. Thence Northerly to the N.E. corner of township GN. range AGE. FEDERAL REGISTER, VOL, 42, NO. 78—FRIDAY, APRIL 22, 1977 r J• r � . .. ,...y.rK...•.-w•wnw.p,w.a , t DECISION a.). CA77-5040 - Page 27. DECISION N0. CA77-5040 `_ page 21 •. C4Lt ramIA AREA DEFINIT1UttS for _ PER EQt11pMEtir UPERATURS (cont'd) POWER EQUIPMENT OPERATORS (cont'd) agree I (cont'd)t +Area i (cont*d) Thence Westerly to the N.W. Cotner of township 4N, range I4E, Thence Westerly to the S.S. Cotner of township 1611, range 12W, Thence tiortherly to the N.E. corner of township 511, range 13E, Thence Northerly to the N.E. cornier of township 16N, range 12M. Thence Westerly to the N.W. corner of township 5N, range 13E. Thence Westerly to the N.H. corner of township l6m. range 12W. Taeace northerly to rise N.E. corner of township ION, range 12E, Thence Northerly to the N.E. corner of township ION, range 13M. Thence Easterly to the S.E. corner of township `111, range 14E. Thence Westerly to the M.W. corner oI township 1811, range 14W. Thence Northerly to the N.E. corner of township IIN, range 14E, Thence Southerly to the S.W. corner of township 1811, range 14We Thence Westerly to the N.E. corner of township UN, range IOE, Thence Easterly to the S.E. corner of township 19N, rael,e 14M. Thence Northerly to the N.E. corner of township t'N, range 10E, Thence Southerly to the S.W. corner of township heti, range 13W. ,,+ * Theoct Easterly to the S.E. cotnec of township 16N. range LIE. Thence Westerly to the N.W. Cotner of township ISN, range grit, Thence Northerly to the N.E. corner of townahtp l6N.rangs lit, Thence Southerly to the S.W. corner of township 1wN, range 144114 ' Thsuco Castorly to tits S.E. coiner of township 17N. range 14E, Thence Easterly to the S.E. corner of township 1411, range 14W. i• r Theoce Southerly to the S.W. cornet of township 1411, tsnga ISE. Titania Southerly to the S.W. earner of tcwnahfp 1311, sang 13M,' Thence Easterly to the S.E. corner of town+hip 14ti, ranpe 15C. Thence Easterly to the S.E. Cotner of township 13N, ramie 13W, Theoce Southerly to the S.W. comer of to%hishtp 13:1, range t6E, Thenen Southerly to the S.W. corner of township 1111. range 12M,• .Thence Easterly to the S.E. Cotner of township 13N, range thf., Thence Easterly to the S.E. corner of township 11111 range 12W, Thence Southerly to the S.W, Cotner of township 12N, ransio Or. Thence Southerly &lung the Eastern line of range 12W to the Tiheoco Easterly along the SOUthttn lista of township 1711 to Lisa Pacific Ocean excluding that portion of Northeast California tossers- boundary of the stat* of California, - within Santa Clara County Included within the following lion` Thence Northwesterly, thence Northerly along the Eastern boundary Comssenctng at the H.W. corner of township 6S, range 3E, Mt, i .t of the state of Calitocuia to the M.E. corner of township 1711, Diablo baseline and Meridians ' range 18C. Thence In a Southerly direction to the S.W. corner of township Thence Westerly to the H.W. corner *( township 1711, range 11E, t 7S, range 3E, Thence Northerly to the N.E. corner of township 2014, range JOE, Thence in a Easterly direction to the S.L. cornu of township 7S. Thence Westerly to the N.W. corner of township 2011, rouge IDE. range 4E. Theme Noltherly to tis* N.E. cognac of townshtp 21N, range 9E. Thence in a Northerly direction to the M.t. corner of township 6S, Thence Masterly to the 11.W, corner of township 2111, tonne 9E, range 4E, Thsore Nattherly to tit. N.R. totnter of township 2211, tang! 8E, Thence in a Westerly direction to the Y.W. cornet of•townsbip 63; _ Tlsuu Westerly to Lite N.W. corner of township 223, tango 8E. range 3E, to the point of beginning which portion Is.* part of �, 1hento N,sithistly to this S.U. corner of township 210. ranee at, Area 2. Thence Eastarly to the S.R. coiner of townrhtp 270, tango 8E, Area i ,too includes that portion of Marchese Califoraia within In Thema Nuttherly to the N.E. corner of township 260, Tlingit 8E. the follotling linest _ IA Thence Westerly to this M.W. corner of township 211110 range 7E, Commencing In the Pacific Ocean on an extension of the Southeirly Theist* Natthetly to the N.E. turner of townshtr 3nN. ranee 6E, line'*( township 211, Hussboldt baseline and oaridleat s Thence 4*aterly to the ig.W, corner of tawnshtp 30M, range it. Thence Easterly along the Southerly line of township 2N to the e . Thrisce Northerly elooF the Mt. Diablo oaridlen to the N.E. S.W. corner of township 211, range IW. corner of township .1411, range IW, Thence Southerly to the S.W. corner of township 1N, eange IW,' f Thence Westerly to the N.V. cornet of township 3411, range 6W, Thence Easterly along the Humboldt baseline to-the S.W. corneir 2 thence southerly to the N.E. corner of township 32M. range 7W, of township 1N, range 2E. ' Thence Westerly to the N.W. corner of township 3211, range 7W, Thence Southerly to the S.W. corner of township 2S, range 2E, Thence Southerly to the S.W.corner of township 3014, range 7W, Thence Easterly to tho S.E corner of township 2S, range 2E, Thcstce Easterly to the S.E. corner of township 3011, range 7W, Thence Southerly to the S.W. Cotner of township 4S. tango 3E, Thence Southerly to the S.W. corner of township 1611, range 6W. Thence Easterly to the S.E. corner of township 4S, range 3E. Thence Easterly to the S.E. corner of township 16M. range 6W, Thence Northerly to the N.E. corner of township 2S. tante 3E, Thence Southerly to the S.W. corner of township 1411, range 5W. Thence Westerly kit the N.W. corner of township 2S, ganga 3E, , Thence Westerly to the S.E. corner of township 1411. range 7W, Thence Northerly crossing the Huniboldc baseline to the S.W. Thence Northerly to the N.E, corner of towsiship'14H, range 711. corner of township IN, range 3E. Thento Westerly to the P.W. corner of township 14M. fango 7W, Thence Easterly along cite Wuaboldt baseline to the S.C. wester Thence Northerly to the M.E. Corner of township 1511, tango 84, %of township 1N, range 3E, �, + • Thence Northerly to the M.E. corner of township 90. range`3E, Thence Westerly to the N.W. corner of township 911, range ZZ, �• Thence Northerly to the N.E. corner of township ION. It. t NN G1 pEDEgAt REGISTER, VOL 42. NO. Tt--FRIQAY, APRT! 24, 1977 , Y ` 1 OICif CRT?-lBgRt Page 29 svlERSEDFAS DECISION !o �- ' " ♦ STATE[ Minnesota O COUHTY: Crow cling i, tGLIFORNTA DECISION NUMBER. K477-2064 DATE: Date of Publication DEFINITIOSupareedcs Decision No, M77-2038.38. dated Itareh 18, 1977 in 42 PR 15245 AREA IONS FOR r t POWER DEFINITOPERATORS (Costa) DESCRIPTION OF UOWCx Heavy t:N2ghway Construction aAtee It (CogtV) + Thence Westerly along the Northerly tine to township tON, into•the Pacific Ocean. + Basic F,iata a...fits Parwtab Area I also iocludee•that portion of northern California included with- ' rfy is t4 following lines Rates £d.catias H L K P.w.bn. Vtcabw on.I/n Coaeseacic,g at the Northerly boundary of the State of California Appi.Tr. Y •'I at the N. W. corner of township 48N. range 7W, Mt. Diablo bass- line ud meridians iARORKRS $5.64 .26 .15 Tlse.see Southerly to the S.Y. corner of township 44N. range 7W, Thence Easterly to the S.E. corner of township 44N, range 7W. Thioce Southerly to the S.W. comer of township 43H, range 6W, Thence Easterly to the S.E, cornet of townshtp 43H, range SII, P(W.R Yt111iPtuXr OPERATORS , Theace Nottherly•to the N.E. corner of township 48H. tangs Sit, on the Northerly boundary of the State of California, Asphalt Distributor-Spreader 7.26 .26 .15 Theses Westerly along the Northerly boundary of the Sesta,of Asphalt Plant 7.66 .26 .15 California to the point of beginning, Bulldozer 7.66 .26 .15 Crusher S Scresntng Plant ; 7.66 .26 .IS Front-End-inader 7.66 .26 .15 1 Motor Parrots 7.14 .26 .15 + t Rullerr Base 6.53 .26 ,15 t s Finish 7.44 .26 .15 Tractors-Over D-2 TD-6f 5.35 4- ` TKUC1C DRIVERS Over 4 cubic yards « 7.04 .26 .15 ScarTractor Trailer 7.2a .26 .15 f. t 3-AR10 7.32 .40 .45 t. FEDERAL REGISTER, VOL 42, NO. 78---FRIDAY, APRIL 22, 1977 - + "- «.. yyyww.wNh.�gYW►Ht`VY+w.w.."..eo-q' Y Ll R NWIFICATIOIIS P. 1 IE)DIFICATIORS P. 2 MCISIOM 4CA77-5039 - Mod. 11 (42 FR 20991 - April 22, 1977) DECISTOli 4GT7-5039 (Cont'd)• Alameda, Alpine, Amador, Butts FOR"11060111%Parm064 .Calaveras, Colusa, Contra cost Mor.l .IBoiNo0e role"11060114 hrmssls ' Ms -'Oe1 Norte, El Dorado, Fresno, R.1.0 M L M Poeslaoa Vaca14e &.4/of Mss.lr RJacslba •.Glenn, Nunboldt, Kings, Lake, AN.•T.. Rot.. N 6 E Poe.1068 Vocalise 06/h. Lassen, Madera, Marin, AMe.Ts. Marl)ass, Mandocino. Mertsd, 0104100, Monterey. Naps. Nevada, loos Benito, Santa Clare Placer, Plumes, Sacramento, and Santa Cruz Counties Ban Bonito, San Francisco. Electricians $13.80 .77 lon.'s0 .05 Can Joaquin, San Mateo, a, Cable Splicers Clara, Santa Crus, Shasta, P 15.53 .77 10+1.30 .OS Sierra, Siskiyoa, Solano,Sutter, San Francisco County Electricians 15.585 1,04 11+.90 .06 ! Sonoma, Stanimlrus, SutteCable Splicers 17.53 1.04 1%+.90 .06 Tehama, Trinity, Tulare. son Mateo County Counties, Colo and Yuba a Electricians Y Counties, California 13.73 1.16 31+1.00 .03 . Line Construction. Changes Contra Costa County -�- Groundmen 11.40 .70 2%+1.00 t ., Electticiann ' Alameda County Line Equipment Operators 13.68 .70 16+1.00 Electricians $12.91 $1.05 1%+1.15 .03 Linemen 15.20 ,70 1%+1.00 Cable Splicers 16.52 1.05 1%+1.15 ,03 Cable Splicers 16.70 ,70 11+1.00 Monterey County Amador, Colusa, Sacramento, + Groundmen 9.42 -1.10 l%+2.30 .06 Sutter, Yolo, Tuba and those portions of Alpine, Linemen! Technicians 12.56 1.10 1%+2.30 .06• 21 Dorado, Nevada, Placer Cable Splicers 13.88 1.10 1%+2.30 .06 and Sierra Counties West Maps and Solano Counties ZO of the Sierra Mountain Linemen 12.07 .68 11+1.10 ,04 Watershed Cable Splicers 13.58 .68 10+1.10 .04 Electricians 14.39 .95 1%;.85 .045 Alameda County A Cable Splicers 15.83 .95 1%+,BS 015 Groandmen 9.68 1.05 11+1.15 .03 %MIs TLnnell Linemen 12.91 1.05 10+1.15 .03 Electricians 14.52 .95 1111+,85 ,045 Line Equipment Operators 11.62 1.05 10+1.15 .03 Cable Splicers 15.97 .95 1%+.BS .045 San Francisco County e Contra Costa County Groundmen 13.25 1.04 1%+.90 .06 ' Electricians 15.20 .70 1%+1.00 Linement Technicians 15.585 1.04 1%+.90 .06 Cable Splicers 16.70 .70 1%+1.00 Cable Splicers 17.53 1.04 1%+.90 .06 Monterey County San Benito, Santa Clara, ` electricians 12.50 .1.10 l%+2.30 .06 and Santa Cruz Counties Cable Splicers 13.81 1.10 11+2.30 .06 Gtwmdmen 1 11.65 .87 11+1.50 '.OS Linemen! Line Equipment Operators 13.70 .87 11+1.50 .05 Cable Splicers 15.41 .81 11+1.50 .OS Plumnbersi steamfitters: ' ' - Del Norte and Humboldt Cos. 11.83 .71 1.12 as ' Sprinkler Fitters: Remaining Counties 15.07 .65 .95 .08 1 ; lasom c C4 0 FEDERAL REGISTER, VOL 42, NO. 112-FRIDAY, !UNE 10, 1977 t 1 ►moo0 t I fi V ■ l00IFICATIONS P. 3 IDOIFICATIORS P. 4 ca c'3 o w, oc i VaCtaloM 00. CA77-5039 Cbnt'd teCISION 110. CA77-5040 1Cont'd1 ,...,. ft4.p lr.dlt*PrTerrit `"' Sesir fri.ae srnrtNr Prrwrata Sete+ k.w1r EIe*aUe. "*WIT Edecetbr left* N i t Peal*.. Vrc.&tra 64/00 . Qrftr H i. Prrtiart Yrtrtir. andJrt AMt.It. Ayr+r.Tr. AM* plaateters Twderet San Bonita, Santa Clara San Francisca and San Mateo and Santa Crus Counties combos 59.01D s0 1$1.20 $1.25 Electricians $13.50 .77 1%+1.50 .05 Cable Spliours 15.53 .77 1%+1.50 .05 San Francisco County electrician* 15.50 1.04 U+.90 .06 06051OM 160. CA77-5040 - Mod. ;1 cable Splicers 17.53 1.04 1%+.90 .06 u FR 21012 - gprit 22. 19771 San ttatuo County Slaseda, Alp1Ds, Electricians 13.73 1.26 3%+1.00 .03 %soder, Celenecas, Contra assts, Fel Plural ret Steaetittsrst { . Fresno, W1 Norte and Nuuboldt cos. 11.83 .71 1.12 .05 Mortar !1 Cont* nstboldt, Maria, Mzriposa, Sgtinsier Fitters: Posaining Counties 15.07 .65 .95 Msroad, Montetey. Map*, .0e Nevada, placer, Cactmento, Add& Sop +%alto, son prencieco. } Ylsaterers Tandares San.7oe4stn* Bao Nitro, . Santa.Clare. sent& Cruz. Solan . San Francisoo and San Natoo Booms, $Uttar. 2bbans. Counties 9.80 .80 1.20 $1.25 2%wlta%e. Volo and tuba Cbnitlee, Calltoznia Z O !l�t lcisott tl M almeds 02tnty to l3aCLrlalsns ;12.91 ;l.os t%+1.15 .03 Cable splicers 1;.52 1.05 2%+2.15 .03 sirdar: #aarsaenta, Sutter, Vol*, Tube end those . & portion* of Maples, t NJ Dorado, Nevada and placer CAaaties West of the Main Sierra Mountain - watershed atsetticime 14.39 .95 1%+.$S .045 cable spllcars 15.63 .95 1%+.65 .045 Cfaate&Costa couety slectriciaas 15.20 .70 10+1.00 • Cable Splicers 16.70 .70 10+1.00 Monterey County siectriolme 12.50 1.10 10+2.30 .06 Cable Splicers 13.01 1.10 [%*2-30 .06 FEDERAL REGISTER, VOL 42, NO. 112--FRIDAY, JUNE 10, 1977 4301FICATfORS P. 3 # ,.:.. • ..,,. . - - I m w p 1 HDDIFICAT1011S P. 3 ` , HODIFICATHAS P. 4 ut UWIS10d Its CA77^5019 Cunt I'll plinga 11-t(itt i'oym.nit DWISI0M N7. CA77-S039 - Kid. 02 Friwpo ftceofitt Psyaeott - built 142 !'a 20992 April 22 1977 llotic -AP ! , 1 a ti f:Jatulian MN'iJ EJ,Icotioo J alaseda, Alpine, Arador, 1lutte Roto% M A 1 P".4.1 vocetioa eodi+r Nets it b SY f'eutiogt Ywotton •nnJ.br Glrveras. COtuaa, Contra Appr,Is. App,.Tr- Costs. Oen molnn. ", El Dorado, Ama.lor, Colts:4. :;act,tmento, Lakr9fe, Glenn, adoca.dt, Kings. Sutter, Yuto, Ywha and Lake, Lassen, wino,, ttaclr, th,,,te 1urltwta of Alpine. Hodw.rM terey,lNa; Mr Neva. Ct lN.rta.fu. NoV404, t'locor Placer Monterey, Naps, ntO,Nevada, .11,1 Si.19La VVIIlAWts 1:cut Placer, I'I, San r.cscloco, ui the Sfetta 11..urtnn Ran bonito, San fTranClaCO, San Clara, San true,, Santa Hatetal,ad ele,:ttIC14144 S 14.39 .95 31,.d5 .045 Sierra, 3lsAiyou, Solanro, Clara, Fanta Cru,, Shasta, CAL1u Splicets 15.03 .9s 3Y,.b5 .045 tons". Stanislaus, Sutter, •tut«nt'it;:Etectticians 14.52 .95 31+.85 .045 counties, Colo and Yuba cohasa, Trinity, dUYCaLle 51,1ice&s 15.97 .95 3Y+.05 .045 - take Tilt"- Alva . counties, California Elect ticians 13.98 .67 31+.77 .0d Chang*# Cuble Splicer:i 15.28L .67 3t+.7t1 Ob butte, Glenn, Lassen, tkl.lue, li001 Norte, Bitoreet. Lake, 'Plumbs, Shdata. Siskiyuu, Nei Norte,Mendocino, Naps, Teba»a and Trinity Counties ftenc, co, son Mateo,Napa, tan Electticians 11.98 .d7 3tt.7d5 .04 Siskiisco, San , S ' GLIB 5plicuts 13.18 d7 34t.705 .04 3lskiyou, Solaro, Sonoma Tuenet: and Trinity Counties ; 11.42 ; 1.50 ; 1.10 ; 1.Ot) .OS Eleccrlciansl cable O Fresno, Rings, Madera. Splicers'.lielpers 12.58 .87 31+.705 .04 �Maelpoanrd Merced Counties 11,55 .95 1.00 0Cable Splicer:: 13.84 .87 311+.705 .04 Catavtras and San .lea uin Co Fresno, Rings, !ladsKa and t l m Tulare counties. 10.35 .80 1.40 ` Elects ictarts;Tccl.1ticiasts 12.15 .92 3%+1.25 .01 in llectelclanst Cattle splicers 13.67 .92 34.1.25 .OL Contra Custa Cuunty Alameda county + Electricians 15.20 .70 3%+1.00 lllectriclana 12.91 1.05 3N1.15 .03 Cable Splicers 16.70, .70 34+1.00 Cable splicets . 14.52 1.05 34+1.15 .03 Oen torte And Ilumbaldt Cos. s Electricians 11.25 .80 35+1.05 .04 Cabie Splicers 12.15 .00 3%+1.85 .04 r Pcesno,'Kinys. Madera and Tularu Counties Electricians 12.91 .75 3%t.95 .05 Cable Splicecs 14.20 .75 3ttt,95, .05 t "r r,4) ' t FEDERAL REGISTER, VOL. 42. NO. 131-tsiilAY, JULY s. Its» ' t - « YSYi�tHl ��•w'��•M1'1fYllt}.1MVr Y. r. 1 5w MOOIFICATIORS P. 5 21ip0IFICAT1011S P. 6 .. ~.. ht:GlSt0t1 N0. C477-5039 DECISION N0. CA77-5039 iront'dl PrMge$ewt'fiea Pere.taM 1 Be,ie Frintu$tweti7s Pq.wewN 1 dealt Hta.,r Educatiew Htudr Ed.reetiow Ra1t•s H 4.M Peasltnt Yetatland/sr Rett* H R M Ptaslewa Yecotlea tad/ar aa A Appr.Te. pp%.To. t Fresno, Kings, ttidera and `tIlare C.,nntiec Lake, Marin, Mendocino'and arc•urwI%'n $ 12.0 .75 314.9$ • .05 Sonoma Counties Lfn-m^n: Line 1}luil.mnnt Electricians ' $ 12.65 .81 3%+.3002 i'wfAtors 22.91 .75 31#.9$ OS Cable 5p2Jeera 33.93 .81 314.30 .02 t•al.ie Spiir•nra 14,20 .75 11+.95 .05 Marlpaaa, lldreed, Stan(alaup W)Ilterey County and Tuolumne Counties Groun'Im^rl 9.42 1.10 3142.30 .06 Electricians 9.83 .62 31 is Llnwmenr Tochniclans 17.56 1.10 31+2.30 .06 Cable Splicers 10.61 .62 31 it Cable Spliceru 13.00 1.10 3%o2.30 .06 Monterey County Napa and Solana Counties - Electricians 12.50 1.10 3142.30 .06 Linemen 12.07 .68 3%+1.10 .04 Cable Splicers 13.81 1.10 3%+2.30 1,06 Cable Splicers 13.58 .68 3141:10 .04 Napa and Solana Counties Alam--da County Electricians 12.07 ,68 3%+.85 ,04 Gcnundmen 9,68 1.05 3%+1.15 .03 Cable Splicers 13.58 .60 3%+.85 ,01 Linemen 12.91 1,05 3%+1•I5 .03 San Benito. Santa Clara and Line Equipment Operators 11.62 1,05 3%+1.15 { .03 Santa Cruz Counties Ntimlxtldt County Electricians 13.60 .77 31+1.50 ,05 Grounamen 9.00 .80 31+1.85 .04 Cable Splicers 15.53 .77 31+1.50OS Linemen 11.25 ,80 3%+1.85 .04 San Francisco county Cable Splicers 12.15 .80 31+1.85 .04 Z Electricians 15.585 1.04 3t+.90 .06 San Francisco County Q Cable Splicers 17.53 1.01 ,3 +,90 f06 Groundm4 n 13,25 1.04 3t+.90 .06 0. San Mateo County Linemen; Technicians 15.58 1.04 3t+.90 .06 Electricians 11.77 .82 3%+.50 ,03 Cable SOL cars 17.53 1.04 314.90 .06 rn Lathers: ran Senito, Santa Clara, Calaveras and San Joaquin and Santa Cruz Counties Counties 11.30 .68 .55 ,01 Graundatan 11.65 .87 3%+1.50 .05 Line Construction: Linemen; kine &luipment Contra Costa County operators 13.70 ,87 3%x1.50 .05 Gcoundmen 11.40 .70 30+1.00 Cable Splicers 15.41 .87 3%+1.50 .405 Line Equipment Operators 13,68 .70 34+1.00 Plasterers: Linemen 15.20 .70 31+1.00 Del Norte, Husboi.it, Lassen Cable Splicera' 16,70 .70 3%+1.00 (Nttrthw•estern hall), M,irinI 11ot10c. Napa. Shasta. Siskiyou, Solana, Sonoma, + Tehama and Trinity Cotintle% 10.25 198 .50 1 1.25 .111 i T. �atlel Ui Ut FEDERAL REGISTER, VOL. 42, NO. 131-FRIDAY, JULY S. 1977 L`s t .; MODIFICATIONS P. 7 HODIFICATIONS P. 0 Ur UNC IQOM IID.-G77-S039 Cont'd DECISIDN NO. CA77-5039 Cont'd F.Ise.!•,fits Psyiw.nb 114.1cFdne.B.ndl,.Pay-Is 4slc N.wit EiucNi.w N..dy Ed.co, R01.2 N i• P.a.l.ws Wc.rl.e .6.4/01 Rats N b W P.nsion. V.colion ."d/as Apps.To. APPr.Tr. soft Floor Layers$ laborers (Gunnite)r Group 1 S 9.235 1 1.25 $ 1.70 S 1.10 .10 Alpinist Medoc, tutee, Group 2 6.645 1.25 1.70 1.10 .10 Calaolo, G nn,ColLe, it Group 3 0.525 1.25 1.70 1.10 .10 s lesclu, Glenn, y Lake Tunnel and Shaft works (escluding Monty lake luta), Necced least of Group 1 30.365 1.25 1.70 1.10 .10 Son Joaquin R1varl.Pluisa, Group 2 10.035 1.25 1.70 1.10 .10 San Joaquin, Shasta, ' Group 3 9.45S 1.25 1.70 1.10 .10 Sacramento, Stanlslaus, + Group 4 9.735 1.25 1.70 6 1.10 .30 Wrecking works Sutter, Tehama, Trinity, Gcoup 1 0.775 1.25 1.70 1.10 .10 Tuolumne, Volo and Tuba Counties and those portions Group 2 0. 25 1.25 1.70 1.10 .10 Group 3 B.525 1.25 1.70 I.LO 0 of at Coraco, Nevada, Placer and Slecca Counties (excluding Lake Tabor Areal S 10.73 .64 $ 1.30 S 1.00 .10 terrazzo Workecas Alameda, Contra Costs, Dal lbcte, Numboldt,•oke, Mac/a, Mendoclno, Yap&, tam Ftenclem. San Mateo, Z tiskilm, Solana, Sonoma aM Trinity Counties 11.42 1.50 1.10 1.00 The Setters CIS Fresno. Rings, Madera, N Mariposa, harmed and ?Mice counties 10.35 1.00 .SO Monterey and Santa Cru: Comatiee 1 13.41 1.09 1.10 laboreran Group 1 t.77 1.25 1.70 1.10 .10 Group 1(4) ' f.0a 1.25 1.70 1.10 .10 Group 1(b) f.27 1.25 1.70 1.10 .10 Group lie) 0,02 1.25 1.70 1.10 .10 Group 1(d) 0.72 1.25 1.70 1.10 .10 Group 1(t) f,32 1.25 1.70 1.10 .10 , Group 1(f, ': 0.97 1.25 1.70 1.10 .10 Group 2 1 6.62 1.25 1.70 1.10 .10 Group 3 1 6.52 1.25 1.70 1.10 .10 1 FEDERAL REGISTER, VOL 47, NO. 131-FRIDAY. JULY t, 1977 :• ..,S„pyyp,.wpw.�fJrW1a..:.a•r...._ . ... .. - c.. • 1`10DIFICATIONS P. 9 1100IFICATIONS P. 10 1 DECISION NO. CA77-5040 Cont'd ' Baric Fdwy 11-011.Para..$. Basic Fringe Benefit*Payments• i DECISION N0. CA77-5040 - Mod. 12 "*.fly Edecellen NearlyEdecatlew (42 FR 21012 - April 22, 1977) R.I.. H i R P-0... Y•re$t•• •l!/•, Rat•s H A M P•arbn• Yacallew a"4/or Alameda, Alpine, Amador, AVN•To. - lino•To. Calaveras. Contra Costa. Dal Norte, E1 Dorado, Fresno, Electricians 14 stories)$ Humboldt, Karin, Marlposa, ( Electricians S 11.96 .87 3\+.705 .04 Merced, Monterey, Napa, Cable Splicers 13.111 .87 3%+.705 ,04 Nevada, Placer, Sacramento, Calaveras and San Joaquin Cos I San Benito, San Francisco, Electricians 12,15 .92 3%+1.25 .01 San Joaquin, San Hateo, Cable Splicers 13.67 .92 311+1.25 .01 Santa Clara, Santa Cruz, Contra Costa County 1 1 Solano, Sonoma, Sutter, Electricians 15.20 .70 31+1.00 s Tehama, Tuolumne, Yolo and Cable Splicers 16.70 .70 31+1.00 Yuba Counties, California I be Norte and Humboldt Cos. Electricians 11.25 .80 31+1.6S .04 Chan e: Cable Spllcerd 12.15 .80 3% 1.85 104 Bricklayerel Stonemasonez Karin and Sona counties Del Norte, Humboldt, Karin, Electricians 12.65 .81 31+.30 .02 Napa, San Francisco, San ., Cable Splicers 13.91 .111 3\+.30 .02 Mateo, Solano and Sonoma - Monterey County Counties $ 11.42 8 1.50 $ 1.10 S 1.00 .05. Electricians 12.50 1.10 3%+2.30 .00 Preeno, Mounties and Cable Splicers 13.61 1.10 31+2.30 .06 1 Merced Counties 11.55 fS 1.00 Napa and Solano Counties Brick Tenderer Electricians 1?.07 .68 31+.85 .04 Fresno County 10.35 .110 1.40 Cable Splicers 13.56 .66 3%+.85 .04 Electrlclanss 1 San Benito, Santa Clara and ` Alameda County Santa Cruz Counties Electricians 12.11 1.05 31+1.15 •03 Electricians 13.80 ,77 3\+1.50 .OS j M Cable Splicers 14.52 1.05 31+1.15 .03 Cable Splicers 15.53 .77 31+1.50 .05 Amador, Sacramento, Sutter, San Francisco County ' Yolo, Yuba and those portiors Electricians 15.585 1.04 31+.90 .06 of Alpine, EI Dorado, Nevada Cable Splicers 17.53 1.04 31+,90 .06 and Placer Counties Nest of Lathers the Hain Sierra Mountain Calaveras and San Joaquin I Watershed Counties 11.30 .66 .55 .01 Electricians • 14.39 .!5 31+.85 .045 plasterers Cable Splicers 15.83 .95 3\+.85 .045 Del Norte. Humboldt, Morin. Lake Tahoe Area Napa, Solano, Sonoma and Electricians 13.96 .67 3%+.77 .08 Tehama Counties 10.25 .98 .SO 1.2S .01 Cable Splicers 15.26 .67 3%+.77 .08 Tehama County ` Electricians '(Family residences, limited to 3 stories) 0.18 1.12 3%+.53 .04 I t • t r-• C �", FEDERAL REGISTER, VOL. 42, NO. 131-FRIDAY, JULY 1, 1977 � r E ' IIODIFICATI011S P. 11 MODIFICATIONS P. 12 Qn cit i-+ rn IBION NO. G77-5040 Coned Fdq•B•n•tins Payw•ds Re wH R 1t F••►hoer_ Berle Fd•4�8•ndits Poysenis Ha .. orl X11• _ EdrraU•a No•rt Edvc•ii•n s varaii•a andtat f APPt.Tr. Rates H R M Psnd•ns vocatluP and/•i APP+•Tt• Soft ;lour Layers& Decision 4 FL77-1065 - Nod. i 3 Alpins, Amador, Calaverast (42 FR-24575 - may 13, 1977) r Marcell (East of the San Steward a VolusiaACapx Kennedy Joaquin River),San Joaquin, Kennedy Space Flight Center and Saccamento, Sutter, Tehama, Patrick Air Furce ease only and Tuolumne, Yolo and Yuba including Malabar Radar Site), t Counttesl and those por- Florida, Lion*of R1 Dorado, Nevada and Placer Counties tax- Cltlnyt•t eluding lake Tahoe Area) $ 10.73 .84 S 1.30 3 1.00 .10 ►Y.nh. t i in June 1. 1977 Federal Terrasso workers$ heyikwtat )n+bltoation to Hord. 4 Alameda, Contra Costa, i Del loots, Numboldt, Marin, 0M.'01111 AR-1,038 - Mod.#6i Naps. San lcanctaco, Sart 39 YR 3iy )i - September 27, 197 Natao, Solan and Sonoma Statewide, Georgia Counties 11.42 1.50 1.10 1.00 Tile'Setterat ' hsano. Maripgs l and Charm: moved Countieo 10.35 1.00 .50 DMCRTWION OF HOPK to read: Ikontatsy, and Santa Crus 1 Counties ,. 13.41 1.09 ' 1.18 Highway Construction (does not Rsborerst include airport runways and Z Group 1 8.775 1.25 1.70 1.10 -IO taxiways; bridges over naviga- Grasp 1(a) 9.00 1.25 1.70 1.10 .10 ble waters) tunnels; rest area Group lib) 9.275 1.25 1.70 1.10 .10 which Include building struc- Group 1(c) 8.825 1.25 1.70 1.10 .10 tures; railroad construction; M Group ltd) 8.725 1.25 1.70 1.10 .10 and paving asuociated with LA Group 1(0 9.325 2.25 1.70 1.10 .10 building construction). Gc9uup 1(t) 8.975 1.25 1.70 1.10 .10 Group 2 8.625 1.25 1.70 1.10 .10 • Group 3 8.525 1.25 1.70 1.10 .10 laborers (Guttnlto)i ! DECISION NI077-5045 - had. #4 Group 1 9.235 1.25 1.70 1.10 .10 (42 FR 24577 - May 13, 1977) Group 2 8.645 1.25 1.70 1.10 .10 Statewtde Idaho Group 3 8.525 1.25 1.70 1.10 .10 t Chanxer Tronuorkerst Remaining Cgunttes and those portions of Adams, Idaho, 4 Valley, Washington Counties located south of the Wetter Cibbousville Line $10.69 .65 $1.15 .02 • .•r J FEDERAL REGISTER, VOL. 42, NO. 131--FRIDAY, JULY 1, 1977 Y• } ` tK)Ui)ttl.itirltl P. 13 iEDE1f Al REt31STE R. VOt. 42. NO. 141-FRIDAY, JULY 22. 1977 rR7t/1riCA710rr5 P. 7 11001FICATILHIS P. 8 „ :IIECISION NU. CA77-519- Nod. 03 DECISION NO. CA77-5039 (Cont'd)_ (42 FR 20991 - April 22, 1977) Fri.se Bewelift P-rw.eeHF0.9• -nAifs Pape-ols ='Alameda, Alpine, Amador, Motto, Basic Basle B Calava[as, Culusa, Contra 14-fir E�•c•ti•w H••rir Edwc•ri•a Cola, Del Norte, El Iklrado. Rtes H L 1f P•osl•o+ Yecallew •wd/er Ra•+ H b N P-wslew► V•c•liea' owl/�r Fresno, Clcnn, 111seboldt. Kings.'T' Aq. Tr Lake, Lassen, Madera, Marin, . Ilariposa, Mendocino, Merced, Lathers: Hodoc, Houlerey, N,tpn, Nevada, San Bvnito and Santa Clara i Placer, 111u,41.8. Socrn-;auto, Counties S 12.69 $ .98 S 1.75 Son Melillo, San Fsancl w o, San rlsmboral Stoomfitterst Joaquin, S•u Ilatea. :8111:4 Amodut (Nurthorn half of Clara, Santa Cruz, Shasta, County). Sacramento, Yale. Sierra, Siskiyou, Solano, El Dorado, Nevada. Placer. Sonoma. Stanislaus, Sutter, and Sierra Counties (ea- Teb3ma, Trinity, Tulare. eluding Lake Tahoe Area) 13.84 1.32 1.81 .14 Tuolumne, Yale and Tuba Sheet Metal Workerst Counties, California Arm dor, Butte, Colusa, " El Dorado, Glenn, Lassen, Chantes Nevada, Placer, Plume, ' Corprnteret Sacramento, Shasta, Sierra, carpenters $ 11.65 $ 1.22 $ 1.71 .85 .06 Sutter, Tehama. Yolo and hardwood Floor Layers; Power Yuba Counties 11.68 .73 1.65 r.11 Sew Operstore{ Sew Fllersl , Shinglersl Steel Scaffold Add: ` Erectors and/or Steal Shor- Line Constructions Ing Erectors 11.80 1.22 1.71 .85 .06 Lakes Navin. Mendocino and ' Z H111wrights 12.15 1.22 1.71 .65 .06 Sonoma Counties O Electricienas Groundsman 9.89 1.11 3x+ .80 .02 -4 Lake, Marin, Mendocino and Lino Equlpm.nt Operators 11.12 1.11 31+ .80 .02 A Sonoma Counties Linemen 12.35 1.11 3Z+ .80 .02 nt Electricians 12.35 1.11 3L+ .30 .02 Cable Splicers 13.61 1.11 3%+ .80 .02 to Cable Splicers 13.61 1.11 3x+ .30 .02 Butte. Glenn, Lassen, Modoc, Plumes, Shasta, Siskiyou, Tehama and Trinity Counties Electricians 12.24 1.1Z 3R+ .70 .04 Cabie Splicers 13.46 1.12 3Z+ .70 .04 Tunnelt Electricians; Cable Splicer! 1 , Helpers 12.85 1.12 3%+ .70 .04 Cable Splicers 14.14 1.12 3%+ .70 .04 W cz FEDERAL REGISTER, VOL. 42, NO. 141-FRIDAY, JULY 22, 1977 co - I10U1FICATIONS P. 9 11001FICATI00S P. 10 C4 DECISION NO. CA77-5040 - Mod. /3 42 FR 21012 - April 22, 1977) Fel■ge Benohts Payments DECISION NO. U76-2173 - Mod, 02 Fringe Donofits Payments Alsareda. Alpine, Amador, Basic 41 FR 56581 - December 28. L97() Basic Calaveras. Contra Costa, Del M.-Ir Ed+c.rie. Hartford Middlesex New llaven Haarly Educ.6.n Marts. 11 Dorado, Fresno. Rates M L K Passions Yoc.tlon and/or New London and Tolland Rotas M S M Pension$ vocation and/.r 111"N"ldC Karin. Hariosa Appr.Tr. Appr.Tr. P s Counties, Conneeticut Merced, Monterey, Napa, Nevada 1 ; Placer. Sapra.aentos San Benito CHANGE: � Sao Francisco. San Joaquin, - Son Mateo, Santa Clara, Santa ELECTRICIANS: Crus, Solana. Sonoma. Sutter, Middlesex County$ Tehsma. Tualtsmu, Yolo and Canterbrouk, Chester, Clint Yuba Counties. California t _ Cobalt, Deep River. Durham. Chs !.. hampton, kssax. Haddam. neat -Catpentaral IIIgR.num, ivorytou, Middle Carpenters j 11.65 1.22 1.71 .85 .06 Haddam. Moodus, Old S.ybroo , Aardwood Floor Layeral Powe Nockfall and Westbrook 510.',16 1.20 1% +.40 Saw Operators= Saw Filers; 11ew Haven County; Shinglersl Steel Scaffold Ansonia, Branford, Cheshire, [rectors and/or Steel Shoc Derby, Guilford, Madison, Ing Erectors 11.80 1.22 1.71 .65 .06 Meriden, New Haven, Millwrights 12.15 1.22 1.71 .85 .06 N. Branford, N. Haven, Llsetrfefanss Northford, Orange, South Karin and Sonoau Counties Brttain and Wallingford 10.36 1.20 1X+.40 Electricians 12.35 1.11 3X+ .30 .02 Tehama Splicers 1 13.61 1.11 3%+ .30 .02 - NLw London County: tyr Old Lyme and Waterford 10.36 1.20 1X+.40 i 20 Electricians (4 stories); Electricians 1 12.24 1.12 3X+ .70 .04 1 Cabin-Splic}ra 13.46 1,12 3X+ .70• .04 -4 4tAeral r Sea Benlio rad Santa Clara Counties r' 12.69 .90 1.75 FlumBerat Steamfitterss ' Meador (Northern half of County). Sacramento. VOID. Eldorado, Nevada and Placer Counties (excluding Lake Taboo Area) 13.84 .1.32 1.81 .14 Sheat Metal Workers$ Amador, El Dorado. Nevada, Placer, Sacramento,'Sutter, Tehama, Yolo and Yuba Counties 11.68 .73 1.65 .11 FEDERAL REGISTER. VOL. 42, NO. 111-FRIDAY. JULY 22, 1977 � l��YVb"W1kM.:YINr"1' IwulPlcnTions P. 12 nttlFIrATIOHS P. 11 M01FICATIONS P. I 6DOIFICATIOIIS P. 2 + cs Sack Fr1a4e BeaeNr►Psyn.a►s OCCISIoN N0. c&77-5039 - Mod dt 4 Fdap . Bes.ht.Parmata Mewir EJ.cadee (42 FR 20991 - April 22, 1977) Basic ia Retes M A r P.60401, Y.n11sa eaJ/er Alameda. Al tne. hmador, Butte M"aria Edacaf Appt To. P • r Ras M JL M P.a.l.w. Vacation end/.r1 Bactsfon } AL77-1040 - Ilod. 1 ] C"►avuras. Colusa. Contra Appr.Tr. (42 pR-17752 - April 1, 1977) Costa, Del Norte, £l Dorado, VAdfana County# Alabama 1'resao. Clens, humboldt. Ktnta, take, Lassen. Madara. Marin, Chang.t Macipo►e,Mdnducino. Merced. Rlactrlcl&na. Llna�sa 10.05 .40 34*.30 .03 MudoC. Maoterrey.Nape, Ncvada, Placer, Plum"s. Sacramento. San Benito, San Francisco, San 1 Jua.luln San Mateo, Santa Clara. on Decisi1 AL77-1075 - nod. I 1 Santa Ctua. Shasta. Specs. Sisklyuu. Solaro. Sdnu.as, tit VR-26756 - Juga 3. 1977} Stentslaus. Sutter. Tehama. Shelby, Talladega# taint Walker Trinity. Tulare, TUoluauw. Shelby, Talladega and Ma2lcsc • Counties, Alabama. Yolo, ■od Yuba Cauntias. California C6aaeat . Insulation applicators 3'15 Chau ea (taborets: Laboden 3.33 Electricians painters. brush 4.50 San Mateo County $13.73 • 1.16 3X+ 1.00 .03 Z O OCCISIOs1 1AIt77-5052 - Ied, 13 ' -•4 (42 YR 26115- Nay 20, 1977) statewide, Alaska Mto Change wgteraa Ata& 1: $15.60 1.40 2.20 .05 Aress'II and II1 15.30 1.40 2.20 .05 • 1 arra^ ' Vr•# FEDERAL REGI5TER. VOL. 42. NO. 146—FRIDAY. JULY 29, 1977 MODIFICATIONS P. 4 ' HNIFICATIONS ►. 3 DIVISION G . - GENERAL CONDITIONS SECTION 1. CONTRACT AND CONTRACT DOCUMENTS The Plans,Specifications and Addenda.hereinafter enumerated in paragraph I of the Supplemental General Conditions, shall. form part of the contract, and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth.The table of contents, titles,headings, running headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the contract documents and in no way affect. limit,or cast light on the interpretation of the provisions to which they refer. SECTION 2. DEFINITIONS The following terms as used in these General Conditions are respectively defined as follows: a. "Contractor":A person,firm or corporation with whom this Contract is made by the Owner.(The Owner isreferred to by EDA.in other documents,as the Grantee/Borrower). b. "Subcontractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for,and under separate contract or agreement with,the Contractor. c. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. d. "Apprentice": (1) A person employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Bureau of Apprenticeship and Training,or with a State apprenticeship agency recognized by the Bureau:or(2)a person in his first 90 days of probationary employment as an apprentice in such an apprenticeship program.who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. e. "Trainee": A person receiving on-the-job training in a construction occupation under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. SECTION 3. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the contract documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. The Contractor and the Architect/Engineer will prepare jointly (a) a schedule, fixing 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 fixing the respective dates for the submission of shop drawings,the beginning of manufacture testing and installation of materials,supplies and equipment,and the completion of the various parts of the work;each such schedule to be subject to change from time to time in accordance with the progress of the work. 00180 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 specifically stated in the contract documents, the Contractor shall provide and pay for all materials. labor, tools. equipment, water, light, power, transportation.superintendence, temporary construction of every nature. and all other services and facilities of every nature whatsoever necessary to execute, complete,and deliver the work within the specified time. Any work necessary to be performed alter regular hours, on Sundays or Legal Holidays. shall be performed without additional expense to the Owner. SECTION 6. CONTRACTOR'S TITLE TO MATERIAL No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. SECTION 7. INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards.The laboratory or inspection agency shall be selected by the Owner.The Owner will pay for all laboratory inspection service direct,and not as a part of the contract. Materials of construction, particularly those upon which the strength and durability of the structure may depend,shall be subject to inspection and testing to establish conformance with specifications and suitability for users intended. SECTION 8. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, tradenames, 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 otherwises*ifically stipulated in thecontract documents. G-2 00181 License or Royalty Fee: License and/or Royalty Fees for the use of a process whica is authorized by the Owner of the project must be reasonable.and paid to the holder of the patent.or his authorized licensee,direct by the Owner and not USE— by or through the Contractor. If the Contractor uses any design.device or materials covered by letters. patent or copyright.he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material, It is mutually agreed and understood that,without exception,the contract prices shall include all royalties or costs arising from the use of such design.device or materials,in any way involved in the work.The Contractor and/or his Sureties 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.device or materials or any trademark or copyright in connection with work agreed to be performed under this contract,and shall indemnify the Owner for any cost,expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. SECTION lO. SURVEYS AND REGULATIONS Unless otherwise expressly provided for in this contract,the Owner will furnish to the Contractor all surveys necessary for the execution of the work.'. The Contractor shall comply with all laws, ordinances. rules, orders, and regulations relating to the performance of the work,the protection of adjacent property.anti the maintenance of passageways,guard fences or other protective facilities. SECTION 11. CONTRACTOR'S OBLIGATIONS The Contractor shall and will. in good workmanlike manner. do and perform all work and furnish all supplies and materials, machinery, equipment. facilities and means. except as herein otherwise expressly specified. necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract and any and all supplemental plans and drawings, and in accordance with the directions of the Architect/ Engineer as given from time to time during the progress of the work. He shall furnish.erect,maintain and remove such construction plant and such temporary works as may be required, The Contractor shall observe, comply with, and be subject to all terms.conditions,requirements. and limitations of the contract and specifications. and shall do,carry on, ' and complete the entire work to satisfaction of the Architect/Engineer and the Owner. SECTION 12. WEATHER CONDITIONS In the event of temporary suspension of work, or during inclement weather. or whenever the Architect/Engineer shall direct, the Contractor will. and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. if, in the opinion of the Architect/Engineer. any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his work,such materials shall be removed and replaced at the expense of the Contractor. SECTION 13, PROTECTION OF WORKAND PROPERTY'-EMERGENCY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this contract. He shall at all times safely guard and protect his own work.and that of adjacent property,from damage.The Contractor shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the contract or by the Owner.or his duly authorized representative. In case of an emergency which threatens loss or injury of property and/or safety of life,the Contractor will be allowed to act, without previous instructions from the Architect/.Engineer, in a diligent manner. He shall notify the Architect/ Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Architect/Engineer for approval. 00182 Where the Contractor has not taken action but has notificd the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/ Engineer. The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in paragraph 17 of the General Conditions. �- SECTION 14. INSPECTION The authorized representatives and agents of the Economic Development Administration shall be permitted to.inspect all work,materials,payrolls,records of personnel,invoices of materials,and other relevant data and records. SECTION 15. REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs, progress scheduJes, payrolls,reports. 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 a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Architect/ Engineer, SECTION 17. CHANGES 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: t (1) Labor.including foremen; (2) Materials entering permanently into the work: (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance: (6) Social Security and old age and unemployment contributions. To the cost under 17c,there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent(15%)of the estimated cost of the work.The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. MIST. 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 obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal.and no 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 is hereby understood and mutually agreed, by and between the Contractor and Owner,that the date of beginning and the time for completion as specified in the contract of work to be done hereunder are ESSENTIAL CONDITIONS of this contract: and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly. diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same,taking into considerati?n the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner,then the Contractor does hereby agree,as a part consideration for the awarding of this contract.to pay to the Owner the amount specified in the contract,not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. awe The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticabilit) and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. W It is further agreed that time is of the essence of each and every portion of this contract and of the specification wherein a definite and certain length of time is fixed for the performance of any act whatsoever,and where under the contract an additional time is allowed for the completion of any work. the new time limit fixed by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner. Provided further. that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: a. To any preference,priority or allocation order duly issued by the Government: b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor. including but not restricted to,acts of God,or of the public enemy,acts of the Owner,acts of another Contractor in the performance of a contract with the Owner. fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather:and c. To any delays of subcontractors or suppliers occasioned by any of►the causes specified in subsections a and b of this article: Provided further,that the Contractor shall, within ten(10)days from the beginning of such delay,unless the Owner shall grant a further period of time prior to the date of final settlement of the contract,notify the Owner,in writing,of the cause of delay,who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. G-5 0018 SECTION 20. CORRECTION OF WORK Ali work, all materials, whether incorporated in the work or not, all processes of manufacture, and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work,materials,processes of manufacture,and methods of construction for the purposes for which the.are used.Should they fail to meet his approval they shall be forthwith reconstructed,made good, replaced and/or corrected,as thecase may be,by the Contractor at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer. it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the contract documents. the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Architect/Engineer shall be equitable. SECTION 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed.The Architect/Engineer will thereupon promptly investigate the conditions,and if he finds that they materially differ from those shown on the Plans or i9dicated in the Specifications,he will at once make such changes in the Plans and/or Specifications as he may find necessary,and any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in paragraph 17 of the General Conditions. SECTION 22. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Architect/Engineer approved by the Owner, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph 17(c) of the General Conditions, the Contractor shall furnish satisfactory bills. payrolls, and vouchers covering all items of cost and.when requested by the Owner,give the Owner access to accounts relating thereto. SECTION 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor,or by any of his subcontractors,the Owner may serve written 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 Owncr shall immediately serve notice thereof upon the Surety and the Contractor,and the Surety shall have the right to take over and perform the contract, Provided, however, that if the Surety does not commence performance thereof within ten(10)days from the date of the mailing to such Surety of notice of termination,the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor.and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work,such materials,appliances,and plant as may be on the site of the work and necessary therefor. SECTION 24. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner,showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in t accordance with the progress schedule. The Contractor shall furbish 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 a basis for additions to or deductions from the contract price, SECTION 25. PAYMENT TO CONTRACTOR Each calendar month,the Owner shall make 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 (10%a)of the 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 contract. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of the lawful demands of subcontractors,laborers,workmen,mechanics.materialmen,and furnishers of machinery and parts thereof, equipment, power tools,and all supplies, including commissary, incurred in the furtherance of the performance of this contract, The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nuture hereinabove designated have to be paid, discharged, or waived. If the Contractor fails to do so, then the Owner may, after having served written notice on.the said Contractor,either pay unpaid bills,of which the Owner has written notice, direct,or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor or his Surety. B 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 Contretor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work.No payment,however,final or otherwise,shall operate to release the Contractor or his Sureties from any obligation under this contract or the Performance and Payment Bond. SECTION 27. PAYMENTS BY CONTRACTOR The Contractor shall pay(a)for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered,(b)for all materials,tools,and other expendable equipment to the extent of 90%of the cost thereof,not later than the 20th day of the calendar month following that in which such materials,tools. and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools,and equipment are incorporated or used, and(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. -, 001 , 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 Compensation Insurance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Con- tractor's Workmen's Compensation Insurance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute,the Contractor shall pro- vide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as arc 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. Contractor's Property Damage Insurance and Vehicle Liability Insurance int the amounts specified in the Supplemental General Conditions. c. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability 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 b hereof, or,(2)insure the activities of his subcontractors in his policy.specified in subparagraph b hereof. d. Scope of Insurance and Special Hazards.The insurance required under subparagraphs b and c hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly'or Un 'indirectly employed by him and. also against any of the special hazards which may be encountered in the performance of this contract as enumerated in the Supplemental General Conditions. e. Builder's Risk Insurance(Fire and Extended Coverage).The Contractor shall procure and shall maintain during the life of this contract Builder's Risk Insurance (Fire and Extended Coverage) on a 100 percent (100%) completed value basis on the insurable portion of the project.The Owner,the Contractor,and subcontractors(as their interests may appear)shall be named as the Insured. C. Proof of Carriage of 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 certificates shall also contain substantially the following statements: "The insurance covered by this certificate will not be cancelled or materially altered,except after Thirty (30) days written Aotice has been received by the Owner." c� SECTION 29. CONTRACT SECURITY The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent (100'0)of the contract price or in a penal sum not less than that prescribed by State,territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Performance bond and the Payment bond may be in one or in separate instruments in accordance with local law. Before final acceptance, each bond must be approved by the Economic Development Administration. i 1 t 1�1�sn� G-$ � SECTION 30. 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 Performance and/or Payment Bonds, the Contractor shall within rive(5)days after notice from the Owner to do so, substitute an acceptable bond(or bonds) in such form and sum and signed by such other Surety or Sureties as maybe satisfactory to the Owner.The premiums on such bond shall be paid by the 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 part of this contract or any moneys due or to become due hereunder without written consent of the Owner.In case the Contractor assigns all or any part of any moneys-due or to become due under this contract,the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the " right of the assignee in and to any moneys due or to become due to the Contractor shall be subject to prior claims of all persons,firms and corporations for services rendered or materials supplied for the performance of the work called for in this contract. SECTION 32. MUTUAL RESPONSIBILITY OF CONTRACTORS i f, through acts of neglect on the part 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 so settle. I f 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. s* SECTION 33. SEPARATE CONTRACTS The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor, including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall 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 of his subcontractors,and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. 'The Contractor 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 exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. r g 00188 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 Arrchitect/Engineer shall 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 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 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 same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this contract and other Contractors performing work for the Owner shall be adjusted and determined by the Architect/Engineer. SECTION 36. STATED ALLOWANCES The Contractor shall include in his proposal the cash allowances stated in the Supplemental General Conditions. The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the lowest and best bid of at least three competitive bids. if the actual price for purchasing the "Allowed Materials" is more or less than the "Cash Allowance."the contract price shall be adjusted accordingly,The adjustment in contract price shall be made on the basis of the purchase price without additional charges for overhead, profit, insurance or any other incidental expenses. The cost of installation of the "Allowed Materials"shall be included in the applicable sections of the contract Specifications covering this work. SECTION 37. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion 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 part thereof only such loads as are 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 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; f. To effect all cutting,fitting or patching of his work required to make the same to conform to the plans and specifica- tions and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other Contractor. } G— 3 0,. 001O.,J SECTION 3$, 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, except as herein otherwise specifically limited. to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract,and such increase or diminution shall in no way vitiate this contract. nor shall any such increase or diminution give cause for claims or liability for damages. SECTION 39. LPOND AND RIGHTS—OF—WAY Prior to the start of construction, the Owner shall obtain all land rights-of-way necessary for the carrying out and completion of work to be performed under this contract. SECTION 40. GENERAL GUARANTY Neither the final certificate of payment nor any provision in the contract documents nor partial or entire occupancy of the premises by the Owner shall constitute an acceptance of work not done in accordance with the contract documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty,materials or work- manship.The Contractor shall remedy any defects in the work and 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 z: Any provision in any of the contract documents which may be in conflict or inconsistent with any of the paragraphs in these General Conditions shall be void to the extent of such conflict or inconsistency. SECTION 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed,when said notice is posted, by certified or registered mail.to the said Con- tractor at his last given address,or delivered in person to said Contractor or his authorized representative on the work, SECTION 43. REQUIRED PROVISIONS 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 and enforced as though it were included herein. and if through mistake or other- wise any such provision is not inserted,or is not correctly inserted.then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. SECTION 44. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION in order to protect the lives and health of his employees under the contract.the Contractor shall comply with all perti- nent provisions of the Contract Work Hours and Safety Standards Act,as amended.commonly known as the Construc- tion onstruetion Safety Act as pertains to health and safety standards. and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety,efficiency,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. B SECTION 45. MINIMUM WAGES All mechanics and laborers employed or working upon 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, will be paid uncondi. tionally and not less often than once a week. and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)). the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and mechanics;and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause,contributions made or costs reasonably anticipated under section I (b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of 29 CFR 5.5(a)(1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under pians, funds,or programs. but covering the particular weekly period.are deemed to be constructively made or incurred during such weekly period. The Owner shall require that any class of laborers or mechanics, including apprentices and trainees,which is not listed in the wage determination and which is to he employed under the contract.shal4he classified or reclassified conformably to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. in the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the question accompanied by the rec- ommendation of the contracting officer shall be referred to the Secretary for final determination. The Owner shall require whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contract is obligated to pay a cash equiv- alent of such a fringe benefit. an hourly cash equivalent thereof to be established. in the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Owner,shall be referred to the Secretary of Labor for determination. If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any 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 Labor which is a part of this contract; provided, however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. The Contractor agrees to comply with Executive Order 11588.issued March 29, 1971.and any other Executive Order, statute,or regulation regarding the stabilization of wages and prices in the construction industry. SECTION 46. WITHHOLDING OF PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the even, of failure to pay any laborer or mechanic,including any apprentice or trainee employed or working on the site of the work or under the United 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 may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. G-17 k 00191 SECTION 47. PAYROLLS AND EASIC RECORDS Pay roils 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 described 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 has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in section 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 or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor will 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 party,the Contractor will submit the payrolls to the applicant. sponsor,or Owner,as the case may be. for transmission to the Economic Development Administration.The copy shall 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 those determined by the Secretary of Labor and that the classi- fications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor(29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5(a)(1)(iv)shall satisfy this requirement.The Prime Contractor shall be respon- sible for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clause of the contract available for inspection by authorized representatives of the Economic ® Development Administration and the Department of Labor,and will permit such representatives to interview employees during working hours on the job. aa. 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 registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, V.S. Department of Labor, or. if no such recognized agency exists in a State. under a program registered with the Bureau of Apprenticeship and Training. U.S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire �. work force under the registered program. Any employees listed on a payroll at an apprentice wage rate, who is not a trainee as defined in section 2e or is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the Owner written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates,for the area of construction prior to using any apprentices on the contract work. Trainees will permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and where the subparagraph below is applicable, in accordance with the provisions of Part 5a, Subtitle A. Title 29, Code of Federal Regulations. On contracts in excess of S10.000, the employment of all laborers and mechanics, including apprentices and trainees, as defined in Section 2 shall also be subject to the provisions of Part 5a, Subtitle A, Title 29,Code of Federal Regula- tions.Apprentices and trainees shall be hired in accordance with the requirements of Part 5a. The provisions of Sections 45. 46, and 48 shall be applicable to every invitation for bids, and to every negotiation. request for proposals, or request for quotations, for an assisted construction contract, issued after January 30, 1972, and to every such contract entered into on the basis of such invitation or negotiation. Part 5a.3, Subtitle A. Title 29, Code of Federal 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 5a.4, 5a.5, 5a.6,and 5a.7 shall also be included in each such contract for the information of the Contractor. x f # G- 13Otl. 92 Y �k 6 SECTION 49. COPELAND "ANTS-KICKBACK" PROVISIONS These provisions of this section. 29 CFR Part 3, prescribe "Anti-Kickback" regulations under section 2 of the Act of June 13, 1964,as amended(40 U.S.C.276c),popularly known as the Copeland Act, Each Contractor or subcontractor shall furnish each week a Statement of Compliance, Form ED-162, to accompany the weekly submission of payroll forms. Section 1001 of Title 18 of the United States Code(Criminal Code and Criminal Procedure)shall apply to such state- ment as provided in 72 Stat.967(18 U.S.C. 1001,among other things. provides that whoever knowingly and willfully makes or uses a fraudulent document or statement of entry,in any 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$2,000 or less. Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide reasonable limitations. variations,tolerances,and exemptions from the requirements of this section subject to such conditions as the Secretary of Labor may specify. Deductions made under the circumstances or in the situations described in the paragraphs of this'section may be made without application to and approval of the Secretary of Labor; f 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 taxes. b. Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest.A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c, Any deduction of amounts required by court process to be paid to another unless the deduction is in favor of the a � . 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 employer or representative 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 of the foregoing, or unemployment benefits, vacation pay, savings accounts, or similar payments for the benefit of employees, their families and dependents: Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either: (i) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employ- ment, or(ii) provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees, (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the-Contractor or subcontractor or any affiiliated person in the form of commission, dividend, or otherwise, and(4)the deductions shall serve the convenience and interest of the employee. 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. fi # _ _G- la 00193 i. Any deductions to pay regular union intiation fees and membership dues, not including fines or special assessments: Provided, however, that a collective bargaining agreement between the Contractor or subcontractor and repre- sentatives of its employees provided for such deductions and the deductions are not otherwise prohibited by law. j. Any deduction not more than for the "reasonable cost" of hoard, lodging, or other facilities meeting the require- ments of section 3(m)of the Fair Labor Standards Act of 1938.as amended.and Part 531 of this title. When such a deduction is made,the additional records required under 5516.25(a)of this title shall be kept. SECTION 50. SUBCONTRACTORS The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(x)(1) through (5)and (7) and such other clauses as the Economic Development Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. SECTION 51. CONTRACT TERMINATION A breach of sections 44 through 50 may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. SECTION 52. OVERTIME REQUIREMENTS No Contractor or subcontractor contracting for any part of the contract work which may require or involve the em- ployment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in 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 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 of the clause set forth in the subsection above, the Contractor and any subcontractor responsible therefor.shall be liable to any affected employee 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 of 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 laborer or mechanic employed in violation of the clause set forth in the above subsection in the sum of S 10.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above. The Economic Development 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 of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. ! a G_ �5 0019-1 SECTION 53, EQUAL EMPLOYMENT OPPORTUNITY a No person in the United States shall,on the grounds of race. color, national origin.or sex, be 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 Yl 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,lessees and other parties directly partici- pating in the Recipient's project agree that during and in connection with the associated agreement relating to the Fed- erally assisted program. (i)they will comply, to the extent applicable. 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 8 of Subtitle A of Title 15 of the Code of Federal Regulations)issued pursuant to Title vi of the Civil Rights Act of 1964 (P.L. 88-352), and will not thereby discriminate against any person on the grounds of race, color, or na- tional origin in their employment practices. in any of their own contractual arrangements.in all services or accommoda- tions which they offer to the public, and in any of their other business operations.(ii) they will provide information re- quired by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Recipient whereby said agreements may be cancelled, terminated or suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246. 30 Fed. Reg. 12319(1965)(Equal Opportunity Clause). During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant 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 action 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 and applicants for employment,notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. c. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color, religion, sex,or national origin. d. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the tabor 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 and applicants for employment. e. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of rules. regulations,and relevant orders of the Secretary of Labor. f. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor,or pursuant thereto, and will permit access to his books, record,and accounts by the contracting agency and the Secretary of Labor for purposes of investiga- tion to ascertain compliance with such rules, regulations, and orders. Each Contractor and subcontractor of Fed- erally financed construction work is required to file an Equal Employment Opportunity Employer information Report(EEO-1 on Standard Form 100) annually on March 31. Forms and instructions are available at the EDA Regional Office. G- 16 00195 9 g. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in.whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24. 1965, and such other sanctions may be imposed (and remedies involved)as provided in Executive Order No. 11246 of September 24, 1965,or by rule, regulation, or order of the Secretary of Labor,or as otherwise provided by law. 0 h. The Contractor will include the provisions of paragraphs a through h in every subcontract or purchase order unless i 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 subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance, Provided.however.that in the event the contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. i. Exemptions to Above Equal Opportunity Clause(41 CFR Chap.60): (1) Contracts and subcontracts not exceeding $10,000 (other than Government bills of lading) are exempt. The amount of the contract. rather than the amount of the Federal financial assistance,shall govern in determining the applicability of this exemption. .. (2) Except in the case of subcontractors for the performance of construction work at the site of construction, the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding 5100,000 for standard commercial supplies or raw materials are exempt. SECTION 54. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make,accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof.No officer.employee,architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract.subcontract,insurance contract,or any other contract pertaining to the project. SECTION 55. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER 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 Architect/Engineer, the Con- tractor is chargeable with unwarranted delay in completing the contract requirements, b. Swures consent of the Surety: c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction:or d. When the project consists of more than one building. and one of the buildings is occupied, secures permanent fire and extended coverage insurance,including a permit from the insurance carrier to complete construction. SECTION 56. SUSPENSION OF WORK Should the Owner he prevented 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 to be set forth in writing. SECTION 57. EMPLOMNT OF LOCAL LABOR The maximum feasible employment of local labor shall he made in the construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on-site work,shall employ,in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located,or in the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District,except: a. To the extent that qualified persons regularly residing in the designuted area or Economic Development District are not available: b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract: c.. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his subcontractors on such project: Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classi- fication.and the estimated dates on which such employees will be required; The Contractor shall 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 classification of work required: The payroll's maintained by the Contractor shall contain the following information: The employee's full name, address and social security number and a notation indicating whether the employee does, or does not. normally reside in the .•�� area in which the project is located,or in the case of an Economic Development Center,in such center or in an adjacent or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic back- ground of each worker.. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be,done as on-site work. 001 G- , 9 r. SECTION 58. SIGNS The contractor shall supply and erect a project sign (Exhibit X)according to the specifications set forth in the following and hereinafter known as General Condition Number 58. The contractor shall be responsible for maintaining the project sign during construction of the project. Other authorities include: Requirements for Approved Projects and/or Volume 65 of the Public Works Manual of Procedures. EDA SITE SIGNS SPECIFICATIONS Size:4' X 8' X I$/%' Material: Face'/•'Tempered masonite or equal. Frame I`/K" X 35A'fir-dressed four(4)sides Assembly: I%' X 3%*fir frame to fit 4' X 8' X I'Is'panel with two(2)center.braces Paint: Face-3 coats outdoor enamel(sprayed) Rear—I coat outdoor enamel(sprayed) Lettering:Silk screen enamels where possible.or hand painted enamels Colors: Red, white. and blue. Specifically, �1! background;"new jobs for ypur community" in red: EDA logo and "In partnership with the U.S.Department of Commerce,Economic Development Administration,"blu. c. ® (See 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 significance when such items arc found and/or unearthed during the course of project con- struction and to consult with the State Historic Preservation Officer for recovery of the items. (Reference: National Historic Preservation Actor 1966(80 Stat 915, 16 USC 470)and Executive Order No. 11593 of May-31. 1971.),' . SECTION 60. CLEAN AIF. ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contractor agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a. The term"facility"means(a)any building.plant, installation. structure,mine.vessel or other floating craft,,location or site of operations(b)owned, leased,or supervised(e) by the contractor and the subcontractors(d) for the con- struction,supply and service contracts entered into by the contractor: b. that any facility to be utilized in the accomplishment of this contract is not listed on the Environmental Protection Agency's List of Violating Facilities pursuant to 40 CFR,Part 15.10. c. that in the event a facility utilized in the accomplishment of this contract becomes listed on the EPA list,this contract may be cancelled,terminated or suspended in whole or in part: d. that it will comply with all the requirements of Section 114 of the Air Act and Section 308 of the Water Act relating to inspection,monitoring.entry, reports, and information,us well as all other requirements specified in Section 114 and Section 308,respectively,and all regulations and guidelines issued thereunder: e. that it will promptly notify the Government of the receipt of any notice from the Director.Office of Federal Activi- ties, Environmental 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; f. that it will include the provisions 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 FPA regulations imple- menting the Air or Water Act(40 CFR. Part 15.5),so that such provisions will be binding upon each subcontractor or vendor: g. that in the event that the contractor or the sutx:ontractors for 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 15.5(x), the exemption shall be nullified should the facility give rise to a criminal conviction (See 40 CFR. Part 15.20)during the accomplishment of this contract. Furthermore. with the nullification of the exemption. the above requirements shall be effective. The contractor shall notify the Govern- ment. as soon as the contractor or the subcontractors' facility is listed for having given rise to a criminal conviction noted in 40 CFR. Part 15.20. SECTION 61. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT The contractor agrees tb expend at least 10 percent of the contract, if awarded, for bona fide minority business enterprises. For purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 vercent 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. WM . 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 per 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 Economic4Development Administration with reports on minority business enterprise utilization after award and at 40 percent completion of the project. �{ ¢ .. .. G-20 M 0011 99 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, EMPLOYMENT 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 The contractor agrees to use and cause to be used in such project by ail his subcontractors, only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States substantially all from articles, materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determine that for specific projects this requirement does not apply, SECTION 64. EMPLOYMENT OF VETERANS The contractor agrees to provide certification that special consideration, consonant with existing applicable collective bargaining agreements and practices, shall be given to the employment on the project of qualified disabled veterans as defined in 38 USC 201I(l) , and to qualified Vietnam-era veterans, as defined in 38 USC 2011(2) (A) . ti 4-21 00200 DIVISION H - SUPPLEMENTAL GENERAL CONDITIONS SECTION I . DEFINITIONS Whenever the following terms , pronouns in place of them "°R or initials of organizations appear in the contract documents, they shall have the following meaning : Addendum - A document issued by the County during the bidding period which modifies , supersedes , or supplements the original contract documents . Affirmative Action Manpower Utilization Report - A written document daily, weekly , or monthly prepared by the contractor for submission to the County which reports the total number of employees , the total number of minority employees , and the present minority manhours of total manhours worked on the project . Agreement - The written document of agreement , executed by the County and the Contractor . Architect or Engineer - Shall mean the architect , engineer, individual or co-partnership , employed by the County of Ra. Contra Costa ; or the Public Works Director , or his authorized representative. Bidder - Any Individual , partnership , corporation , F association , joint venture, or any combination thereof , submitting a proposal for the work, acting directly , or through a duly author- Ized representative. Board of Sue ervisors - Shalt mean the duly elected or appointed officials who constitute such a Board , who will act for the County in all matters pertaining to the Contract . Change Order - Is any change in contract time or price and any change in contract documents not covered by subcontractors . Project Inspector , Construction Supervisor , Inspector , or Clerk of the Warks - Shall mean the authorized agent of the County at the site of the work. Contract - The contract is comprised of the contract documents . Contract Documents - The contract documents include the agreement , notice to contractors , instructions to bidders , proposal , plans , general conditions , specifications , contract bonds , addenda , change orders , and supplementary agreements . Contractor - The individual , partnership , corporation , association , joint venture, or any combination thereof , • who has entered into a contract with the County . H-1 n SECTION i. - DEFiNITCONS (cont ' d) Count Shall mean the County of Contra Costa , a political subdivision of the State of California and party of the first part , or its duly authorized agent acting within the scope of their authority. Field Order - Is an instruction given during the course of the work. See Section 168 ) General Notes - The written instructions , provisions , conditions , or other requirements appearing on the drawings , and so identified thereon , which pertain to the performance of the work. Plans - The official drawings including plans , eleva- tions , sections , detail drawings , diagrams , general notes , informa- tion and schedules thereon , or exact reproductions thereof , adopted ` and approved by the County showing the location , character , dimension , and details of the work. Specifications - The instructions , provisions , condi - tions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work _ " to be furnished and installed under this contract . 3 Subconstractor - An individual , partnership , corporation , association , Joint venture , or any combination thereof , who contracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement - A written agreement providing for alteration , amendment, or extensiorr of the contract . Work - The furnishing and installing of all labor , materials, articles , supplies , and equipment as specified , designated , or required by the contract . SECTION 2 . GOVERNING LAWS AND REGULATIONS A. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code , the State Fire Marshal , the Safety Orders of the Division of Industrial Safety , the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association , and other applicable State laws or regulations . Nothing in these Plans or Specifications ile to be construed to permit work not conforming to these Codes . The w ,r H-2 s e 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 , shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer , employed by the awarding body to whom authority to accept has been delegated , in advance of excavation , of a detailed plan showing the design of shoring , bracing , sloping , or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches . If such plan varies from the shoring system standards established by the Construction Safety Orders , the plan shall be prepared by a registered civil or structural engineer . "Nothing in this section shall be deemed to allow the use of a shoring , sloping , or protective system less effective than that required by the Construction Safety Orders of the Division . :, of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees . "The terms "public works" and "awarding body ," as used in this section shall have the same meaning as in Labor Code 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 0003 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 Work«en ' s Compensation statute, the Contractor shall provide , and shall cause each subcontractor to provide, adequate insurance for the protection of hia employees not otherwise protected . B. 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. Contractor shall furnish evidence of such coverage , naming Public Agency , its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation . The Contractor shall submit a Certificate of Liability insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement . C. Certificates of Insurance Certificates of such Workmen ' s Compgnsation , 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 . Ail certificates shall indicate that Contra Costa County has been named as an additional insured . These certificates shall contain a provision that coverage afforded under the policies will not be cancelled until at least thirty (30) days ' prior written notice has been given to Contra Costa County . D. Performance Bond In addition to the requirements in Paragraph 29 of the General Conditions , the bond shall insure the owner for the term of one (1 ) year from the date of final acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. H-4 00204 f SECTION 4 . BOND AND INSURANCE E. Payment Bond in addition to the requirements in paragraph 29 of the General Conditions , the bond shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all amounts under the Unemployment Insurance Act . SECTION S . 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 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 Y 9 9 general grouping of work, the contractor is not obligated to sublet the work In * such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shalt 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 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 H-500245 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 . 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 faci I ities when so ordered and/or upon completion of work. E. The County will 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 ut 11 ity 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 oi�—the project until after the County makes written request to the utility companies that' bi 11 ings be sent to the County. (Normally the County will make these requests after the project is accepted as complete. ) F. A 3 ' X 41 bulletin board (protected from the weather) on which to display wage rates , equal opportunity data , emergency telephone numbers and other information as directed by the Engineer . SECTION 7 . PERMITS The Contractor is not required to pay any charges associated with permits . ( it isnotthe present policy of the County to pay fees to the incorporated cities for permits . ) H-6 002016 SECTION 8. CONDUCT OF WORK ■ A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise , and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust , correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. ■ B. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. C. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a disorderly or improper manner , he shall be discharged immediately- on the written request of the Engineer/Architect , and such person shall not again be employed on the work. D. Certification of Nonsegregated Facilities - Notice to Prospective Contractors of Federally Assisted Construction - (a ) A Certification of Nonsegregated Facilities , as required by the May 9, 1967 , order (32 F. R. 7439 , May 19 ,• 1967) on elimination of segregated facilities , by the Secretary of Labor , must be submitted prior to the award of federally assisted construction contracts exceeding $ 10 , 000 which are not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving federally assisted construction contract awards exceeding $ 10, 000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $ 10 , 000 and are not exempt from the provisions of the Equal Opportunity clause. Notice to Prospective Subcontractors of Requirements for Certifications of Nonsegregated Facilities - (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967 , order (32 F. R . 7439 , May 19 , 1967) on elimination of segregated facilities , by the Secretary of Labor , must be submitted prior to the award of a subcontract exceeding $ 10 , 000 which is not exempt from the provisions of the Eqaul Opportunity clause. (b) Contractors receiving subcontract awards exceeding $ 10 , 000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding • of this notice to prospective subcontractors for supplies and construc- tion contracts where the subcontracts exceed $ 10 , 000 and are not exempt from the provisions of the Equal Opportunity clause. H-7 00207 CERTIFICATE OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide for h I s employees any segregated f ac.I I I t I es at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause In this contract. As used in this certification, the term "'segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clock:, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications In duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will Include the original In his Bid Package. Race or ethnic group designation of subcontractor. Enter race or ethnic group in the appropriate box: Negro Spanish American ( ) Oriental American Indian Eskimo Aleut ( ) White (Other than Spanish American) The construction subcontractor certifies that he is not affiliated In any manner with the Grantee/Borrower (City) of the federally-assisted construction project. REMARKS: H 0020 b ve. i " "t rue "and com 1 ete to .the the best hof Certification The information a o s p m„ y knowledge and b,eiief. Name and Title of Signee Signature Date NPTE: The penalty for making false statements in offers is prescribed in, 18 U.S.C. 1001 . t I'1 J 5 li� 3 �'�{ .t� "� .+• ( F.i°. rt Y ,� :.y r t z.: Y 'i7” P. i <�� � ��-�, � 5� 1�d d �d : 8" F _ {' x' f L r; ,. ... I r �,•rs.� .-: +4 A t.. ��' 7 t n. t.� +� r~ J a;: y t ,.% :# 9 . ,. � (1209 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 that the County may make necessary arrangements . SECTION 10 . REJECTIONS OF MATERIALS A. If the Contractor does not remove such condemned work and materials within reasonable time , fixed by written notice , the County may remove them and may store the materials at the expense of the Contractor . If the Contractor does not pay the expenses of such removal within ten ( 10) days thereafter , the County may upon ten ( 10) days written notice, sell, such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor . SECTION 11 . INTERPRETATION OF CONTRACT REQUIREMENTS A. Correlation : The contract documents shall be inter- preted as being complementary in requiring a complete work ready for use and occupancy or , if not to be occupied , operation . Any require- ment occurring in any one of the documents is as binding as through occurring in all . B. Conflicts in the Contract Documents : In the event of conflict in the contract documents , the priorities stated in subdivisions 1 , 2 , 3 , and 4 below shall govern : 1 . Addenda shall govern over all other contract documents , except the County ' s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail . Subsequent addenda shall govern over prior addenda only to the extent specified . 2 . In case of conflict between plans and specifi - cations , the specifications shall govern . 3 . Conflict within the Plans : a . Schedules , when identified as such , shall govern over all other portions of the plans . b . Specific Notes , shall govern over all other notes and all other portions of the plans . c . Larger scale drawings shall govern over smaller scale drawings . 4 . Conflicts within the Specifications : a . The "General Conditions of the Contract" • shall govern over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions . 009111 H- 10 SECTION 11 . INTERPRETATION OF CONTRACT REQUIREMENTS (cont ' d) 4. Cortflicts within the Specifications : (cont'd ) vp b. Omissions : If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts , materials , or equipment , but there exists an accepted trade standard for good and workmanlike construction , such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard . "Minor detail " shall include the concept of substantially identical components , where the price of each such component is small even though the aggregate cost or importance is substantial , and shall include a single component which is incidental , even though its cost or importance may be substantial . The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition , strength , size , and profile of the parts or materials otherwise set forth in the contract documents . SECTION 12. CLARIFICATIONS AND ADDITIONAL INSTRUCTION : A. Notification by Contractor : Should the Contractor discover any conflicts , omissions , or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents , or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents , then , before proceeding with the work affected , he shall immediately notify the County in writing through the Construction Super-visor , and request interpretation , clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County , whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County , he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage , defect or added cost . B. Field Orders : During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications In order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance , partially or in full , of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order , unless a Change Order has been issued . C . Change Orders : See SECTION 17 this Division . 002 11 H- 11 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 designat- 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 shall be new and of quality specified . When not particularly specified , material shall be the best of its class or kind . The Contractor shall , if required , submit satisfactory evidence as to the kind and quality of material . Price , fitness and quality being equal , preference shall be given to products made in California , in accordance with Section 4380 et seq . , of the Government Code , State of California . 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 refected . 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 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 . 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 . t, � �; �� f H- 12 00212 . . i 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 Plans or the Specifications by a manufacturer ' s name or number it is intended to establish a standard . If the Contractor and/or subcontractors desire to substitute any other manufacturers material or process of equal quality performance and design to that specified , the Contractor shall make application and submit evidence satisfactory to the County , substantiating the material or process as equal to that specified ; and that it will perform In 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 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 TES-TS 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 C.ounty. 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 . t. H- 13 00213 SECTION 17 . CHANGE ORDERS A. Allowable Time Extensions - For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor 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 day the work is performed . __.. " 3 . Rental and material charges shall be substantiated by valid copies of vendor ' s invoices . 4. The Contractor ' s cost records pertaining to cost-plus work shall be open to inspection or audit by the County . C. Failure to Agree as to Cost - Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order , the Contractor , upon written order from the County , shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d ) above and when agreed to by 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 18. OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCE The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor. In such event , the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof , nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth In Section 20 or during the guaranty period after such acceptance, as set forth in Section 21 . 0 21 H- 14 SECTION 19. PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the Contractor , under the Contract , shall be included in the Contract price and paid by the Contractor . The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Contract and which are exempt from Federal Excise Tax . 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. 00223 } i H- 15= GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ , CALIFORNIA We hereby guarantee to the County of Contra Costa the Type of Work which we have installed in the NAME OF. BUILDING , California , foryear (s) use from date of filing of the completion notice in the 0 ice of the County Recorder . We agree - to repair or replace to the satisfaction of the County any or all such -work that may prove defective in workmanship or materials within that period , ordinary wear and tear and unusual abuse or neglect expected , together with any other work which may be damaged or displaced in so doint . If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing , we , collectively and separately , do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand . This guarantee covers and includes any special terms , including time periods , specified for this work or materials in the plans and specifications for this project . This guarantee supersedes any previous guarantees we have made for this particular project . SUBCONTRACTOR Date : (Affix Corporate Seal ) GENERAL CONTRACTOR Date : (Affix Corporate Sea ] ) 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. • 00215 v ;..:ao. vour mm coun ity In par trwast vp with the =c!tc U.S. DEPARTMENT OF COMMERCE m� E xx DevelopmentAdminio�stra�tn X z H X .✓�:,. :tom.�-i" �:f'e` '.�'' - .. � � .. � � .. ma N •w rt r1�• 1 ' .�1.•:e N.`� Z'.:!y.t�,�� '{[ / t'i 091 lit IK •`jFti ` ter- ''rn:{ •`'. 4tti,1Y'�i Z - set 41V Cis. •'i+• -�::•i xt4��.�,. :�;;?., �L +4,''.'•:•'•," a E�mic ....... -. . �t 4 yy_ OV l' i b tp .t�f • � j'd � sem. ; ac ,;`, •�, i iey •3A 4-1 �a— t ► SIG�'V'� ��1?�� gumber, • 8 1 _ V� I I t � 2x4 k� t >; 4x4 POST 17, 'A •s, rtiJ.�.:: ..�Li� Vi''.r.• QL ' Number 4 i r. Posr- �j 3.-,moi .., ___.. �f ,•,1 ;� � , ifs. 1{ a lop 11 Q 1i�x r (' y r Number 5 jj�'� 00221 ■ EDA SITE SIGN SPECIFICATIONS Size: - Sign A: 4 ' x 8 ' x 1 7/8" Sign B : 4 ' x 8 ' x 3/4" Materials : Face : Sign A - 1/4" tempered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) Framing : Sign A - 2" x 4" nominal on four sides and center cross bracing Sign B - 2" x 4" center cross bracing only Supports : 4" x 4" x 12 ' nominal post Assembly : Sign A: 2" x 4" frame to fit 4 ' x 8 ' board with 2" x 4" cross braces Sign B : To be mounted directly to the 4" x 4" post , with cross bracing Mounting : Signs A and B are to be mounted to the 4" x 4" post with a 3/8" minimum bolt and nut , four on each side of the sign . Each bolt is to have two washers , one between the sign and the head of the bolt and the other between the post and the nut . Erection : 4" x 4" posts are to be set three , to four feet deep into concrete 12" in diameter . Paint : Face : Three coats outdoor enamel (sprayed) , Rear : One coat outdoor enamel (sprayed) Colors : Crimson Red , Stark White and Royal Blue . Specifically white background ; "JOBS" in red ; " for your community" in blue ; "EDA" logo and "in partnership with the U . S . DEPARTMENT OF COMMERCE - Economic Development Administration" in black. Lettering : Silk screen enamels . Lettering sizes and positioning will be as illustrated . Project signs will not be erected on public highway rights-of-way. Location and height of signs will be coordinated with the agency responsible for highway or street safety in the area , if any possibility exists for obstruction to traffic line of sight . If , at the end of the project , the sign is reusable , it shall be disposed of as directed by the EDA Regional Office . Scale : 1" 1 ' -0" r ! t 00222 SECTION lI SPECIAL CONDITIONS 1 . SECURITY REQUIREMENTS Due to the restrictive nature of the existing Rehabilitation Center facil- ities and program, the execution of all work shall conform to the require- ments of the Rehabilitation Center Staff policies, and the following requirements : Work in occupied areas including interior of existing building and interior of enclosed yards, compounds or other fenced in areas shall be performed in conformance with the following requirements: a. Advance Notice: In addition to the requirements of Section 1:G, General Conditions, Section 8, Progress Schedule, advance notice in writing, indicating the area, an the length of time involved, shall be made at least 48 working day hours prior, and approval shall be acknowledged in writing before beginning any phases of work, including, but not limited to the following: 1 . Removal of enclosing items such as grills , fences , walls , doors, access panels, windows. 2. Installation of temporary enclosures. 3. Interruption of utilities , heating, ventilating, or sewer lines to existing facilities. b. Entry to occupied areas shall be made only under the approval and super- vision of Rehabilitation Center Staff. Prior clearance in each instance shall be obtained from the Owner's Inspector before opening any locked door. c. Communication with Inmates: 1 . Each Contractor shall inform his workmen and suppliers of the provisions of. Section 2624 of the County Ordinance Code which prohibits anyone, without the express permission of the Probation Officer or his deputy, to communicate with, provide written material , weapons, instruments, drugs, tobacco, or alcoholic beverage to any inmate of the Rehabilitation Center. 2. Any person violating the provisions of this Section shall be removed from the project and not returned, in addition to any criminal prosecution that may be initiated. 00223 d. Work which interrupts the daily routine of the Rehabilitation Center Staff and is isolated by temporary enclosures or facil- ities, shall be scheduled to be completed in as short a time as possible, and in a manner to allow the daily routine to be resumed without any decrease in security. e. Chain-link fencing modifications shall be made as early as possible in the construction schedule, and completed in order to secure enclosed areas during the project construction period. f. Maintain all areas clean of construction items, including tools, equipment, materials, and scraps. 2. UTILITIES a. Electric Power and Water: Will be available at the site for use by the Contractor for workonthis project. Installation and connection of utilities will be performed by the Contractor. b. Interruptions in Utilities: Shall be made only after conforming. to advance notice requirements above. 3. PROJECT OFFICE For exclusive use of the Building Inspector and the Architect and his representatives shall be provided for by the Contractor to meet the following requirements: a. Minimum Size-: 8' by 12' floor area by 81 high. b. A plan table at least 4' by 8' . c. Lighting sufficient to read the drawings and specifications. d. Heating and 5000 . BTU window type refrigerated air conditioner. e. Construction shall be weatherproof, with a minimum of 1" of insulation board on the roof. Provide an outside night light and a lock on the door. , ■ f. No building materials will be permitted to be stored in the project office. g. Office shall be installed in a location as directed by the Project inspector, -immediately at the beginning of the project and shall be maintained intact until final acceptance of the project by the Owner, or earlier as directed by the project inspector. 2 TT 5 004 4 h. Contractor to supply one legal size file cabinet 5 drawer "Fortress" #25201 (with lock) Desert Sage color. This cabinet to become pro- perty of Contra Costa County upon delivery. i . A complete set of the following shall be kept continuously at this office: 1. Approved Plans and Specifications. 2. Uniform Building Code, 1913 edition. 3. Title 19, Public Safety, with latest revisions. 4. PROJECT TELEPHONE For the exclusive use of the project inspector and the Architect and his representatives shall be provided by the Contractor to meet the .: following requirements: a. Toll-free use. b. Locate in Project Office where directed by the Project Inspector. c. Provide an automatic answering device which will record calls and permit replay at a later time. d. Telephone shall be installed immediately at beginning of project and shall remain in service until final acceptance of the project by the Owner, or earlier as directed by the Project Inspector. 5. STANDARD SPECIFICATIONS FOR MATERIALS = a. In the specifications following, certain industry, association, State and/or Federal Government Standard Specification documents are referred to, to establish minimum requirements for materials and/or workmanship. b. Copies of each are on file in the Office of the Architect. Copies may be obtained by the Contractor by applying to the respective industry, association, State and/or Federal Government department. C. "F.S." refers to Federal Specifications of the respective numbers estab fished by the Procurement Division of the United States Govern- ment, of the latest editions including Amendments thereto but not including War Emergency Amendments. 1I 00, 22.) { 3 of 5 d. "S.H.S." refers to Standard Specifications, California State Department of Public Works, Division of Highways, latest edition. e. "C.S." refers to Commercial Standards of the respective number by. United States Department of Commerce. f. "A.S.T.M." refers to tentative specifications, standard specifi- cations, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials. 6. TESTS AND INSPECTIONS a. Scope: Test of materials, fabrications and installations shall Fe made in accordance with the requirements of these specifications. b. Testing Laboratory The Owner shall appoint with the advice of the r-rchitect a testing laboratory which shall make tests and inspections. The cost of all tests and inspections, except as specified to be paid by the Contractor, shall be paid by the Owner. c. Reports of all tests and inspections shall be made in 4 copy form; 1 copy each to the Owner, the Architect, the Inspector and the Contractor. d. Manufacturers' certificates covering conformance with the require- ments of the above mentioned Federal Specifications and Commercial Standards may, at the determination of the Architect, be accepted in lieu of tests. Such certificates shall be furnished to the Architect for all items so specified. e. The Architect may order such additional tests as he may deem necessary. The cost of such additional tests will be paid by the Owner. If such additional tests show non-compliance with the requirements, the cost of such tests shall be paid by the Owner and deducted from payments to the Contractor and work already installed shall be replaced by the Contractor, at his expense, when so ordered by the Architect. f. The Contractor shall furnish, F.O.B. Testing Laboratory, all samples of materials for testing. 4 of .rJ Ov 7. FIRST ORDER OF WORK a. All items called out to be accomplished as a First Order of Work shall be promptly commenced upon the starting day of the contract and pursued to oDmpletion within thirty days thereafter, due allow- ance being made for inclement weather, delayed material delivery, or similar items not under the control of the Contractor. b. If any item of work so designated is not commenced promptly or pursued with reasonable dispatch, the monthly progress payment for the total contract will be withheld until such time as the item of work is accomplished. c. Items to be included as the First Order of Work: 1 . Chain-link temporary fencing, modifications to accomplish a secure storage and work area during the time of construction of the work. 2. Construction Signs : Submit proposals to Architect for approval of signs and locations before constructing. 8. RECORD DRAWINGS f a. Records shall be maintained of actual installations where at variance with the work as shown or where not otherwise located by dimension, elevation or other reference on the drawings. For this purpose , Contractor will be furnished a set of prints which shall be kept at the site of job and maintained in good condition and separate from other working sets. Recording thereon shall be kept current as the work proceeds and shall be done by accurate and carefully drawn lines and clearly written dimensions and notes and transferred to final reproducible "As Built" set. b. Actual locations and elevations of all pipe, conduit, duct or other items occuring below grade or within permanently concealed spaces shall be recorded by actual dimensions 'referenced from perma- nent and readily accessible building lines, floor lines or monuments. Buried lines shall show actual depth of cover. c. Record drawings shall be kept current with the work and up-dated monthly. Fulfillment of this requirement is prerequisite to approval of requests for progress payments . d. Upon completion of work, deliver said record prints and reproducible tracings to Architect. 5 of, 5 0� 2y1 SECTION 2A DEWATERING The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish all labor, materials, equipment and services on siterequired as for own one ventive and remedial dewatering of the co drawings and/or as specified herein. 2. DEWATERING - a. Provide a system of pumps, and drain linesfor the aremnd oval of ground water and storm water from the excavations accumulation of surface water. b. Install and operate the system in such a manner ow tas to avoid ring lthels movement of fines or loss of ground from be and not influence the stability of surrounding areas. 2A 1 of 1 00�GFr(7 t SECTION 2B EARTHWORK The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish all materials, equipment, services, labor and transportation necessary for the proper completion of earthwork for the project, as shown on drawings and/or as specified herein, including, but not limited to: a. Clearing and stripping. b. Excavation. c. Fill and backfill . d. Grading. e. Base rock, sand, & topsoil . f. Barricades, guards, shoring. WORK NOT INCLUDED UNDER THIS SECTION a. Excavation and backfilling for sewer, water, gas and electric lines. 2. GENERAL REQUIREMENTS a. Conform to applicable requirements of Contra Costa Ordinance Specifications where no requirements are mentioned for specific conditions. b. Bids shall be based on the following: 1 . That the surface elevations are as indicated. Contractor_ to verify before starting work. If no notice of deviations is given it is mutually agreed that grades are as shown. 2. That no pipes or other artificial obstructions , except those indicated, will be encountered. 3. That hard material will be encountered, and that the pro- posed excavation can be accomplished without blasting. Isolated blocks of shale or sandstone may require ripping or Jack-hammering. 4. No blasting will be permitted on this project. 1 of 7 00229 i T ?!s sot 5. Copies of the log of borings taken for the County of Contra Costa by Woodward-Clyde Consultants are attached hereto for reference. Copies of the entire Soil Investigation Report are available for reference at the Contra Costa Public Works <� Department of the office of the Architect. 1} c. Changed Conditions: t° + � Should the contractor encounter, during the progress of the work, subsurface latent physical conditions at the site, materially differing from those shown on the drawings or specified, or unknown conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the drawings and specifica- tions, the attention of the Architect shall be called immediately to such conditions before thay are disturbed. The Architect shall thereupon promptly investigate the conditions , and if he finds that they do so materially differ, the contract price shall , with the written approval of the Owner, be increased or decreased in t accordance with such conditions. x d. Layout: The Contractor shall .retain at his own expense, the services of a licensed civil engineer to perform all layout and staking of all lines and levels required for the performance of this work. e. The owner will employ the services of a Geotechnical consultant to be the owners representative during all grading operations both during the preparation of the site and the compaction of any fill . All excavating, grading of filling shall be performed under his direction. f. Utility Lines: Existing utility lines shown on drawings such as cables, ducts, conduits and piping, shall , if damaged (unless they are to be abandoned) , be immediately repaired, protected, and maintained in use until relocation of same has been completed, or shall be cut and capped where directed, or shall be prepared for service connections when so required. Any utilities encountered that are not shown on the drawings and are to remain as active utilities, if inadvertently damaged by the Contractor, shall be repaired by him. �rf 2B oo; 30 K An adjustment in the Contract price will be made at rates deter- Tined and approved by the Architect. If any extra expense is incurred in protecting and maintaining any utility line not shown on the drawings, an adjustment in the price will be made. 3. CLEARING a. All trees, logs , shrubs, and brush shall be removed. b. Stumps shall be removed entirely. Roots and matted roots shall be grubbed out to at least 18" below the existing surface. c. Dispose of refuse, stumps, roots , away from the site, No burning of debris will be permitted at the site. 4. DUST CONTROL Apply water for the alleviation or prevention of dust nuisance caused by earthwork and hauling operations inside and outside the limits of work in connection with this project, in accordance with local ordi- nances and regulations. Clean all parking and roadways affected by this work. 5. DEFINITION OF TERMS A. FILL: all spit material placed to raise the natural grade of the site or to backfill excavations. B. ENGINEERED FILL: fill upon which the Geotechnical Engineer has made sufficient tests and observations to enable him to issue a written statement that in his opinion the fill has been placed and compacted in accordance with the specification requirements . a. ON-SITE MATERIAL: that which is obtained from the required excavation on the site. b. IMPORT MATERIAL: that which is hauled in from off-site borrow areas. c. SELECT MATERIAL: an on-site or imported soil material meting the requirements set forth in Section 6.C.2. C. MATERIALS MANUAL: State of California, Business and Transportation Agency, Department of Transportation , latest revision. 21Bl 00231 3 of 7 f D. PERCENT COMPACTION: the ratio, expressed as a percentage, of the dry density of the fill material as compacted in the field, to the maximum dry density of the same material determined by the ASTM Test Method D-1557. Field densities shall be determined in accordance with ASTM-D-1556 or ASTM-D-2922-71 . 6. SITE PREPARATION A. EXCAVATION UNDER CONCRETE SLABS: Excavate under concrete slabs to a depth of l '-6" below the bottom of slab and to such additional depth to remove any vegetable matter, loose fills or other unsuitable material or to a minimum depth of 4" below the existing ground surface whichever is lower. Excavated materials below the surface strippings are suitable for engineered fill as specified herein after, but shall not be used as select fill below slabs . Excavations shall be properly graded to prevent ponding of water. B. PREPARATION FOR FILLING: The site shall be cleared of all structures and debris. The site shall then be stripped to an approximate depth of four inches to remove existing organics and other deleterious materials . Any utility lines shall be removed and the excavation carefully backfilled according to these specifications . The exposed subgrade shall then be scarified to a depth of at least 6 inches and compacted at a moisture content 1 to 3 percent above optimum. Before placing fill , the Contractor shall obtain the Geotechnical Engineer's approval for the site preparation in the area to be filled. The clean stockpiled soil shall then be used to bring the site to grade in accordanc with Sections C and D below. C. MATERIAL USED FOR FILL : 1 . General Requirements for Fill Material : All fill material must be approved by the Geotechnical Engineer. The material shall be a soil orsoil-rock mixture which is free from organic matter or other deleterious substances . The fill material shall not contain rocks or lumps over 6 inches in greatest dimension, and not more than 15% larger than 2-1/2 inches. 1 2B - 4 of 7 O0232 ® 2. Requirements for Select Fill Material : In addition to the requirements of C.1 above, select material must conform to the following requirements : Minimum "R" Value* 25 Maximum Expansion Pressure 100 Maximum Plasticity Index 12 * Values at an exudation pressure of 300 psi as determined by Test Method No. 301-F of the Materials Manual . 3. Requirements for Rock Under Floor Slabs: Gravel for used under floor slabs s a consist of c can gravel or crushed stone conforming to the following grading requirements : Sieve Size Percentage Passing Sieves l 100 3/4" 90-100 No. 4 0-10 D. PLACING AND COMPACTING FILL MATERIAL: _ 1 . All fill material shall be compacted as specified below, or by other methods , if approved by the Geo-technical Engineer, so as to produce a minimum degree of compaction of 90%. Fill material shall be spread in uniform lifts not exceeding 8 inches in uncompacted thickness . Before compaction begins , the fill shall be brought to a water content 1 to 3 percent above optimum by either: 1 ) aerating the material if it is too wet; or 2) spraying the material with water if it is toc dry. Each lift shall be thoroughly mixed before compaction to ensure a uniform distribution of water content. 2. Any fill that does not meet the specification requirements shall be removed and/or recompacted until the requirements are satisfied. E. TREATMENT AFTER COMPLETION OF GRADING: After grading is completed and the Geotechnical Engineer has finished his observation of the work, no further excavation or filling shall be done except with the approval of and under the observation of the Geotechnical Engineer. It shall be the responsibility of the Grading Contractor to prevent erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed. 2B 5 of 7 00233 ;x F.. EXCAVATION FOR STRUCTURES In excavations for spread footings carried below the depths indicated without specific directions , the concrete shall be extended to the bottom of the excavations ; all additional work of this nature shall be at the Contractor's espense. Excavation for footings, piers, walls, shall be clean and accurate earth-cut banks wherever possible; otherwise excavate for clearance to construct wood forms. G. EXCAVATION FOR PIPE TRENCHES (Applicable to work performed under other Sections of the Specifications) : Trenches for pipe lines shall be excavated along straight lines and unless indicated otherwise, the width of trench shall be in accordance with the Contra Costa County Ordinance Specifications , and shall provide a minimum of 6" between the outside of the pipe bell or outermost portion of pipe or coupling and the sides of the trench or bracing. See Plumbing, Mechanical and Electrical Sections for additional requirements of work to be performed under those Sections. H. SHORING AND SHEETING: Excavations shall be shored and sheeted with members of sizes and arrangment sufficient to prevent injury to persons , damage to structures , injurious caving, or erosion. Shoring, sheeting and bracing shall be removed as the excavations are backfilled; care shall be exercised to prevent injurious caving. during the removal of the shoring and/or sheeting. 11 2B 00231 7. GRADING A. Perform all grading in the areas so indicated. B. Bring fill to finished grades indicated within a tolerance of one-tenth of a foot and grade to drain water away from structures. Existing grades which are to remain and which are disturbed by the Contractor's operations , shall be graded to provide surfaces suitable for the proper use of mowing machines. Grades under areas to receive topsoil shall be brought to l '-6" below finish grade. 8. DISPOSITION OF SURPLUS MATERIAL A. Surplus material not suitable for filling, backfilling, or grading and other spoil material may be disposed of by spreading on the site as directed or removed from the site. B. Surplus material suitable for filling, backfilling, or grading shall be placed in the area so designated by the drawings and in the manner specified in 2B-6-D placing and compacting fill material . i 9. TOPSOIL A. Fertile, friable organic soil of loamy character which will not pack hard when soaked with water, free of subsoil , heavy clays , hard lumps, coarse sand, rocks, sticks , weeds , seeds , toxic amounts of acid or alcaline elements or other foreign matter,and capable of sustaining healthy plant life. B. Furnish a sample load of material where directed, for approval of the Archtitect before delivery of topsoil . The sample load will be identified and incorporated into the job to serve as a reference standard of the approved characteristics of topsoil material for the complete project. C. Import topsoil directly from a source approved by the Architect and deposit in final position and spread to approximate final grade. Allow sufficient material for settlement. 00 .�► 7nf1 r ti t � t LO i l I L'i t 1 { 4 S f 1 tj -J1. ww 1 j _ to 1 1 aLC) oV3O "s L13, Q-3 Q3 co w to to , 1 Win- 1 f � l •! � y 1` I z oo r HHZ fj woa Sow Qa cv i r F..>+H 2 cn '• O°o offer -- / asaw m= 11 �_.. ` EAz H0 o to W f U' E-4 0023"� / a m i Pro jBCt;No. 2 3 9 9 A SITE PLAN AND TEST BORING LOCATIONS KITCHEN / DINING HALL AT Figure 1 woOowARD-CLYDE CONSULTANTS SHERIFF'S REHABILITATION CENTER Contra Costa County, California P r o j e c t : M TCHEN / D1:NING HALL AT SHERIFF'S P211ABILITATIGN CENTER BORING L O G LEGEND SHEET Contra Costa. County, California Date Drilled: Remarks: Type of Boring: Hammer Weight: LABORATORY TESTS LL a U.CL p y E DESCRIPTION I' C, U) � O Q a n a O O T U E t O C O N eoa 5 • --- 2-INCH I .Q. MODIFIED CALIFORNIA SAMPLER 10 �w .rt----- 2-INCH O.D. STANDARD SPLIT-SPOON SAMPLER 1s �r----- SACK SAMPLE 20 BLOW COUNT WITH. A 140-LB. HAMMER 15 FALLING 30 INCHES 25 0 �1 ��, JP3 roj. No. 13909A WOODWARD-CLYDE LEGEND SHEET P r o j e c t : KITCHEN / DINING HALL AT SHERT_I'c''S REHABILITATION CENTER L O g o� goring N 0. Contra Costa County, California Date Drilled: August 18, 1977 Remarks: Type of Boring: G" Auger p Harniner Weiglit: 140 lbs. (See Legend Sheet for sampler sizes and hammer weights U LABORATORY TESTS U. o .0 CL E o MATERIAL DESCRIPTION N m H+ u C C N Surface Elevation : z� o o 0 S I L T Y C L A Y (CH) Very stiff to hard, dry, brown A S H A L E Soft, dry, greenish to brownish gray fractured, severely weathered 1 29 13 118 12,780 Becomes soft to medium hard 10 2 60 12 112 9300 15 60• BOTTOM OF HOLE @ 15 . 5 ' (K '` 3" 3 5,. - - - -. d Proj. No. 13909A WOODWAR_O-CLYDE CONSULTANTS Figure 2 P r o j e c t : KITCHEN / DINING IIALL AT ` SHERIFF'S REIIABILI`L'r�'PIOPI CL,ITI.I2 Log CII Boring N 0. 2 � Contra Costa County, California Date Drilled: August 18, 1077 Remarks: Type of Baring: 6" Auger Hammer Weight: 140 lbs. (See Legend Sheet for sampler sizes and hammer weighiz�) LABORATORY TESTS U- „ w v > rCL � MATERIAL. DESCRIPTION °� � ' as 03 0 C1 CL C: o Surface Elevation : v 0 � ca S I L T Y CLAY (CII) Very stiff to hard, damp, greenish brown 1 23 28 94 9150 R (FILL) 5 #. S H A L E Soft to medium hard, dry, brownish gray, fractured 10— BOTTOM OF HOLE @ 10 ' 15 Proj. No. 13909A WOOOWARO-CLYOE CONSULTANTS JH re 3 Project - KITCHEN / DIU:?NG HALL AT SHERIFF'S REHABILITATION CE14TER Log of Boring No. 3 Contra Costa County, California Date Drilled: August18, 1977 Retnarks- Type of Boring: 6" Auger Hanimer Weight: 140 lbs. (See Legend Sheet for sampler sizes and hammer weighqt,?' LABORATORY TESTS MATERIAL. DESCRIPTION .0 E 3 [w CP CL CL r (n u E in 0 Surface Elevation L S I L T Y C L A Y (CH) Very stiff, dry, reddish brown (FILL) S H A L E Soft, dry, brownish gray or A BOTTOM OF HOLE 31 i'IMM 5 is 24 15— F'i G,u r e Proj. No. 13909A WOODWARD CONSULTANTS NS'U' L'T.ANtS 4 Project : K:.TCIIEN / DINING HALL AT SHERIFF'S RLHABILITATION CENTER Log o f Boring N o. 4 Contra Costa County, California Date Drilled: August 13, 1977 Remarks: f o Type Boring: 6" Auger Type o' PL Hammier Weiglit: 140 lbs. (See Legend Sheet for sampler sizes and hommer weights) LABORATORY TESTS U- '�o W MATERIAL DESCRIPTION .0 ta 40 !E ■ r- 39 — 06 o o 0 7i E C - (n 0 C a. 12 0 E Surface Elevation Y 0 C L A Y A N D R 0 C K medium dense, dry, brownish gray (FILL) S H A L E Soft, damp, brownish gray 5 — S I L T Y C L A Y (CL-CH) : Stiff, Moist, DISTURBED' SA14PLE brown and dark gray, slickensided to 2 25 S H A L E 18 108 311 Soft, moist, brownish gray BOTTOM OF HOLE 9 ' 10- 15-1 1 1 1 Proj. No. 13909A WOODWARD-CLYDE CONSULTANTS Figure 5 .J Project : K-rTCIIEI I / U r i I IPTG IIALL AT SHERIFF'S R,L:H,BILITATION CENTER L,o 9 of B o r i n g N O 5 Contra Costa County, California Date Drilled: August 18, 1077 Remarks: Type of Boring: 6" Auger Hammer Weight: 140 lbs. (See Legend Sheet for sampler sizes and hammer weight U. a U- LABORATORY TESTS E 3 MATERIAL DESCRIPTION 'Uo- _ e v O N m m u c ` c N Oa oar n ! zc E N Surface Elevation : c 0 O � v S I L T Y C L A Y (CL—CH) Vcry stiff, dry, brown S H A L E Very soft, dry, grayish brown . 1 115 101 3100 5 S If A L E Soft, dry, brownish gray, fractured 15 . ... ... .. . . . . ... .. . . . Becomes medium hard, harder drilling 20 BOTTOM OF HOLE @ 23 O( Proj. No. 13909A WOODWARO-CLYDE CONSULTANTS Figure 6 P r o i e c t KITCHEN / DINING HALL AT SHERIFF'S R.C11ABILITAT-iON CL TER Log of Boring N o. 1 Contra Costa Country, California Date Drilled: July 22, 1968 Remarks: Type of Boring: Hammer Weight: (See Legend Sheet for sampler sizes and hammer weights) LABORATORY TESTS U. W1. U. 06 E # MATERIAL DESCRIPTION .0- 0 E C 4n to C3 a 0 CL 0 a. cE Surface Elevation : 660.0' ;E 0 C L A Y E Y S I L T Mcdium dense, dry, brown, with rock fragments U < 41 E A T H E R E D S H A L E 1 34 Medium dense, dry to damp, dark brown 12 117 5320 N :Z S A N D S T 0 N E U 4 Very dense, dry, dark gray U) 2 7\ 50 16 115 5850 5" 5 S H A L E Very dense, dry, green-brown 10- 3 60 13 116 6-1 BOTTOM OF HOLE @ 13 ' (DRY) *NOTE: This log has been redrawn for convenience from Woodward-Clyde and Associates Report, 1968 15— Proj. No. 13909A WOOOWARD-CLYDE CONSULTANTS Figure ia j SECTION 2C ASPHALT CONCRETE PAVING The requirements of Division l apply directly to all work hereunder. < . 1 . SCOPE Furnish and install all paving as shown on drawings and/or as specified herein, including, but not limited to: a. Asphaltic concrete paving b. Aggregate base c. Striping of Parking Areas L WORK NOT INCLUDED UNDER THIS SECTION a. Wood screeds (Headerboards) 2. AGGREGATE BASE ®" a. Materials and Workmanship: Conform to requirements for "Aggregate Base ' Class 2, California Division of Highways Standard Specifications, and the Contra Costa County Ordinance Specifications. b. Aggregate Base: Crushed mineral aggregate conforming to the following grading requirements : Sieve Size Percent Passing Sieve X3/4 maximum 3/4" 95-100 3/8.. 65-80 No. 4 45-60 No. 8 30-45 No. 30 15-25 No. 200 3-:7 c. Spread and compact base material in layers not to exceed 7" in depth, rolled and fully compacted to relative compaction of not less than 95% of that determined by California Test Method No. 216. Finished surface may vary 0.05 ft. above or below planned grade, uniform and free from sharp breaks-, unless controlled by adjacent structure, but with- in 0.05 ft. of Theoretical Section at any point. 3. ASPHALT CONCRETE SURFACING .a. Materials and Workmanship: Conform to requirements of Section 39., California Division of Highways Standard Specifications. 2C 'g944 b. Binder: Grade 85-100 conforming to Section 39 and 93 of the Standard Specifications. c. Aggregate:. Type "B" mineral aggregate, conforming to the following requirements. Seive Size Percent Passing Sieve (1/2 max. ) 1J2.. 95-100 3/8" 80-95 No. 4 55-72 No. 8 38-55 No. 30 18-33 No. 200 4-8 d. Prime Coat: Liquid asphalt grade SC-1 or MC-1 , at the rate of 0.30 gallons per sq. yd. e. Tack Coat: Liquid asphalt emulsion grade RS-1 or SS-1 , at the rate of 0.10 gallons per sq. yd. f. Levelling Course: 1/2" graded mineral aggregate placed in one course. } Spread with an asphalt paving machine in accordance with the Standard Specifications 39-6-03. g. Surface Course: 1/2" graded mineral aggregate placed with a self- propelled spreading and finishing machine in accordance with the Standard Specifications. h. Fog Seal : Conform to provisions of Section 37 of Standard Specifica- tions. 4. STRIPING PARKING AREA PAVEMENTS a. General : All pavement striping and marking shall be given one coat o p`nt. b. Traffic Paint: Non-reflective resin white traffic paint for lines and marking. c. Weather Limitation: Apply paint only when the pavement is dry. Do not appy paint when the atmospheric temperature is below 50° F. nor under unfavorable wind conditions. d. Preparation of Surface for Painting: 1 . Cleaning: Immediately before applying the paint, clean the pave- ment surface thoroughly of all dust, dirt, scale, curing compound, oil , grease, or other objectionable matter as directed. Solvent material that will damage pavements shall not be used as cleaning agents. Curing compounds or other curing medium shall be removed by a sandblasting or other approved methods. Give all pavement surfaces to be painted, immediately prior to painting, a final 2C 009A 2of3 cleaning by means of an approved power broom and a power blower using compressed air following the brooming. 2. Tolerance: Marking and striping shall be within 2" of the alignment as shown. Dimensions of markings and stripings shall be within 1/2" as shown on the contract drawings. 3. Application: Immediately following the preparations of the pavement surface, apply paint with a traffic stripe painting machine of approved type. Apply the paint at the rate of 100 to 110 sq. ft. per gallon of paint. e. Protection: Provide all warning devices required to protect the painting operations and the finished work. Repaint, to the applicable specifications, any portion of the stripe damaged by any type of traffic within 24 hours after the stripe has been applied. 2C .3 of 3 QU;w�s SECTION 2Q CHAIN-LINK FENCING The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all chain-link fencing enclosures as shown on drawings and/or as specified herein, including, but not limited to: a. Chain-link fencing, gates and related accessories. 2. MATERIALS a. Fabric: Galvanized steel chain-link No. 9 gauge, 2" mesh. b. Truss rods, gate hinges, post caps: Galvanized steel , sizes as recommended in "Industrial Steel Specifications for Fence Posts, Gates, and Accessories," of the Chain-Link Fence Manufacturers Institute. 3. SHOP DRAWINGS a. Shall be submitted to the Architect for approval prior to fabrication. R b. Scale drawings shall be at least 1/4" per ft. for elevations and plans, and 3/4" per ft. for details. c. Show general construction methods , sizes, and types of materials and installation details , and specifications of items to be used. - Show methods of attachment to building structure. 4. 'FIELD MEASUREMENTS a. Shall be made preparatory to submittal of shop drawings. Conform to site conditons, verify sizes .and required clearances of equipment to be enclosed. 5. GENERAL a. No opening larger than two inches wide shall result between the chain-link fencing material and any portion of the building or adjacent structure. b. Verify size of clearances for equipment to be enclosed before submitting shop drawings. 2D 1- of 2 002�,1 C. Notify Project Inspector in writing, 48 working hours prior to removing existing fences for relocation. d• Structural steel , miscellaneous metal items and their • shall conform to the applicable requirements of Miscellaneous10n Metal Section. A -1 tttA' ttAl� IttX. r1r�� `: -t ' v4' 4pAdt} : 2SA t:A, .i Ltd .2 ,51.5 t ti t t st .i {• t t r t �7 q { rY' Y t Sze}�}e � t E'$ t R t � ).�• .:§ i t I§IF w y s `{15S} t4:P = i {Wcg j}RSIC i•i1�*` ..F s xe"5 c r �} !t 7tA".t �r t ."f t; ' t rA + ,t 7 • rt .y ! A t • 2 of.2 SECTION 2E SITE IMPROVEMENTS The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all site improvements as shown on drawings and/or as specified herein, including, but not limited to: a. Subsurface drainage structures. b. Storm drains and catch basins. c. Miscellaneous structures, barriers and signs. WORK NOT INCLUDED UNDER THIS SECTION a. Chain-link fencing. b. Asphalt paving. c. Concrete and the paving. d. Concrete walls. 2. REFERENCE SPECIFICATIONS a. Conform to the applicable provisions of latest edition of the Ordinance Specifications of Contra Costa County, copies of which are available at the Contra Costa Public Works Department, Martinez, California. b. In case of conflicts between the contract documents and the Ordinance Specifications , the requirements of the contract documents shal i govern. 3. MATERIALS a. Concrete: Conform to the requirements of Concrete, Section 3C, b. Catch Basins: Pre-cast or cast-in-place concrete structures, complete with galvanized metal grates with tamper-proof bolts. c. Subsurface Footing Drains: Perforated asbestos-cement pipe, meeting requirements of ASTM C 508-63T (Type 11 ) . Provide polyethylene plastic couplings, fittings , accessories as required to install as recommended by the Manufacturer. 2E _ 1 of 2 tnll�+r� pp 9A8 + {v{ V Li d. Storm Drains: 1 . Asbestos-cement Pipe: ASTM C-76 Class III complete with fittings of same material and class as pipe, and plastic sleeve couplings for installation as recommended by the Manufacturer. e. Headerboard: Straight sections of 2"x 6" and curved sections of 3 layers of 1/2" x 4" laminated bender-board, secured in place using 2" x 4" x 24" minimum length stakes spaced not more than *6 feet apart, 4 feet at curved sections. Set all forms to true alignment and grade. Headerboard and stakes shall be redwood, rough sawn construction heart grade. Place earth against the , outside (shoulder) of the forms and compact sufficiently to pre- vent forms from spreading during the compaction of the pavements t 1,6 r :. ,}t,).f°� ;;i? •'tt �k t f 4•i�y e� 4 dpi ' u t.i r .'. .. .,,.,: ,.�'r i, 3� cs S ..•,1a.+ �.:rF}s r V cap r Si]>y,s t �� i ti i t 2E �� 2 of 2 SECTION. 2F EROSION CONTROL The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furinish and install all erosion control treatment on cut and filled earth slope embankments as shown on drawings and/or as specified herein, including , but not limited to: a. Erosion control slurry b. Jute Mesh WORK NOT INCLUDED UNDER THIS SECTION a. Planting bed areas 2. GENERAL REQUIREMENTS A. Field Measurements: 1 . Verify all dimensions in the field .prior to application Notify Project inspector of any discrepancies. 2. Measure area to be treated parallel with the slope. B. Work shall not commence until the Architect and Project Inspector have approved the materials, equipment, and applicaiton methods proposed by the Contractor, and directed the Contractor to start work. 3. MATERIALS . A. Manufacturers names used herein are for reference only, and do not preclude the use of products of other manufacturers meeting the requirements of these specifications. The manufacturer stated herein shall be the standard of quality for the work. B. Mulch: green colored, fibrous, wood cellulose material containing no growth of germination inhibiting factors, applied at the rate of 35 lbs. per 1000 square feet. C. Commercial fertilizer: controlled release type, containing uncoated soluable pellets for fast "green-up" , applied at the rate of 15 lbs. per 1000 square feet. 2F t 1 of 3 00 D. Seed: conform to the provisions of the California Agricultural Code and the Federal Seed Act. Inoculate in accordance with the manufacturer's recommendation, and plant within four days of being treated. 1 . Seed Mix: #/Acre Bromus Mollis "Blando" - Blando Bromegrass 25# TrdfoZium incarnation - Crimson Clover 25# TrifoZium hirtwn - Rose Clover 25# Lotus tenui.s - Narrowleaf Bird's Foot Treful 20# California Wildflower Mix 5# 100#/Acre Note: The seeds can be obtained from Bereer & Plate. The wildflower mix is based on B&P's standard. E. water: free of weed seeds and of such quality as to promote the germination and growth of the seeds. F. Soil stabilizer: chemical type applied in accordance with the manufacturer's specifications. "Soil Seal" , "Soil Bond" , "Enviro" , or equal product must be approved in writing by the Architect and Project Inspector. G. Jute mesh: uniform, open, plain weave, flame-retardant mesh, dyed green, and made from unbleached single jute yarn. Place jute mesh in accordance with the manufacturer's specifications in the locations shown on the plans. In lieu of jute mesh, an equivalent soil retention material may be used, if approved by the Project Inspector. 4. APPLICATION A. Existing Conditions: Examine the site and be familiar with all conditions which may affect this work. Failure or neglect to do so shall not lessen contractors responsibility or entitle - him to additional compensation for work not included in his estimate. 2F 4151 2 of 3 _,. ° B. Erosion control shall not require cul ti vati on,treatment with weed control chemicals , or the placement of straw or topsoil . C. Apply erosion control slurry by means of a nozzle, uniformly . on the designated areas within four hours of mixing. D. Provide necessary safeguards and exercise caution against injury or defacement of any existing site improvements and plantings or prior new work. Repair any damage resulting from this operation and repair or replace such damage at no additional expense to Owner. E. Coordination with work of other trades: Cooperate with other trades in coordinating and providing for the installation of their work in connection with the work of this section . 5. GUARANTEE Before any payment is made for erosion control , a minimum of 95% of the erosion control area shall be covered with vegetation within 45 days after the slurry has been applied. Allowance will be made by the Project Inspector for existing geologic conditions , and for environmental and climatic conditions prevailing during the seed germination period. 2F ,o SECTION 2G IRRIGATION & LANDSCAPE .The requirements of Division 1 apply directly to all work hereunder. SECTION A - IRRIGATION 1 . SCOPE a. Furnish labor, services, materials, equipment and transportation necessary or required to .complete the installation of the irrigation system indicated on the drawings and specified herein. b. The Contractor shall be responsible for the coordination of the installation of a water meter. Said meter shall , at the time of final acceptance of the contract, be turned over to the County. 2. GENERAL REQUIREMENTS a. Codes, Rules and Safety Orders work shall be in full accordance with the latest rules and regulations of the Safety Orders of the Division on Industrial Safety; the Uniform Plumbing Code, published by the Western Plumbing Officials ' Association; and other applicable local codes or regulations . Nothing in the drawings or specifications is to be construed to permit work not conforming to these codes . b. Protection of Materials and of the Public. 1 . The Contractor shall be responsible for protection work and materials from damage during installation and storage. 2: The Contractor shall be responsible for the protection of the public by erecting fences , barricades , and visible warnings as necessary or as required. 3. MATERIALS a. Materials used throughout the system shall be new and in perfect condition. b. When the specifications call for materials or construction of a better quality or larger size than required by the before-mentioned rules and regulations, the provision of the specifications shall take precedence over the requirements of the said rules and regulations . c. Before the installation of any irrigation system component, the manufacturer's installation instructions for that component shall be furnished to Engineer. r j3 , 00253 2G 1 of 5 d Main line and lateral line piping shall be 1120-Schedule 40 PVC plastic pipe with Schedule 40 Type I , Grade I PVC solvent weld fittings. Connections between main line and remote control valves shall be of Schedule 40 hot-dip galvanized steel nipples and fittings. Galvanized steel pipe and fittings shall be coated with epoxy coating according to manufacturer instructions , and wrapped with 20-mil PVC or polyethylene tape providing no less than two (2) thicknesses of tape over all surfaces. e. Sub-lateral lines shall be polyethylene, 80 p.s.i . f. 1/8" tubing shall be polyethylene and shall be installed in the sub-lateral by means of a metal grommet. g. The backflow prevention device shall be a double check valve assembly approved by the water district. h. Strainer and pressure regulator shall be a Wilkins #500 YSBR with 100 mesh, one inch (1 ") size, and shall have a Marsh 0-100# pressure gauge mounted on the downstream side. Install in a pre-cast concrete valve box with a concrete lid. Set pressure regulator at 35 p.s.i . i . All remote control valves shall be installed in pre-cast concrete valve boxes with concrete lids. J . Emitters shall be "Sub-terrain #ST-1 " . k. Gate Valve shall be brass, globe type. 1 . Filters shall be riser type by "Drip-eze" . m. The Contractor shall not leave any trench open after working hours. n. A complete set of "AS BUILT" plans shall be furnished by the Contractor to the Engineer at the completion of the installation of the irrigation system. These plans shall show the locations , distances and depths of the various components of the irrigation system with respect to existing facilities. 4. GUARANTEE a. Work shall be guaranteed for one year from the date of acceptance against defects in material , equipment, and workmanship. Guarantee shall also cover repair of damage to any part of the premises resulting from leaks or settling. 09' fA 2G 2, of 5 SECTION B - LANDSCAPING 1 . SCOPE OF WORK a. Furnish all labor, services , materials , equipment and transportation necessary or required to complete the planting of landscape as shown on the drawings and specifications herein. 2. MATERIALS a. In accordance with the provisions in Section 6-1 .07, Standard Specifications , State of California, Business and Transportation Agency, Department of Transportation , (hereinafter sometimes referred to as S.S.) , "Certificates of Compliance," certificates of compliance will be required for fertilizer, soil amendment and all components used in the irrigation system. The Contractor shall give the Engineer not less than 4 working days advance notice of his proposed source for imported topsoil and sand and shall provide samples of the materials if requested by the Engineer. 3. OBSTRUCTIONS r_ a. Attention is directed to the possible presence of water, sewer, and gas pipe lines , overhead utilities and conduits in the construction area. b. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. c. The work specified shall be so conducted as to permit utility companies , the water district and the sewer district to maintain their services without interruption. 4. EARTHWORK a. It is anticipated that there will be excavated material which shall be disposed of by the Contractor at area designated on drawings . Excavated material shall be disposed of in accordance with the provisions in Division 21B EARTHWORK. 5. IMPORTED TOPSOIL a. Imported topsoil shall conform to Section 20-2.01 of the Standard Specifications and shall be a top quality screened material obtained from a local commercial source. Contractor shall submit a sample for approval by the Engineer prior to topsoil delivery to the site. OU25 2G Iof5 6. FERTILIZER a. Fertilizer tablets shall be 21-gram size with auaranteed analysis of: 9 y Nitrogen 20.00% Phosphoric Acid _ 10.00% Water Soluble Potash 5.00% Combined Sulfur 1 .60% Iron .35% and shall be applied at the following rates: 1 tablet per 1-gallon plant 3 tablets per 5-gallon plant 5 tablets per 15-gallon plant 8 tablets per 24" box plant 7. SOIL AMENDMENT a. Soil amendment shall conform to the provisions of Section 20-2.025 of the Standard Specifications, except that 95% - 100% of the material shall pass a 6.35 mm sieve. 8. MULCH a. Mulch shall be derived from the bark of fir or redwood, shall be a maximum of one and one-half inches in size, and shall be spread to a two (2) inch depth over all planting areas . 9. PRE-EMERGENT WEED CONTROL a. A pre-emergent weed control material shall be applied to all planting areas . The weed control material shall consist of "Surflan," "Dymid-Treflan" combination , or approved equal . b. Any new or existing plants or soil which in the opinion of the Engineer have been damaged by applying weed control chemicals shall be replaced by the Contractor at his expense. c. Weed oils , granular or pelleted weed control chemicals, or chemicals with a "Danger" label shall not be used. 10. GRADING a. The Contractor shall maintain a grade of two (2) inches below the existing sidewalks prior to the installation of the mulch. ` 00 2G 4- 1 ! 11 . PLANTING a. Planting shall conform to the planting details as shown on theP lans . 12. CLEAN-UP a. Surplus soil and materials and other debris resulting from construction and planting operations shall be removed from the site. b. Planting areas shall be neatly dressed and finished and walks, paving, etc. , shall be cleaned to the satisfaction of the County. 13. FINAL INSPECTION a. A final inspection of the planting shall be made at the conclusion of the construction period. Notice requesting final inspection shall be made' by the Contractor to the Engineer at least 5 days prior to the anticipated date of inspection. 14, PLANT ESTABLISHMENT AND MAINTENANCE a . PLANT ESTABLISHMENT work shall conform to the provisions of Section 20-4.08 of the Standard Specifications and these special provisions. 1 . Plant establishment period shall be Type I , and shall commence on the date of the Notice of Completion and shall continue for ninety (90) days. 2. An approved weed control program shall be instituted. 3. The Contractor shall provide maintenance of turf area by watering, seeding, mowing, rolling, trimming and edging, and by performing any other necessary operations of maintenance, including treatment for fungus diseases , insect pests , or rodents . All bare spots caused by germination failure shall be reseeded at intervals of ten (10) days , which shall continue until a good growth of grass is established over the entire turf area . The turf shall be mown when it is three (3) inches; remove all clippings. 4. Commercial fertilizer shall be applied to the surface of all planting areas including turf area one week prior to. the end of the plant establishment period at the rate specified in the fertilizer section. 5. The adjustment of irrigation heads to provide optimum coverage of planted areas shall be included as a part of this work. 0025'1 2G 5nfr, SECTION 3A FORMWORK The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install form materials including plywood or wood forms . Furnish and install shoring, wales , braces and ties for formwork. Remove all temporary formwork and supports. 2. REFERENCES Specifications, standards, tests , and recommended methods . cited herein from following industry and government organizations shall determine quantity and quality of materials and methods unless specifically designated otherwise. a. Americas Plywood Association, Product Standard PS-1-74. b. American Concrete Institute "Recommended practice for concrete formwork" , ACI 347-68. . 3. MATERIALS a. Exposed wall surfaces - B-B Plyform Class I or II , Ext. - DFPA b. For ties on exposed wall surfaces - Cone tight Tyscru coil tie assembly with plastic coil cone for use with plastic set-back plugs as manufactured by Richmond Screw Anchor Co. Plastic set-back plugs to be matte black. c. Tape for joints shall be of an approved type. 4. WORKMANSHIP a. Construction Forms shall conform to the shape, lines and dimensions of the members as shown on plans; and shall be 'substantial , free from surface defects and sufficiently tight to prevent leakage of mortar. They shall be properly braced and tied together so as to maintain position and shape. They shall be so constructed that forms shall be easily removed without damage to the concrete. Holes left for cleaning out of forms shall be in unobtusive locations approved by the Architect and shall be neatly closed before placing of -concrete. Provision shall be made for pipes, conduits, inserts and other embedded features as shown or required. SECTION 3A. t�t�ii �` k 1 of 3 Viz b. Clearances Where concrete is within a foot from existing concrete making removal of forms difficult, fiberboard or other inert material may be used for forms and left in place. Adjacent to expansion joints , such forms shall be designed to maintain the integrity of the expansion joint. c. Forms for Architectural Exposed Concrete (to be sandblasted) . Plywood panels shall be clean, smooth and uniform in size and free from holes and damaged edges. Panels shall be pre-sealed by manufacturer or individually dipped to seal all edges and faces, and joints shall be taped. Forms may be re-used if undamaged, cleaned and re-sealed. Tyscru ties retaining the forms under this paragraph shall be laid out in a uniform pattern to be approved by the Architect. After concrete has sufficient strength spreader cones shall be removed, and plastic set back plugs installed as per manufacturer directions. d. Textured Concrete Wall Finish (indicated on drawings as "Tex'd Conc. ). 1 . Vertically ribbed broken surface texture, formed with reusable flexible plastic form liners similar to "Design+" forms as distributed by Burke Concrete Accessories Inc. Actual pattern to be selected from samples submitted by manufacturer. 2. Sample Panel - Furnish a minimum size 40" wide by 8' -0" high sample panel of textured concrete finish where directed at the job site. Do not commence work on the remainder of textured surfaces until this sample panel has been inspected and approved by the Architect. The approved- sample will be identified and incorporated into the job, serving as a reference standard for "textured concrete" finish on the entire completed project. e. Forms for other exposed concrete T—orms shall be Plywood but joints need not be taped. Form ties may be same as under f. above or may be regular snap ties with surfaces patched as called for under section..'3C paragraph 7g. 5. REMOVAL OF FORMS a. Shall be done in such a manner as to insure the complete safety of the structure. b. Forms on vertical surfaces may be removed after 24 hours. Surfaces where forms are removed in less than 7 days shall receive curing treatment as specified in concrete. SECTION 3A OOC)59 c. Forms supported on shores shall be left in place until the members have attained sufficient strength to support safely their weight and load thereon. The results of suitable control tests may be used as evidence that concrete has attained sufficient strength. d. After removal all form material , debris , etc. shall be removed from the site. _J. S E f F \ t ! 4 .1 • t SECTION 3A O�ON 3 of 3 t SECTION 36 REINFORCING The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all reinforcing steel for concrete as shown on the drawings and specified herein. 2. REFERENCES Specifications, standards, tests and recommended methods cited herein from following industry and government organizations shall determine quantity and quality of materials and methods unless specifically designated otherwise. a. American Society for Testing and Materials - ASTM. b. American Concrete Institute - A.C. I . 3. REQUIRED SUBMITTALS Two sets detail shop drawings showing size , arrangement and location of all reinforcing steel shall be submitted to the Architect for approval before fabrication is started. After making corrections on originals , additional shop drawings shall be submitted as required in section 1 . 4. TESTS AND INSPECTIONS a. Reinforcing steel shall be tested with one bend and one tensile test for each 10 tons of each size of bar when such bars are properly identified as part of a lot for which cerfified mell test reports are furnished indicating compliance with the specifications. b. Reinforcing steel without mill test reports shall have one bend test and one tensile test for each 2-1/2 tons or fraction thereof of each size bar used in the project. c. Testing shall be paid for by the owner. 5. MATERIALS a. Reinforcing bars shall conform to "Standard Specifications for Deformed Billet-Steel Bars for Concrete Reinforcement". Designation A 615 - G ra de 40. b. Cold-drawn wire or welded wire fabric for concrete reinforcement shall conform to the "Standard Specifications for Welded Steel Wire Fabric for Concrete Reinforcement". (ASTM Designation A-185) . 3B 1 of 2 ((,, � V,4 61 6. FABRICATION a. Reinforcing bars shall have all bends and hooks bent cold and to dimensions specified in the A.C. I. Standard "Building Code Requirements for Reinforcing Concrete" (A.C.I . 315-74) . b. Bends for stirrups and ties shall be made around pins having a diameter of at least twice the thickness of the stirrup or tie. c. Straightening and rebending bars will not be allowed to an extent which will injure the reinforcement. d. Bars with kinks or bends not shown on the plans shall not be used. ..0 7. INSTALLATION a. Reinforcing steel shall be accurately placed and adequately secured in position by metal chairs and spacers . Concrete chairs may be used for reinforcing of slabs on grade. b. Clear distance between bars shall be not less than shown on the plans and where not shown shall be not less than 1-1/2 times the size of the course aggregate or not less than 1" . c. Reinforcement in two or more layers shall have clearance as specified herein and shall have upper layer bars placed directly above those in the bottom layer. d. Splices in reinforcing shall be made only in locations shown on the plans. Reinforcing bars for horizontal wall steel and for slabs on grade may be spliced with a lap of sufficient distance to develop the bar in bond. Splices in adjacent bars shall be staggered. e. Concrete Protection for Reinforcement: 1 . 3" of concrete between bar and earth for reinforcing in members in which concrete is deposited-directly against the ground. (Footings) 2. 2" of concrete between bar and surfaces of concrete poured against forms but which will be exposed to the weather or in contact with earth for bars larger than 5/8" in diameter and 1-1/2" for bars 5/8" or less in diameter. 3. 1-1/2" of concrete cover for beams and girders not exposed to the weather. 4. 1" of concrete cover for slabs and walls not exposed to the weather. 5. Concrete protection for reinforcement shall in all cases be at least equal to the diameter of round bars. 36 QRf�G`2 2 of •2 ®ate SECTION 3C CONCRETE The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish all labor, materials, equipment and serivices for the completion of all concrete work as required by the drawings and/or specified herein, including tilt-up concrete walls. 2. WORK NOT INCLUDED IN THIS SECTION A. Templates, anchors, sleeves and inserts required to be built into the concrete work for the attachment of the work of other trades are included in the sections for such respective trades. b. Insulating concrete is included in section 3E. c. Pretensioned concrete is included in Section 3D. 3. REFERENCES Specifications , standards , tests and recommended methods cited herein shall determine quantity and quality of materials and methods unless specifically designated otherwise. a. American Society for Testing and Materials (ASTM) . b. American Concrete Institute (A.C. I. ) 4. TESTS AND INSPECTIONS a. Tests and inspections will be by the Owner. Contractor shall supply all materials required for testing. b. Aggregate for concrete will be sampled and tested for purposes of designing the concrete mix and will be tested for suitability at the discretion of the Architect. c. Samples of cement shall be held for testing. d. Notify inspector at least 2 working days before pouring concrete. e. Continuous Batch plant inspection of all concrete produced at a ready mix plant will be required unless specifically waived by the Architect. Where batch plant inspection is waived, certified weight tags shall be furnished with each batch delivered. Weight tags shall show the following information: SECTION 3C l of 10 00 -.63 1 . Reading of revolution counter at first addition of water. 2. Signature of ready-mix representative. 3. Type and brand of cement. s 4. Amount of cement. 5. Total water content by producer. (Or W/C ratio) . 6. Water added by receiver of concrete and his initials. 7. Admixtures and amount of same. 8. Maximum size of aggregate. 9. Weights of Fine and Coarse Aggregate. 10. Certification that all ingredients are as previously approved. f. Concrete Strength Tests for each days pour or each 100 cubic yards of concrete poured will be made for each type of concrete poured. Not less than 3 specimens will be made for each test. g. Concrete shall not be poured until inspection of forms, reinforcing and other embedded items has been made by the Owners representative and pours shall be made only when the inspector is present. 5. MATERIALS gloom a. Portland cement, Type II, conforming to the current ASTM Specification C-150. One brand of concrete shall be used throughout for uniform color. b. Concrete aggregates: Fine and coarse aggregate shall comply with the current AS174 Specification C-33, and shall be clean uncoated grains of strong materials. c. Water shall be clean water from utility company mains. d. Admixtures: Admixture for use in the concrete, either for plasticizing, densifying, or air-entrainment, shall be an approved admixture which, when added to the concrete mix, produces concrete with compressive strengths at 7 and 28 days complying with the water cement ratio law. Acceptable documentary evidence must be presented with the materials submitted for approval , showing that the material increases durability of the concrete when subjected to freezing and thawing and to corrosion, and that the material has been used in similar work for not less than 5 years. SECTION 3C 00261 2 of .10 e. Non-slip aggregate - Aluminum Oxide or emery graded from particles retained on a No. 50 sieve to particles passing a No. 8 sieve. ("Fut-sure" or equal . ) f. Hardening and dustproofing material shall be a colorless, aqueous solution of zinc or magnesium fluosilicate. Each gallon of the solution shall contain not less than two (2) pounds of the crystals. A proprietary hardener, approved by the Architects , may be used provided the hardener is delivered ready for use in the manufacturer's original containers. Same as Master Builders ' , "Saniseal No. 100" or approved equal . g. Coloring Matter: Shall be color non-slip hardener, color as selected by the Architect. Same as Conrad Sovig Co. 's "Kolorblen" ; or approved equal . Colors from manufacturers standards. �- h. Expansion Joints: 1 . Premoulded Expansion Joint Filler Strips shall conform to the requirements of ASTM Tentative Specifications (Serial Number D544-52T) . kwWm 2. Joint Sealing Compound, Poured Type: Joint sealing compound for poured expansion joints shall conform to the requirements of ASTM Tentative Specifications (Serial Number D1191 ) . j� i . Curing Mothods : 1 . Clear 18% chlorinated rubber epoxy compatable with cut-back adhesive for asphalt tile and all other adhesives. Same as P.C. Western Chemicals ' "Proco" ; or approved equal . 2. Membrane Paper: Same as Sisalkraft "Moistop-2" or approved` equal. 3. Water 6. CONCRETE PROPORTIONING, MIXING, AND PLACING a. Design of Concrete Mixtures 1 . Concrete shall be composed of portland cement, fine aggregate, coarse aggregate, and water. An approved water reducing of plasticizing admixture may be used at the option of the Contractor. An air entraining agent shall be used to produce an air content of 3p - 5%. 2. An approved independent testing and inspection laboratory hired and paid for by the Owner will prepare the designs of mixes for the classes of concrete specified to be used. All concrete shall SECTION 3C ?' } 3 of 10 00263 be designed in accordance with the ACI Standard Recommended Practice for the Design of Concrete Mixes (ACI 613 and 613A) to produce the strength for each class of concrete specified and with slumps and maximum sizes of coarse aggregate in accordance with the requirements outlined below. Concrete shall also be designed to produce unit weight for each class on concrete. The concrete shall be so designed that the concrete materials will not segregate and excessive bleeding will not occur. 3. The concrete furnished shall not exceed the maximum water_ cement ratio for the class specified. The slump shall not exceed the maximum specified above for the typt of construction. for which it is to be used. CONCRETE REQUIREMENTS minimum Maximum Maximum Cement Type of Size 28 Day Maximum Water Content Construction Aggregate Strength Slump Gal/Sack Sacks Yd. Tilt-up concrete walls, columns, beams, and Select concrete blocking 3/4" 3000 psi 4 6-1/2" by Lab. Foundations 1-1/211 3000 psi 311 6-1/211 Select by Lab. Slabs on grade curb, etc. 3/41# . 3000 psi 311 , 6-1/2" , 6. b. Methods of Measurement 1 . Cement and aggregates shall be measured by weight and the methods of measurement shall be such that the proportions can be accur- ately controlled within 1%. For measuring, the water by wei.ght or by volume shall be used. The admixture shall be measured by volume or by weight with an accuracy of 1%. 2. Measurement of materials for ready-mixed concrete shall conform to the Standard Specifications for Ready-Mixed Concrete ASTM Designation C94. c. Preparation of Equipment and Place of Deposit 1 . Before placing the concrete, all equipment for mixing and trans- porting the concrete shall be cleaned, all debris shall be re- moved from the spaces to be occupied by the concrete, forms shall SECTION X -je 4 of 10 00 be thoroughly wetted or oiled and the reinforcement shall be throughly cleaned. 2. Water shall be removed from place of deposit before concrete is placed unless otherwise permitted by the Architect. 3. All reinforcement, forms, fillers and ground with which the concrete is to come in contact shall be free from frost. d. Mixing of Concrete 1 . Unless otherwise authorized by the Architect, the mixing of concrete shall be done in a ready mix plant. 2. Ready mixed concrete shall be mixed and delivered in accordance with the requirements of the Standard Specifications for Ready Mixed Concrete ASTM Designation C-94. 3. When the temperature is below 40 degrees Fahrenheit or is likely to fall below 40 degree3 Fahrenheit during the 24 hour period after placing, adequate equipment shall be provided for heating the concrete materials and protecting the concrete. No frozen materials of materials containing ice shall be used. Temperatures of the separate materials including the mixing water, when placed in the mixer, shall not exceed 140 degrees Fahrenheit. When placed in forms the concrete shall have a temperature between 50 - 90 degrees Fahrenheit. e. Conveying 1 . Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation or loss of the materials . 2. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such size and design as to insure a pract- ically continuous flow of concrete at the delivery end without, separation of the materials. f. Depositing 1 . Concrete shall be deposited as nearly- as practicable in its. final position to avoid segregation due to rehandling or flowing. The concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. No concrete that has partially hardened or been contam- inated by foreign material shall be deposited on the work, nor shall retempered concrete be used. Concrete shall not be depos- ited during rain unless adequately protected, and in any case shall be protected from rain until it has hardened sufficiently so that it will not be damaged. • SECTION 3C .y } 5 o-f-1-o— 002.67 t 2. When concreting is once started, it shall be carried on as as continuous operation until the placing of the panel or section is completed in such a manner that fresh concrete will not be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. The top surface shall be generally level . When construction joints are necessary, they shall be made in accordance with requirement for Construction Joints. 3. All concrete shall be thoroughly compacted by suitable means during the operation of placing, and shall be thoroughly worked around the reinforcement and embedded fixtures and into the corners of the forms. Vibrators may be used to aid in the placement of the concrete provided they are used under experienced supervision, and the forms are designed to withstand their action. 4. Where conditions make compacting difficult, or where the reinforcement is congested, batches of mortar containing the same proportions of cement to sand as used in the concrete, shall first be deposited in the forms to a depth of at least one inch. g. Tilt-up concrete walls shall have sufficient reinforcing steel added to prevent cracking of panels when lifting. h. Construction Joints 1 . Joints not indicated on the plans shall be made and located so as least to impair the strength of the structure. Where a joint is to be made, the surface of the concrete shall be roughened, thoroughly cleaned, and all laitance removed. In addition to the foregoing, vertical joints shall be thoroughly wetted and slushed with a coat of neat cement grout immediately before placing of new concrete. 2. At least 2 hours must elapse after depositing concrete in the columns or walls before depositing in beams , girders, or slabs supported thereon. Beams , girders , and brackets shall be considered as part of the floors system and shall be placed monolithically therewith unless otherwise specifically indicated on the plans. 3. Construction joints , if required, shall be located near the middles of the spans of slabs. i . Bonding and Grouting 1 . Before depositing new concrete on or against concrete that has set, existing surfaces shall be thoroughly roughened and cleaned of laitance, foreign matter and-loose particles. Farms shall be SECTION 3C. j. 6 of 10 i 0C) 0 retightened and existing surfaces slushed with grout coat of neat cement. New concrete shall be placed before the grout has attained initial set. Horizontal construction joints shall be given a brush coat of grout consisting of cement and fine aggregate in same proportion as concrete to be placed, followed by at least 3 inches of concrete of regular mix, except that the prop- ortion of coarse aggregate shall be reduced 50 percent. j. Expansion Joints 1 . Joints between slabs and vertical surfaces shall be made by placing a layer of 30 pound asphalt-saturated felt against the wall or vertical surface the full depth of the slab. 2. Where joints are indicated to receive sealant premoulded expansion-joint-filler-strips shall be installed at the proper level below the finished floor with a slightly tapered, dressed, and oiled wood strip tacked on top there of to provide a groove for the sealant. 3. Edges of joints of cement floors or concrete slabs at all expansion joints shall be neatly finished with a slightly round edging tool . 7. FINISHES NOWA-W a. General : Concrete floor slabs shall be finished ashereinafter described. In preparing base slabs for the various finishes , slabs shall be struck off true at the required level below - the elevation or grade of the finished floors, as shown on the drawings. Floors shall be level , except that where drains occur, floors shall be pitched there to as indicated on the drawings , or as directed by the Architect. b. Rough Slab Finish: Floors to be surfaced with quarry tile , as indicated in the Schedule of Interior Finishes , shall be depressed to depth indicated or required to recieve setting bed, and finished by tamping the concrete with special tools to force aggregate away from the surface, then screeding with straight edges and floating to present a reasonably true and uniform surface. c. Monolithic Cement Finish: Floors and other areas indicated as cement in the Interior Finish Schedule and roof slab shall receive a monolithic cement finish applied as follows: The areas shall be screeded true to the required levels and then shall . SECTION 3C 7 of lo'--T,' finished by tamping the concrete with special tools to force the coarse aggregate away from the surface to the required finish level shown on the drawings . While the concrete is still green but sufficiently hardened to bear a man 's weight without deep imprint, it shall be wood floated to a true, even plane with no coarse aggregate visible. Sufficient pressure shall be used on the wood floats to bring moisture to the surface. The concrete shall then be hand-troweled to produce a smooth , impervious surface , free from trowel marks . An additional troweling shall be given the surface for the purpose of burnishing. The final troweling shall produce axingIng-sound. from the trowel . Omit steel trowelling operations where terrazzo finish is indicated in the Interior Finish Schedule. d. Non-slip Surfaces : All exposed concrete floor surfaces, concrete treads and landings as per Finish Schedule. Apply at rate of 25 pounds per 100 square feet as per manufacturer's directions. e. Exterior: Unless noted "Exposed Aggregate" on plans. Smooth troweled and then heavy broom textured across direction of traffic. Tooled joints in pattern as shown on drawings. f. Exterior Exposed Aggregate: Screed concrete to finish level . After concrete sets 2 - 4 hours , wash with water spray and broom gently to expose approximately 1/3 of the volume of pebbles projecting from solid concrete. g. Exposed Concrete Walls: 1 . Sandblasted - See Section 3 E for sandblast finishes . 2. Textured Concrete Wall : See requirements for their surfaces under Section 3A - g. 3. Painted Concrete Surfaces : After stripping forms from vertical surfaces all form ties shall be cut back to a depth of I" below the surface. All holes shall then be cleaned and filled with a 1 .1 mortar mix. All fins caused by form joints and other projections shall be removed. Use of carborundum stones to remove bulges or irregularities will be required when in the opinion of the Architect, they are unsightly. 8. CURING AND SURFACE TREATMENT a. Curing 1 . Curing may be with water, membrane or curing compound specified applied in accordance with manufacturer instructions. SECTION X 00270 8 of 10 If curing is done by water, concrete surfaces shall be continuously wet. Membranes used for curing shall have all joints lapped 4" and taped and shall be maintained intact for 7 days . 2. All concrete shall be prevented from drying for at least the first 7 days after placing. Adequate provision shall be made for maintaining the temperature of the concrete above 50 degrees F. , for at least 72 hours or for as much more time as is necessary to insure proper rate of curing of the concrete. The housing, covering or other protection used in connection with curing shall remain in place and intact at least 24 hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. b. Hardener and Dustproofer General : All cement floor finish which is not colored and which is not covered with a wearing surface of other material shall receive a hardening treatment as follows : 1 . Material must be delivered to the job ready for use in the .... . , manufacturer's original containers . 2. Application: Concrete surfaces to be treated shall have been thoroughly cured and cleaned and be perfectly dry, with all work above them completed. Apply two coats of hardener and one coat of sealer as per manufacturer's instructions. c. Colored Surfaces : Where called for on the drawings or in the Finish Schedules, shall be finished as follows : Immediately after screeding and leveling as specified in paragraph b. of section 7. Finishes , distribute evenly over the surface not less than fourty pounds of Kolorblen Color Hardener, or equal , per one hundred square feet of floor surface. Thoroughly float into the finish with a mechanical or wood float. Follow with a second dust on or shake coat, distributing not less than ten pounds of Kolorblen Color Hardener, or equal , per on hundred square feet. Float and trowel to a smooth, even finish. Final trowelling shall be delayed until excess moisture has disappeared from final coat to permit burnishing, but no additional water shall be applied to allow easier finishing. The finished surface must be free from depressions and shall be dense and smooth. There shall be no further trowelling after the surface has set. Not less than twelve hours , nor more than twenty-four hours after finishing, colored concrete finish on the interior shall receive one coat of Kolorblen Wax Seal , or equal (in corresponding color) , well worked into surface with a lamb's wool applicator. Application shall be made as per manufacturer' s directions. .. .;�. SECTION 3C ,€ 9 of 10- 00211 1. Protection and Curing: After the wax has set, the surfaces shall be covered with Consov curing paper, or equal , pasting the laps as per the manufacturer's directions . 2. Final Application and Buffing: Just before completion of work and acceptance of the building, the colored concrete surfaces shall be cleaned and one coat of Kolorblen Wax Seal , or equal , shall be applied and buffed. t, jra- t s 37 r # f tr . �r .., ":J' �t,� [t �+ t:A ( tit . * �;.�1t t it�•� o}'x _a �'�1 s ,tk• ;...r...;iT t I t �}{ �i f `rt tf i ;e �, +` a 3 E x,i•, yY s 'V. �t z1Et ?rt:��n�t :yt.-� t �• t ,td 't . t '•��' t ,;t 0.f• 4p lil'+; 7�. 1 t-.p t 1M t �'-;.� -° r s., tt a +µ •�. ; K Int � ) r t i i{ 1'G ;y �.II - •f-i ,+ i t ti' t i'" [ I i' t i �I t niT k y SECTION IC— 10 10' of 0 LtV } SECTION 30 PRETENSIONED CONCRETE The requirements of Division 1 apply directly to all work hereunder; 1 . SCOPE ■ Generally the work under this heading shall include, but is not limited to, the furnishing of all labor, materials, equipment and services necessary to complete all pretensioned, concrete work shown on the drawings and/or hereinafter specified. a. Furnish necessary materials, apparatus and labor to manufacture (and install) all prestressed Double Tee members. Installation shall include all welding between members and to adjacent structural components but excludes any jobsite grouting, pouring, drypacking or finishing. Furnish required steel anchors to attach double tees for setting in concrete. b. Experience - The prestressed concrete work shall be performed by an organization that has successfully executed installation of a similar nature. Evidence to this effect shall be submitted to the Architect. c. Design - Prestressing details other than shown may be substituted upon approval of the Engineer provided other provisions of this specifi- cation are met. 2. REQUIRED SUBMITTALS Two sets detail shop drawings showing size, arrangement and location of all reinforcing steel shall be submitted to the Architect for approval before fabrication is started. After making corrections on originals, additional shop drawings shall be submitted as required in section 1 . 3. MATERIALS a. Strand - Conforming to ASTM A416 shall be 1/2"O-270k Grade 1 x 7 strand with minimum area 0.153 sq. inches and minimum ultimate strength of 41 ,300 lbs. b. Concrete - 1. Cement shall be Type 1 , 11 , or ill conforming to ASTM Designation 0150. 2. Aggregate shall be rounded, sealed surface expanded shale, or approved equal , meeting ASTM Designation 0330 and having properties such that prestress losses will be comparable to conventional sand and gravel concrete. Size of aggregate shall "generally" be no larger than one inch. 30 kI 1 of 2 002+13 3. Admixtures containing Calcium Chloride will not be permitted. 4. Concrete shall be batched, mixed and handled in accordance with the latest recommended practices of the American Concrete Institute. Mix shall be designed by the manufacturer and be placed with a 3" maximum slump. Weight shall not exceed 110 pounds per cubic foot. 5. Curing may be accelerated with radiant heating or steam as long as concrete temperature doesn't exceed 180° F. 6. Strengths unless design demands otherwise shall be 4,000 psi at release and 5,000 psi at 28 days. c. Reinforcing - Steel bars shall be intermediate grade, conforming to ASTM Designation A615 Grade 40. Welded wire fabric shall conform to ASTM Designation A185. Any welding to reinforcing steel shall be done with low hydrogen electrode. 4. CONSTRUCTION a. All material , details and procedures shall be as called for on the plans or by the engineer. b. Care shall be exercised to keep strands clean of oil and other sub- stances harmful to bond. c. Strands may be tensioned individually or in groups to an initial Jacking Force of 27,700 lbs. d. Pretensioning force shall be determined by elongations of the strand and checked with hydraulic pressure. e. Forms shall be generally tight and permanent to produce a smooth finished product. f. Surface of the member shall be finished with a wood float. g. Cut all strands back 1/2" from surface, patch indentation and -finish end of tees flush and smooth. h. Test cylinders shall be cast and cured the same as the member. i . Forms shall be so designed and aligned that they will not restrict the longitudinal movement of the member when the prestressing force is transferred. j. Unless approved by the engineer, the finished member shall be lifted and/or supported at the points shown on the plans or at the supporting points of the member when it is put into service. 3D 2 of 2 00 . SECTION 3E INSULATING CONCRETE The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install insulating concrete on all flat roof areas to depths shown on the drawings. 2. REFERENCES Specifications, standards , tests and recommended methods cited herein from following trade and industry organizations shall determine quantity and quality of materials and methods unless specifically designated otherwise. a. Standard Specifications of Vermiculite Institute. b. American Society for Testing and Materials (ASTM) . 3. REQUIRED SUBMITTALS a. Manufacturer's brochure showing materials, mix, and application method and procedure for Architect' s approval . b. Manufacturer's certificate stating that Contractor is a licensed applicator and that all material was prepared and installed in accord- ance with Architect's drawings and specifications, and specifications of Vermiculite Institute. c. Written statement by manufacturer that lightweight insulating concrete is cured and ready to receive roofing. d. Written statement by manufacturer that methods of venting are acceptable. Vents are specified to be furnished under section on sheet metal and installed under section on roofing. 4. DESIGN CRITERIA a. Dry density 22 to 28 pounds per cubic foot. b. Minimum compressive strength of 100 pounds per square inch. c. Minimum indentation resistance of 100 pounds per square inch (l sq. in. disc. ) 5. MATERIALS a. Portland Cement: ASTM C150, Type II. b. Aggregate: ASTM C332, Group I , Neutral (PH7) , non-reactive. All bags shall have Vermiculite Institute label . 3E 00 2713 1 of 2 c. Water: As piped directly from city water- main., 6. INSTALLATION a. Contractor must be a licensed applicator by approved manufacturer of, product being installed. b. Before installing this work, examine all surfaces to determine if all are smooth, clean, dry and suitable for application of insulating concrete. C. Install material to thickness and profiles shown. Mixing, placing, curing, protection and sampling shall conform to manufacturer's standard specifications. d. Roof surfaces to be evenly sloped to roof drains or scuppers. Repair and refinish surfaces having depressions in normal slope, greater than 1/4" in 10 feet. Minimum thickness insulating concrete: .2 inches. e. Permit no traffic on insulating concrete for 72 hours after application. 4.4 t, st d 1s . •'� r , e 1C r. .ii, —.s rr ,.1 . .� A41A F ri i • 2 - t 3E 2 of'' SECTION 3F SANDBLASTING The requirements of Division 1 apply directly to all work hereunder. 1. SCOPE Furnish all necessary materials , equipment, labor, and services to sandblast concrete surfaces where shown on drawings and/or specified herein. 2. GENERAL REQUIREMENTS a. Use skilled mechanics with suitable equipment to provide a uniform surface texture. b. Each operator shall be equipped with a protective hood ® supplied with filtered air. c. Protect all surrounding finish materials from damage due to the sandblasting operations. 1. Arrange for repair of damaged surfaces at no additional cost to the Owner. d. Sandblasting shall be performed as soon as practicable after removal of forms and approval of ample panel . e. Conform to all state and local regulations applicable to this work, including, but not limited to: 1 . The Health Department 2. The State Division of Industrial Safety. f. Sandblasting will not be permitted during windy weather conditions except in locations or at times as approved in writing by the Project Inspector. 3. MATERIALS AND EQUIPMENT a. Sand: 30-40 mesh clean sharp silica sand. b. Compressor Size: Minimum 300 CFM per nozzle used, with minimum air pressure of 90 psi at nozzle. c. Nozzle: Minimum 3/8" inside diameter venturi-type. d. Hose: Minimum 1-1/2" inside diameter. 3F Y loft 00277 4. SAMPLE PANELS a. Furnish a sample panel where directed at the jobsite, indicating the proposed finished texture of sandblasted concrete. Do not commence work on the project until this sample panel has been inspected and approved by the Architect . Minimum size of sample panel 4'0" x .8'0". b. The approved sample panel will be identified and incorporated into the job and will serve as a reference standard for finished sandblasted texture on the entire completed project. 5. PROCEDURE: a, Perform sandblasting of concrete surfaces to obtain a light, even texture, removing all traces of smooth surface cement matrix, exposing aggregate but not cutting deeper than approximately 1/8" and matching approved sample panel . b. The distance from nozzle to wall of 24" to 36" , as determined by the operator to obtain the texture desired, shall be maintained throughout the job, for uniformity. c. Maintain nozzle at right angles to wall surface. d. Lap strokes to obtain an evenly textured surface. 6. CLEANING: a, Clean up all sand and debris from operation and leave' all floors and other horizontal surfaces broom clean after sandblasting is completed.` 3F 00fZ,^ Q SECTION 5A MISCELLANEOUS METALS The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE ar Furnish and install all structural steel and miscellaneous metal work as indicated on the drawings and/or as specified herein, including, but not limited to: a. Structural steel , miscellaneous metal items. b. Exposed tubular steel downspouts. c. Steel Beam, Hanger angles and bolts for Movable Wall supports. d. Welded structural metal assemblies. e. Handrails, stair nosings. 2. REFERENCE a. ASTM Specifications referred to herein shall be the current revision thereof. 3. MATERIALS a. General : Materials shall be new. When not specified or indicated, material shall be approved by the Architect as to type and suitable quality. All steel furnished hereunder shall be rolled from domestically produced ingots. b. Steel : Structural steel and appurtenant materials shall conform to the req iu rements of ASTM Specification A36 for "Steel for Bridges and Buildings." cr Bolts: Bolts shall conform to the "Specifications for Low Carbon Steel x-ternally and Internally Threaded Standard Fasteners," ASTM A307. d. Weldin : Welding electrodes for manual shielded metal or welding shall conform to the E60 or, E70 series of the "Specification for Mild Steel Arc-Welding Electrodes," AS171 A233. Welder shall have a valid certificate showing qualification for type of welding to be done. e. Safety stair treads: formed of homogeneous epoxy abrasive formed, cured and bonded to an extruded 6063-T5 heat-treated aluminum ribs, as detailed. Cover treads with protective tape to prevent discoloration during pouring of concrete. Treads shall be available in at least 12 standard colors, for selection by the Architect. Install in accordance with manufacturers standard written instructions. 5A A,: 1 of 4 00279 f. Window Grilles: Galvanized steel grille panels , Type E Honeycomb, as manufactured by Irving Grating, IKG Industries , or equal . g. Anchors: Expansion shields for lag-screws shall be as follows: Sebee, Star double expansion shields, Phillips "Red-Head," Star Slug-In Compounded Anchors; Phillips "Red-Head" Self Drilling Concrete Anchors for bolts or studs; Phillips Self Drilling Red Hanger for expansion shells. 4. GALVANIZING a. Scope: The drawings or specifications will indicate steel which shall be galvanized. Fastenings exposed to the weather shall be of hot- dipped galvanized or of corrosion resistant material as approved by the Architect. Galvanized items shall be galvanized after fabrication. b. Structural Shapes: Items to be galvanized shall be galvanized after fabrication in accordance with ASTM Specification A125 for "Zinc (Hot Dip Galvanized) Coatings on Structural Steel Shapes , Plates and Bars and their Products." The minimum weight of coating shall be 1 .8 oz. per sq. ft. When galvanizing closed pipe sections, a small hole shall be provided to relieve internal pressure. c. Hardware: Bolts and nuts steal be straightened without damage to the material or galvanizing in a manner acceptable to the Architect. Warped material , which cannot be straightened without injury to the protective coating will be rejected. d. Straightening: Warped members shall be straightened without damage to the material or galvanizing in a manner acceptable to the Architect. Warped material , which cannot be straightened without injury to the protective coating will be rejected. 5. FABRICATION a. General : Fabrication work, except where specified otherwise, shall comply with applicable requirements of the "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," as currently amended by the American Institute of Steel Construction. The Architect may reject material with mill or shop defects, ragged or drawn shear cuts, cracks at bends or unauthorized cuts. b. Verify all dimensions in the field. Check site elevations of level- ling plates, anchor bolts, etc. prior to completion of fabrication so that any necessary adjustments of connecting pieces can be made in the shop. c. Welding: Shall conform with applicable provisions of the current "Standard Code for Arc and Gas Welding in Building Construction," as issued by the American Welding Society and applicable provisions of Section 1 .17 of the current A. I.S.C. Specification. Welding shall be performed by the electric arc process. Connections to be galvanized shall be welded all around to prevent the entrance of pickling acid. 5A 00280 2 of 4 d. Joints where exposed shall be tight and accurate. Where joints must be water-tight they shall be welded solidly. e. Shop Errors: Material which fits improperly in field assembly will be rejected and shall be replaced with new or corrected material . The method of correction shall be approved by the Architect. Correction or replacement shall be at Contractor's expense. 6. INSTALLATION a. Setting: Material shall be accurately and properly installed in position and secured against displacement during- the performance of the subsequent work. Bolt threads and open end items (such as sleeves and inserts) shall be protected from filling with concrete or foreign matter. b. Drilling and Cutting: Of existing or new work for installation of Structural Steel or Miscellaneous Metal work shall be approved by the Architect. Such work shall be performed neatly and in a manner which least impairs the structure. c. Installation Details: When not shown shall be in accordance with the best practice of the trade. Field joints for handrails shall be made with inside sleeves. Sleeves shall be fastened with countersunk set screws located on the undersides of the rails. 7. PAINTING a. Shop Prime: All structural steel work and miscellaneous metal work furnished by the Contractor shall be given a shop prime coat of Red Lead Primer or approved equivalent except non-porous , galvanized or surfaces that are to be completely embedded in concrete or at locations to be field welded. Material to be primed shall be thoroughly cleansed of foreign material which will affect the bonding of the prime coat. After installation, abraded shop-prime and field welds and adjacent areas shall be retouched with like material . b. Repair: Damaged galvanized coatings shall be prepared and coated with the following or approved equivalents : I . Dry Galv. : American Selder and Flux Co. (Heidt Equipment Co. , Oakland). 2. Galvanex: Subex Inc. (Geo. E. Honn Co. , S.F. ) . 3. Z.R.C. : Sealube Inc. (Claude B. Smith Co. , Oak. ) . 8. SHOP DRAWINGS a. Submit 5 copies of shop drawings of structural steelwork and miscel- laneous metalwork to the Architect for approval before fabrication. Indicate necessary information for fabrication and painting per those specifications. 5A 3of4 9. TESTING AND TEST REPORTS a. fleet all applicable Testing, Inspection and Certificationof Structural Steel and Miscellaneous Metal Work and Welding as required by Title 24 for each specific type of work. f , 00282 y' 1 4 of.4 SECTION 6A CARPENTRY The requirements of Division 1 apply directly to all work .hereunder. 1 . SCOPE Furnish and install all Rough and Finish Carpentry and all related work as shown on drawings and/or as specified herein, including, but not limited to: a. Carpentry b, Installation of metal specialities, miscellaneous equipment, and other specialities not installed by their suppliers, c. Installation of finish hardware , doors. WORK NOT INCLUDED IN THIS SECTION a. Thermal insulation under Building Insulation Section. b. Cementitious Acoustic Treatment. 2. SPECIAL REQUIREMENTS a. 'Measurements: Take all necessary measurements at the building and accurately fit all work. b. Scaffolding: Construct in conformity with provisions of safety orders of the Division of Industrial Safety, Department of Industrial Relations, Title 8, California Administrative Code, and O.S.H.A. c. Guard Rails: Construct protective guard railings at all hazardous horizontal and/or vertical openings, pits, and trenches over three feet deep. 3. MATERIALS a. Lumber and Plywood Standards : 1 . Douglas fir and West Coast Hemlock: Standard Grading Rules No.15 of the W. latest edition. 2. Plywood: Product Standard PS-1-66 of the American Plywood Association. 6A 1 of4 3. Each piece of lumber shall be grade stamped by the grading organization. Each piece of plywood shall be grade stamped D.F.P.A. b. Plywood: Douglas Fir, "Structural V C-C plugged, thickness as show—n. c. Rough Hardware: Furnish and install all nails, spikes , bolts, nuts, washers, anchors, timber connectors , etc. , required to assemble, secure and brace all carpentry work, except items specially fabricated under "Miscellaneous Metal". Provide and install standard mallable iron or plate washers under all bolt heads and nuts bearing in wood. d. Treated Wood Nailers: Fire-retardant pressure treated lumber meeting UnderwriterLaboratories requirements for flame spread less than 25, no evidence of significant progressive combustion in 30 minute test duration. Each piece of lumber shall bear the U.L. label . e. Building Paper•..* ' "Sisalkraft" or equal f. Overlay Plywood Wall Panelling: Fire retardant treated D.F.P.A. grade-marked medium Density Overlay plywood, 3/4" thick, with tongue and groove joints. Apply to wall backing material with approved adhesive and self-drilling flat-head screws to metal studs. g. Plastic Laminate Wall Panelling: Similar to TMI panel system 550 fire retardant, 7/16" thick, concealed spline joint system, meeting the following requirements: 1 . Panel Components: a. Plastic surface: high pressure laminated plastic, vertical surfacing grade-55. b. Core: 3/8" thick fire-retardant treated particle board. c. Adhesive: U.L. approved resourcinol . d. Backing: Grade-98 backing sheet. e. Fire Hazard Clasification: ASTM E84 flame spread-25, smoke developed-40, as tested on the decorative face. f. Applicable Standards: Components of Panel Systems shall meet the following performance standards: 1 . Laminates : NEMA Publication LDI-1971 , Amended. 2. Cores: Commercial Standards CS-236-66. 6A 2`of 4 oov8l Ga 2. Colors and Patterns: as selected from full line of plastic laminate manufacturer's samples of solid colors and woodgrain patterns. Finish shall be suede-58 series. 3. Accessories: Molding, outside corner, casings, of wood core surfaced with plastic laminate to match panels. Wood splines are concealed hardwood. 4. Installation: Apply panels with adhesives and a 'concealed spline system to furring strips over subwall as indicated on drawings, and in accordance with manufacturer's instructions. h. Stainless Steel Laminated Wall Panelling: 1 . Panel Core: 3/B" thick fire retardant treated particle board. 2. Stainless Steel surface: type 304 stainless steel , 22 gauge, No. 4 brushed satin finish (vertical) high pressure laminated to core with U.L. approved adhesive. Edge treatment formed as shown on drawings. 3. Accessories: Provide formed moldings, outside corners, casings of stainless steel to match panels. Fastenings shall be concealed of stainless steel . 4. Installation: Apply with adhesive a concealed fasteners over subwall as indicated on drawings. Butt joints between panels and between panels and trim accessories shall be flush , straight and tight. 4. LUMBER GRADES a. All lumber used for carpentry shall conform to the following minimum grades: 1 . Studs, plates, sill plates , etc. construction grade,. , 2. Posts 4"x 4" and smaller; construction grade. 3. Posts and timbers VxV and larger; structural grade. 4. Joists and planks; construction grade. 5. Beams and stringer; construction grade. 6. Miscellaneous framing, bridging, blocking, furring, sleepers , ceiling stripping; construction grade. 6A 3 of 4 00' 5. FURRING, STRIPPING, BLOCKING, AND GROUNDS a. Furnish and install fire retardant treated wood furring,stripping, blocking, Bailers, and grounds where shown , noted and/or required. 6. COOPERATION AND COORDINATION WITH OTHER TRADES a. Conform with printed specifications of Manufacturers. ■ b. Installation of finish hardware and miscellaneous items: 1 . Arrange work and secure delivery of all items, so that all work., shall progress without delay or interruption: 2. No extra cost will be allowed because of changes or corrections neccessary to facilitate the proper installation of any items. The Contractor shall be responsible for the proper fabrication of all work or material to receive all items. 3. Fit hardware prior to painting. Remove and complete final installation of hardware after painting work is completed. 4. Protect all items from damage at all times , both prior to, and after installation. 5. Furnish and install backing for securing all fixtures , cabinet work, shelving and all other items of work that require wall support. Use 2x6 minimum for backing. 6. Reinforce wall for special stresses where attached fixtures are to be installed. 7. Furnish and install treated wood backing for supporting all mirrors, panel boards, electrical fixtures , and other items requiring backing for support, where backing is not furnished by the Contractor installing those items . 8. General : All work shall be accurately fitted and solidly nailed, spiked, screwed, and bolted together to finish plumb, level , square, and true. Any work that shows evidence of careless or improper workmanship or materials shall be taken out and replaced. Drawings and details shall be accurately followed. Wherever nailing tends to split wood, holes shall be drilled. 6A 4 of 4 0028 SECTION 7A SHEET METAL The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all sheet metal work as shown on drawings and/or as specified herein, including, but not limited to: a. Flashing and counterflashing, coping, edging, scuppers, expansion - joints, waterstops. b. Roof vents, miscellaneous vents and flues, accessories. c. Sheet metal straps, ties, etc. d. Louvers. WORK NOT INCLUDED UNDER THIS SECTION a. Ducts and flues for heating and ventilating. b. Flashing of plumbing pipes. c. Roof drains, piping systems under Plumbing Section. d. Rain leaders, downspout boots at grade, duct work, power air intakes , exhaust, and ventilators are specified under other sections. e. Sheet Metal related to food service equipment and kitchen wail finish. 2. MATERIALS a. Terne-coated stainless steel : Type 304 (18% chrome, 8% nickel ) dead-soft stainless steel covered on both sides with Terne Alloy (80% lead, 20% tin) . b. Fasteners : Of same material as metal they are required to hold. . c. Solder: ASTM Specification B-32 or as recommended by Manufacturer of me stat 1 to be joined. d. Sealant: Conform to requirements of Caulking and Sealant Section. 3. FABRICATION AND INSTALLATION a. Construct according to details. In the absence of specific details, follow the recommendations of the Architectural Sheet Metal Manual of the California Association of Sheet Metal , Heating and Air Conditioning Contractors. 7A 002 1 of 4 b. Provide for expansion and contraction in gravel stops, roof edge fascias, and edgings, and in all other runs of sheet metal work exceeding 20' in length. 4. FLASHING AND COUNTERFLASHING a. Provide flashing at head of all exterior openings unless otherwise shown; or where flashing is an integral part of sash, i .e. , aluminum windows. b. Provide flashing and counterflashing at intersection of roof plane with vertical walls. c. All joints shall be soldered. d. All flashing, copings , counterflashings , gravel stops, shall be securely held in place by use of concealed nails , clips , etc. of same material . e. Insulate between dissimilar metals with plastic tape or 15 lb. asphalt saturated felt. f. Cooperate with other trades in coordinating and providing for the installation of their work in connection with the work of this section. 5. COUNTERFLASHINGS a. 26 gauge Terne-coated stainless steel , fabricated to fit reglet. Except where indicated otherwise, insert in reglets located from 9" to 10" above roof decks. Extend counterflashings down vertical surfaces over upturned vertical leg of base flashings not less that 4" . Fold exposed edges of counterflashing 1/2" . Where stepped counterflashings are required, they may be installed in short lengths or may be of the preformed one-piece type. End laps in counter- flashings shall not be less than 4" and shall be made weathertight with plastic cement. Lengths of metal counterflashings shall not exceed 10'0" . Form flashings to the required shapes before instal- lation and* secure in the reglets with lead wedges spaced not to exceed 18" apart; on short runs, wedges shall be placed closer to- gether. 6. REGLETS a. Reglets in concrete to receive cap or counterflashing: friction type, .060" thick, high impact, rigid, Type II polyvinyl chloride plastic with integral protective strip to prevent entry of concrete during pouring. Provide flexible PVC aligning and connecting plugs. 7. GRAVEL STOPS AND ROOF EDGE FASCIAS a. Terne-coated stainless steel sheet, 26 gauge plus coating. Gravel stops and fascias in the shapes and sizes indicated and in lengths not less than 8' . Provide prefabricated mitered corners for internal and external corners . Conform to installation requirements under Bituminous Roofing, Section 7C. 0028.8 r. s 8. MOISTURE RELEASE VENTS a. Form of 28 gauge Terne-coated' stainless steel sheet in size 'and configuration shown. 9. TUBULAR STEEL DOWNSPOUTS a. Provided under Miscellaneous Metals Section, including elbows and offsets. 10. SUMPS FOR ROOF DRAINS a. Roof drains are provided under Division 15. Provide sumps for roof drains as indicated. Treated wood nailers will be provided around the perimeter of sumps. Line each sump with asphalt-coated base sheet set in plastic cement. Set a prefabricated pan of 6-lb, lead in a full bed of plastic cement. The edges of the pan shall form a gravel stop with a 4" flange. Set the flange on top of the roofing felts in a bed of plastic cement or hot bitumen. The first layer shall be 10" wide, and the second layer shall be 12" wide. Heavily coat flashing ring on the drain with plastic cement before the felt and pan are installed. Clamp the felt and the sump pan securely in the flashing clamping ring. Test sumps for leaks before roofing work is completed. 11 . AIR INTAKE AND EXHAUST LOUVERS (NON-MECHANICAL TYPE) a. Louvers and frames shall be of the sizes and design indicated. Blades shall be folded or beaded at the edges, set at an angle that will exclude driving rains, and shall be firmly secured to the frames by riveting or welding, whichever is standard with the manufacturer. Provide not less than one mullion for each 4' width. Provide flanges on the interior face of frames where air intakes or exhaust louvers are indicated to be connected with mechanically-operated dampers or metal ductwork. Provide woven wire bird screening, not less than 4 by 4 mesh per linear inch in rewirable frames , on the interior of louvers. Install screen frames by means of clips in such a manner that they can be removed readily for cleaning and rewir- ing. The screens and frames shall be of the same type metal as the louvers; screen wire shall be not less than 00.0475" in diameter. Louver frames shall be caulked and made weathertight where they abut the wall construction. Louvers shall be factory finished with a fluorcarbon polymeric coating in color selected by the Architect. The life of the coating shall be guaranteed in writing by the manufacturer for 20 years of protective life. 12. GUARANTEE a. All sheet Metal work shall be guaranteed by the Contractor to be free from defects in Materials, fabrication, and workmanship for a period of two years from and after the date of final acceptance of the Project by the Owner. ff [\ ?? 7A 3of4 b. Watertight installation of Sheet Metal Items installed integral±ly" with .the roofing membrane, is covered under this grarantee �' ,, _ �iF "#i,.#,� Y� f' ., S T` t r,f.1, rat " kt t' x ( c ;, cI ,.}°_- ti. } .t J . w`V.l t+ :b»nwuk r 5 w.y ` w.rl'! {. ! • r_ t i.: t,,:: 11 .1r I 4 l-.Jt� tPi.' Oki _.klI'll . t '• �`tJ .:4+1Pr :�i.4 A�+.. 1jj..N jY i!'LL.�1�,vx4FL 0 xfY y � 2 C, „). {i f�f.? : �F.':•, 1. lit{I 11rs 4 •y S.� r.':'. !r j , t., 1W' It3 1t f5'�-f75t$a:�ir-AUtr 1.1 !'it , ,� it!e., rn,,ri`� C'„� r:�:R Si! ,5 rye , r< ;tp I j5) # t t t Kok k S J t t n s t �t.a V”� �e„t I,3 i �i (rpt 4' ; + ; .ye t 'x r r� # } ut} J '< d r t t )if j ,i�� +}}y a. t s f Y.a ' 1 �,s :x;t t r Ye Y', - `4�t: k Y - �: r '", t r`Li�e7II i �r j )k , Rs Sdf" I rt, a ,y N ; ;< F 4.,. - t. R J t J f x s,. J r . ItFrklt t � s 'r 'j , t t �t x - t33 j + z t:5 i lf, .! ,)t +i� }r _ r t 44 5t�j ) �t L ��)�� i"k 1 T a. 2 '' r4 l + ! i*« 44 §, , i ts.. '�i6 `.it �uYn( t+;vff 1 1. t �#f t�++ 11, 5 .:,'t a �,($`sott +id R!'''` y;�_t;•6 rk k::.t itt f I5 >,i �' ett ',`< i� $14,i 7t.t,�i`S It �`t"c+ #>r k , - "iY � ' t r t '1 / jr��k� t«#)4i. #T)t5'- �! [x.)i Fd f},fJbt t1,44( vG�lt t%- >1,Ui ti t 11 t S.( !f'11,= r x "71.� L k# iJ fit k M f -k, r �x `i #r t j- yx _ a s.. 2 )+;,'ix- 3 t r.t.i i A��':.1 t�.s G.1. or l� 9 t �a . ) 11i��s�i)A t t, 7� ;v �j 6i`ss i 8i 'Itll jkts+ ' arsY t x.. 7. s ..�,:w r e r «.c4,.. .v' Q �2 k C { x..'° t7 a. � 5, # , ' ��.a;z °'T tO tt t"H ��F k «� ( + f T �. I}i ( - ,k v �r �- r 5t -'.,t f e 1,—1,ti ,,, fWt r ,"i,J ', j i L)' `°ti .)y+ v ) t rn ryp 1,11?, Q,i 3 4 \ P 1 lt. �..:M !41 a t r� ,t �t�l't A 3 k'4- I .� ,4,`+ k t. x '1 u r A, n tt YeSst ff+a t� tt .. ���� =k i t t ' �`Wj L�ftL3f lSa�n Y ,°,.t-�'r r i'1i- 1 ; 11,d U �t'�rf t t . �1:�f'�� r 4)f .J.�{`' r K x, r s a f,l i�r M,6 �* .,� k k�' i ri. v k t.{ '�y ) 5 t A !1. } .fit�# >i i Yk� :.t. �..{� FS c t.> i 1 i �; "P ;{ '(' S•#+) e W. }s4 5 ^`._b rf d @ ,,� ,µ: { flw st fJ�- ,a :t4 der't,n kj�x t S ... �i�� 9 {:tai # t A ,f- f Ii 3 $ { . .+� 'k 'Lr. i L { a - W P _*� , a Z r;.F �'xka4r z IIx Fe Cit t x xI* tiq� ,t #eT"i +� , { +45 its ? t �'., LL r {ii ,1t i :{ rte #.yiY r ,4e �xF° iT^..;°C fi nd c' r 7• #f'.� ta 7 t'. tmd' afG :: ., kit aV r )� a-- ? ( { t .. { <r.: $ v,.. t r 5 i'..J u i f, i.f 3 y, ak A?k f kx_�. >l,M L"r f ,r, x{�,, w P- c V y) 'r 4.�z.�1 f, � xi ,�O t i{t.. -� II q d ��h r ("I'Jit, .. ..d , r to �. s I ri k 41 1x t to S.r3 { ," tri d i r t a t eat s !i �ti$ k 4 `£-7�'i tt, l x x g t xI. }� Y y,Y1 �/x £ , .. t t; R�n �t ti.5 ) *e� `f-fi i L f1.5 '�A 3 zt{' fir r' L��3' a t `J �� k - �`` r`, 3sj3�i-,' `,- - ° 1:',,,"”" roit 2: .! t�4 t~��ri'tF�a ,) ': wr �, ,a 'E: xax c 1 r i f ! Y'Q.,"` � ,dl}� f,� 'G,i Tf 4� r4 )..��x } .r dr;. w f4 {.,:' }1 + -1171111:'. g `t 11 rr ; f II 8 R ,+'° + + ( k Yj r t !r, ` .. ri, �1� s,. F 3 .� f� 1 t �' F a v { '; ., .u, t rt ., ?-;�.lta )r+ .t tet 3 S, k }� m g'• '< ➢ � Ste' }4;��'t� �a k�tr .:.; �_,' s J .ifl, 5 {°� .°' �7'!",4 t*�hr tII k'.�i„5� +xk �' _ tie`. k`+ ki int t,,t%., , f 2 $y7 , ,,Q..'' a_ }�r�• e`-? s ,ttt,. rlf'1'Tl1k! ,iti% . . t a 11 t s :11,Ri� ��t_ i . it ” y' a �, ( 3 ii-L,�*t tatcuk ff�{ �f},� at �EYrrt+9kk SSIIra [1r '� ext f r rS ,r a C <. k11 <t C lk.{{*a'.: L: {. .i 1' �) '}Lt,k' 1 !i 'lNF# D -i 1 S„�i4 t� ,,r 5tt a'_,p - l< +,j }_1. It, ( j • ^2 t '}x-P's r^t, trr . # !�' x� f x t " '+tt v�M f 4 +, ,t i'y r+ t ! e1 e'a,a �+s 1,; i !' ?,•y i �Au Y'4 1; a � �i r x t S i. a5 ') t 1 t l , O-M�'7 � / r lil,ii,� A L) �:` } ''7 1,.F )y r "' tv:... 1 r F .T t J S y i l,II r Yfk { T 2 t5:'t t 1 r i,t �;r t k3 'h , tR } t 4 of 4 r ` ;, f . SECTION 7B BUILDING INSULATION The requirements of Division 1 apply directly to all work hereunder. I . SCOPE Furnish and install Building Insulation as shown on drawings and/or specified herein; including, but not limited to: a. Roof insulation board at built-up roof areas. b. Wall insulation. c. Insulation at suspended Gypsum Board Ceiling System. d. Vapor barrier. WORK NOT INCLUDED UNDER THIS SECTION a. Insulation Concrete roof fill . b. Insulation Integral with suspended Acoustical Ceilings. c. Insulation specified under the Food Service Equipment Section.' GENERAL a. Materials, preparation of surfaces, and methods of application shall conform to the application requirements of the manufacturer for each specific type of installation. b. Furnish copy of manufacturers specifications for all applications to Architect prior to installation. 2. MATERIALS a. Roof Insulation Board: 24"x48" factory fabricated boards of one pound density premium cellular polystyrene with a total of 60 slots and circular hole openings in each board, delivered to the job site with Factory Mutual approved labels on each bundle, installed simultaneously with insulating concrete roof fill in a manner specified and approved by the manufacturer. 1 . Board thickness shall vary from 1" minimum to six inches maximum to give finished roof elevations as shown on drawings and to result in a minimum average roof insulation value of R=19. i 76 1 of 3 00291 2. Board thickness shall allow for a minimum 2" coverage of insula- ting concrete. b. Exterior Wall Insulation Board System: 1 . Insulation Board; 24" x 96" x 3" thick factory-fabricated boards of one-pound density expanded polystyrene pre-grooved in three places to receive one metal furring channel per board in one of three groove location. Insulation shall result in a total minimum wall insulating value of R=11 . a. Metal furring channel : "U"-Shaped, 1-5/8" wide, with 5/8" serrated edges roll formed from 25-gauge electrogalvanized. steel. Run panels with channels horizontal for securing vertical plastic laminate panels. b. Masonry fasteners : Power- driven fasteners of type and size as recommended by manufacturer for each specified application. c. Interior Wall Insulation: (between conditioned air spaces and attic spaces) Foil- faced building insulation conforming to HH-1-521 , type III with R=19. d. Vapor Barrier: Two layers of kraft paper laminated with asphaltic adhensive, two directional glass reinforcing fibers and edge reinforcing, weighing approximately 4.4 labs. per 100 square feet, meeting the following physical properties: Vapor Permeance (Perms) 0.23 per ASTM E-96 proc. A. Water Resistance (Hours) 40+ ASTM D 779 Dry Tensile Strength (lbs./l" Width) per ASTM D 828 MD 65 CMD 35 Puncture Resistance (Beach Units) 32 ASTM D 781 A product meeting these requirements is Vaporstop 298, manufactured by St. Regis Paper Co. , Tracy, California. 3. APPLICATION, a. Install all insulation as recommended by the manufacturer for each specific application. b. Apply vapor barrier with flame retardant adhesive to roof deck, as recommeded by the manufacturer, to meet Factory Mutual requirements for Class I construction and U.L. Construction Numbers I and 14. 7B 2 of 3 00292 4. SAMPLES a. One sample of each type of proposed insulating and vapor barrier .® material shall be submitted and approved before the materials are delivered to the site. b. Samples shall not be larger than 12 in. by 24 in . c. Samples of adhesives and mechanical fasteners shall be submitted and approved, if such items are to be used in the application of insulation. 5. TEST AND TEST REPORTS a. The testing requirements stated herein or incorporated in referenced documents may be waived provided certified copies of reports of of tests from approved laboratories performed on previously manufacturered materials are submitted and approved. b. Test reports shall be accompanied by notarized certificates from the Manufacturer certifying that the previously tested material is of the same type, quality, manufacture, and make as that proposed for this project. 6. THERMAL PERFORMANCE a. The insulation Manufacturer's certified "R" factor designation shall be shown on the products or on the packages containing the products. 3 of-3 00293 A J t SECTION 7C BITUMINOUS ROOFING RM The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all bituminous roofing as shown on drawings and/or as specified herein, including, but not iimited to a. Built-up roofing. b. Reflective Roof Coating, WORK NOT INCLUDED UNDER THIS SECTION a. Wood nailers, b. Sheet metal work. 2. GENERAL REQUIREMENTS - a. Workmanship in General 1 . Strictly adhere to the specifications and recommendations of the manufacturer whose materials are used. Apply materials under the inspection of the manufacturer's and Owner's repre- sentative. 2. To the maximum possible extent, all materials used for roofing shall be the products of a single manufacturer. 3. These specifications are general only and the Contractor shall estimate that he will be required to use such extra materials, skill , and thorough attention to detail as will provide thoroughly workmanlike coverage, reinforcement, and protection to all vital and critical points as well as over all open areas even though not particularly specified. 4. Any additional work beyond that specified or illustrated, or any modification thereto, that is necessary for the furnishing of the guarantee and bond, especially, 'but not limited to flash- ings, edge stripping, nailing, nailing strips, weights of materials , and the placing of gravel stops and vent sleaves shall be provided without additional cost to the Owner. b. Sub-surfaces 1. Carefully inspect all surfaces on which roofing is to be applied, in the presence of the roofing materials manufacturer and the Owners Representative. Report any unsatisfactory surfaces to the Architect. Otherwise assume all responsibility for failures and defects in the work resulting from defective surface con- ditions. 7C -- 00294 1 of 6 c. Sample sections will be cut from the finished roof, when deemed necessary. Such removed portions shall be patched *in to the entire satisfaction of the Owner. Cutting and patching shall in no way affect the guarantee. d. Promptly after award, submit to the Architect three sets of complete roofing specifications by Manufacturer of roofing materials , as applicable to the Contract. 3. GUARANTEE a. 2-year Guarantee: Roofing work shall be guaranteed by the installer of the roofing against defective materials and workmanship for a period of 2 years from and after the date of acceptance of the con- tract. Guarantee shall be on a form approved by the Owner, and shall cover all of the work called for in this section. b. 20 Year Bond: At the option of the Owner, the Owner may purchase from the manufacturer of the roofing materials a 20-year roofing bond, with a minimum penal sum of twenty doll ars '($20.00) per square, which shall bond the Manufacturer at his expense to make repairs to the roofing as required to maintain the roof in a water-tight condition for a period of 20 years. This bond shall be on a form and by a Bonding Company approved by the Owner, and shall cover roofing. as well as base flashing. 4. MATERIALS a. Asphalt primer: ASTM specification D41 . b. Asphalt for roof: ASTM specification D312. Slope in Inches/feet Type Softening Point in *F. over not over 1/2 1 11 160-175 c. Base Sheets: Asbestos base felt with I" x I " waffle ventilating grid superimposed on mineral granule surface, conforming to Fed. Spec. SS-R-630-c Class 2. d. Asphalt Saturated Felt: Asphalt saturated and coated asbestos felt, conforming to ASTM Specification 0-250 and Federal Specification HH-R-590, class A, Type I. e. Asphalt Plank: ASTM Specification D517, mineral surfaced asphalt plank, not less than 1/2" thick. f. Reflective Roof Coating: White elastic polymerized acrylic emulsion coating, with a reflectivity of not less than 90%. VIP Fire-Retardant roofing material as manufactured by VIP products, Division of Warth Paint Co. , Coral Gables , Fla. meets these requirements. Coating shall not adversely affect the fire rating or the guarantee of the roof assembly. X 00293 2 of 6 g. Cant Strips: Inorganic fiberboard cant strips , 4" minimum face. 5. BUILT UP ROOFING a. Underwriters Class A covering, materials per 100 sq. ft. of roof. Asphalt primer-------------------------------------------- 10 lbs . Spot-mop over primer-------------------------------------- 15 lbs. One layer of 77 lb. mineral surface and coated asbestos felt base sheet--------------------------------- 77 lbs. Two layers 15 lb. asphalt saturated asbestos felt------ -- 30 lbs. Two 25 lb. asphalt moppings under two top felts----------- 50 lbs. Fibrated asphalt emulsion surface coating spray application 2 gal . per sq-------------------------------- 20 lbs, Reflective roof coating---------------------------------- g lbs. b. Preparation and protection: 1 . It shall be the roofers responsibility to assure himself that all decks are complete , metal fitting, vents , and other projections are in place and all surfaces are free from rough spots and sharp projections and all in a condition to receive his work. 2. Protect all roofing materials from the elements at all times, and maintain free from moisture during installation. Upon completion of each days work, waterglaze exposed felts upon request of Owners' inspector. 3. Heating of asphalt: a. Use extreme care to heat the asphalt slowly and to control the temperature thereof. Any evidence that any part of the asphalt in the kettle has been overheated at any time will be cause for rejection of the entire batch. A kettleman shall be in attendance at all times at the kettle and shall be provided with suitable thermometers for testing the temperature of the asphalt in all parts of the kettle. For immersion type kettles , thermometers shall be spear type. b. Break up asphalt into small pieces before placing it in the kettle. Add additional material to the kettle each time, equal to the quantity drawn off. Stir the contents of the kettle sufficiently to prevent localized overheating of asphalt. 4. Felts: Shall be mopped into the asphalt solidly and uniformly over the full width, except where "spot mopping" is called for. In no case shall felt touch felt. All felts shall be broomed down without wrinkles or buckles so as to obtain positive adhesion and elimination of air bubbles between each of the surfaces or piles and at edges. 7C a. Where "spot mopping" is called for, the spots of asphalt shall be approximately 8" in diameter on approximately 161' center and shall cover approximately 50% of the roof area. Apply felts immediately into the spots to insure proper bond. b. Lay felts with the eave line (at right angles to the roof slope) and in shingle fashion. Start laying the felts at the eave line with cut sheets and proceed with wider cut-back sheets to avoid an abrupt drop, but in such a manner that the stated full number of piles will occur at all points of the roof. Care must be exercised to keep spacing uniform and level . Stagger end laps. c. Roll felts into position and firmly press into the hot asphalt and broom-in across the felts, immediately after application, with a stubby type of stable broom. 5. Primer: Shall be applied on concrete decks and on vertical concrete surfaces up to flashing regolet, and shall be allowed to dry before mopping or spot mopping. 6. Nailing shall in all cases be through tin caps as following: a. On cementitious plank decks, no nailing will be required for slopes under 2:12, except that in those locations where re- commended by the Manufacturer providing the roofing bond. Lay felts on concrete decks with slopes between 1 and 2 inches to the foot, parallel to the slope (up-and-down) and nailed at high point of deck to nailing strips , using 2 nails per sheet at 14" and 18" , from back edge; no felts shall be laid without nailing. 7. Appurtenant Work a. Gravel stops and metal edging strips : Are furnished and installed under "Sheet Metal Section" including nailing; but the roofer shall cooperate so that all requirements are met. The flange and laps of the gravel stops shall be primed with asphalt primer and allowed to dry thoroughly, then set and installed, over the felts and lap set in Bituminous Plastic Cement. b. Base flashings: Extend all roofing felts up to top of cant. Install base flashings at such vertical surfaces in strict ac- cordance with manufacturer's specifications for full 20 year bonded roof flashing. c. Vent Sleaves : Furnished by Plumber, for pipes and vents penetrating the roof shall be primed as above, set in Bituminous Plastic Cement and install over the felts . The lead flashing shall extend 1" above vent pipe and be turned down on inside of pipe. Over the vent sleave flange apply, with alternate mopping, two reinforcing plies of the same felts, so that the first extends not less than 3" beyond the outer edge of the flange and the second one not less than 6" feathered out. 7C 4 .of 6 d. Moisture release vents : Install vents under "Sheet Metal Section" in built-up roofing applied over insulating concrete fill . Distribute vents uniformly throughout the deck at the minimum rate of one vent for each ten squares of roofing. No less that 2 vents shall be installed on any area over 2 squares. 1 . Installation of vents : Before application of surfacing to roof membrane, a 3 diameter hole shall be cut through the membrane and a 3" diameter core shall be cut from the lightweight concrete for the depth of the concrete. The flange of the vent shall be primed both sides with asphalt primer. After primer has dried, the vent shall be set over the hole in a 1/8" thick bed of-plastic cement. Flanges shall be nailed to concrete with square-cut nails 6" o.c. Flanges shall be flashed with 2 collars of the ply felt set in plastic cement and extending at least 4" and 6" beyond the edge of the flange. 8. Field samples of built-up roofing (cut tests) : neo a. After application of the specified roofing felts and prior to applying surfacing, field samples of built-up roofing shall be taken from the deck in the presence of the Owner's inspector. r The inspector will inspect the sample of specified number of plies, bond between plies , visible presence of moisture in the sandwich, and wet insulation; weigh the sample to determine the quality of bitumen used. Samples shall be 4" by, 36" cut across the laps in felts in a manner to expose the specified number of plies. The 4" edge shall not be positioned over an end lap. The samples shall weigh not less than the minimum acceptable weights specified. The cutting of samples , replacing of samples and patching shall be done at no additional cost to the Owner. Areas where samples are to be taken will be selected by the Owner inspector immediately prior to cutting. Roofing will not be permitted to proceed until all deficiencies disclosed as a result of the "cut tests" have been corrected, and approved. b. Sampling requirements : Not less than 2 samples shall be taken from each 00 squares of roofed area, and at least one sample shall be taken from each day's application , regardless of the quantity applied. If the samples taken show a deficiency, additional samples will be required, in order to determine the extent of the deficiency. In the event samples taken indicate a deficiency in the quantity of bitumen used in 25% of the roofing applied, an additional ply of felt and mopping of bitumen shall be applied. Felt shall be applied with 4" sidelaps and endlaps. If the samples indicate improper bond between plies, presence of visible moisture, or wet insulation in 25% of the roofing applied, all of the roofing represented by the samples taken shall be removed. Where insulation is found to be wet, the insulation shall be removed also, and new built-up roofing and insulation shall be provided at no additional cost to the Owner. a �a 7C 00298 5of6 c. Sample cutting device: A template shall be provided for use in cutting the samples. The template shall be 4" by 36" and shall be of a type that will permit accurate cutting of samples with standard roofing knives. At the option of the Contractor, the template may be of a type for self-cutting of the sample. After each cut is made, the cutting tool' shall be cleaned away by washing in a suitable solvent. d. Scales: Will be portable, graduated in ounces , and accurate to 1/2 ounce. e. Patching cut-out areas: Immediately after being weighed and examined, samples meeting the requirements specified shall be patched by the applicable following method: Apply a mopping of hot bitumen into the opening from which the sample was taken and press sample firmly into the hot bitumen. he same number of plies and type of felt as used in the roofing shall be applied over the sample. The first sheet shall be extended 4" beyond the sample on all sides , and each succeeding sheet shall be extended 411 beyond the underlying sheet, except that the final sheet shall be the full width of the roll , centered over the sample. Each ply shall be mopped solidly to the underlying plies, so that nowhere will felt touch felt. Where the slope exceeds 1/211 per ft. for coal tar pitch roofing and 1" per ft. for asphalt roofing, the final 2 plies of felt shall be extended at least 12" beyond the upper edge of the samples . f. Traffic surface: Shall consist of mineral surfaced asphalt Plank applied over top felt in lieu of the roof surfacing. Apply asphalt plank to roofing with plastic cement. V 00299 701 0 f 6 SECTION 7a CONCRETE WATERPROOFING The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and apply chemical waterproofing treatment to all exterior concrete building walls. 2. MATERIALS a. Waterproofing agent: Clear, non-staining, highly penetrative liquid. Stearated oil base material meeting the following requirements: 1 . Solids content: 7% minimum, 7.5% maximum, no silicones or silicates. Solids, in true solution, of a type to react chemically with the free salts in the concrete to the depth of penetration. 2. Conform to applicable air pollution and control districts regulations, including, but not limited to, Rule 66 and/or Regulations , California Area Air Pollution Control District. 3. No visible firm or residue shall remain on concrete surfaces after curing. 4. Material shall not cloud, etch, or stain glass or other polished surfaces if wiped off before drying. 5. Certify compliance with the above requirements with an independent laboratory report obtained by the Manufacturer and submitted to . the Architect before proceeding with the work. b. A material meeting the above requirements is "Sealco 702M" as manufactured by Conrad-Sovig Company, San Francisco. 3. APPLICATION a. Comply with manufacturers standard printed instructions. Apply materials under the inspection of the manufacturers representative, by an applicator approved by the manufacturer, and complying with the conditions of the guarantee. Apply materials immediately after completeing sand blasting. . 7a 1 of 2 00300 b. Inspect surfaces to receive waterproofing treatment and report any unsatisfactory surfaces to the Architect for correction prior to application of waterproofing. Otherwise assume all responsibility for failures and defects in the work resulting from defective surface conditions. c. Allow concrete to cure thoroughly before applying waterproofing as recommended by the manufacturer. d. Deliver materials to the job site in unopened containers. No residual materials from other jobs will be permitted. No removal of empty drums will be permitted until after inspection at completion of this work. e. Apply materials with low-pressure airless equipment. No air-type spraying will be permitted. Apply material at rate of no more than 85 sq. ft. per gal . f. Protect adjacent materials, plants, bituminous roofing and paving from overspray or droppings of waterproofing material . Clean waterproofing material from adjacent surfaces immediately, before allowing time to dry , as recommended by the manufacturer. g. Furnish and pay for all tests, and inspections required by the manufacturer in connection with the guarantees of materials and workmanship. 4. GUARANTEE a. Furnish a written guarantee by the manufacturer of the water- proofing material that any defects in materials or workmanship will be made good at no additional cost to the Owner, for a period of 5 years. 5. SUBMITTALS a. Submit copy of manufacturers standard printed instructions for Architects approval prior to commencing this work. 7D K 2 of 2 x 00301 SECTION 7E CAULKING The requirements of Division 1 apply directly to all work hereunder.. 1 . SCOPE Furnish and apply all building caulking materials as shown on drawings and/or specified herein. WORK NOT INCLUDED UNDER THIS SECTION a. Caulking of flashing under the Roofing Section. 2. GENERAL REQUIREMENTS s a. Provide caulking in all open joints exposed to the weather, as : indicated or specified, and in all areas normally requiring sealing with caulking material to provide watertight and weathertight construction. b. Deliver materials to the job in the manufacturer's original unopened containers, with the brands, date of manufacture, and name clearly marked thereon. Carefully handle and store materials to prevent inclusion of foreign materials , or subjection to temperatures exceeding 90° F. Caulking compound or components more than six months old shall not be used. Color of caulking compound shall be selected by the Architect from full line of Manufacturer's color samples. 3. MATERIALS a. Caulking compound: synthetic rubber-base, one component, non-sag type, chemically curing, conforming to specification TT-S-00230, supplied in a ready to use form. Under normal application conditions, including adequate ventilation, compounds shall be non-toxic. b. Primer: Non-staining sealer, of type and consistency recommended by the caulking manufacturer for each specific surface material . c. Backstops: Closed cell neoprene, butyl , polyurethane, vinyl or polyethylene foams free from oil or other staining elements . Oakum, and other types of absorptive materials , shall not be used as backstops. i 7E of 3 00312 A d. Bond2reventive Material : Polyethylene tape with pressure-sensitive adhesive, al uminum foil , or -waxed paper. 4. APPLICATION. a. Surface preparation: Surfaces against which primer and caulking are to be applied shall be clean, dry to the touch, free from frost, moisture, grease, oil , wax, lacquer, paint, or other foreign matter. All joints shall be cleaned out to the depth indicated. Clean out all loose particles of mortar just prior to caulking. b. Primer: Provide on all surfaces as recommended by the caulking manufacturer. Primer shall not be applied to surfaces which will be exposed after caulking is completed. c. Backstops:,Pack the back or bottom of joints over 1/2" in depth .ti,ghtly with an approved backstop material to the depth indicated. d. Bond preventive material : Shall be provided at back or bottom of joint cavities in which no backstop material is required; it shall cover the full width and length of the joint cavities. e. Protection and cleaning: Protect areas adjacent to joints to be caulked from smearing; paper masking tape may be used for this purpose if removed 5-10 minutes after the joint section is filled. Fresh compound that has accidently been smeared on the masonry shall be scraped off immediately and rubbed clean with methyl ethyl ketone, toluene, or a similar solvent. Upon completion of caulking, all remaining smears, stains , and other soiling resulting there from shall be removed and work left in a clean and neat condition. f. Apply in accordance with the manufacturer's printed instructions using a gun with nozzle of proper size to fit the joint width. Force compound into grooves with sufficient pressure to fill the grooves solidly. Caulking shall be uniformly smooth and free of wrinkles and unless indicated otherwise, shall be tooled and left sufficiently convex to result in a flush joint when dry. Where-the use of gun is impractical , approved hand tools may be used. The 'caulking compound shall not be applied to joints when the air temperature is below 50° F. or when it appears probable that temperatures below 50' will be encountered before the caulking has set. Modification of the caulking compound by addition of liquids, solvents , or powders, shall not be permitted. Caulking around openings shall include the entire perimeter of each opening. 7E 00303 2 oT 3 g. Joint dimensions: The minimum joint width shall be 1/4" and the depth shall be approximately 1/2 the width, but in no case less than 1/4". • IF THE JOINT WIDTH IS: JOINT DEPTH SHOULD BE: For metal , glass, or other non-porous surfaces; Minimum Maximum z 1/4" 1/4" 1/4 Over 1/4" 1/2 of width Equal to width For masonry, concrete, or stone: 1/411 1/411 1/4'1 1/4" to 1/2 1/4" Equal to width 1/2" to 1" 1/2" Equal to width I" to 2" 1/2" 1/2 of width 5. SAMPLES a. Before caulking work is started, a sample opening of each type of joint shall be caulked where directed. b. The samples shall show the materials, workanship, bond, and color of caulking material , as specified or selected for the work. The mater- ials , workmanship, bond, and color or the caulking work throughout the project shall match that of the approved sample joint. 7E: 00304 3 of 3 SECTION 8A HOLLOW METAL DOORS AND FRAMES The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all Hollow Metal Doors and Frames as shown on drawings and/or as specified herein., including: a. Hollow metal doors. b. Hollow metal door frames. c. Hollow metal glazed partition frames. WORK NOT INCLUDED UNDER THIS SECTION a. Access doors , roof scuttles. b. Operable walls. c. Special doors. 2. GENERAL REQUIREMENTS a. Workmanship: Hollow metal doors and frames to be constructed of best quality commercial grade sheet steel . Nothing but first class workmanship will be accepted. Finished work shall be smooth and free from warps and buckles. No weld marks shall show on completed ' work. b. Label Service: Where doors and frames are indicated on the drawing as labeled, their construction shall conform to all requirements of the Underwriters' Laboratories and shall carry their labels of approval and inspection. c. Finish: All surfaces are to be throughly cleaned of all oil , grease, and other impurities and then chemically etched. All irregularities shall be filed and and sanded to give a completely smooth surface. Apply one coat of rust inhibitive primer, baked at 300°F. for thirty minutes. d. Galvanized Steel : Where doors and frames are indicated on the drawings as vani zed steel , doors, and frames , to be fabricated from galvanized steel sheets in compliance with ASTM A-93 (1 .25 oz. coating) . 3. DOORS a. The 2 face sheets shall be formed from stretcher-leveled cold rolled steel not less than 18 U .S. gauge and shall be rigidly connected and reinforced inside by 18 gauge steel continuous interlocking stiffeners spaced a maximum of 7" on centers. 8A � -• 1 of 3 00305, b. Sound deadening material shall be mineral composition , incom- bustible, moisture resistant, chemically inert and shall fill all voids between stiffeners and face sheets. c. Suitable provision shall be made to receive glass panels or louvers of size shown on drawings. d. Glass mouldings shall be welded units and shall be watertight at exterior locations. e. Tops of doors shall be welded units and shall be made watertight at exterior locations. f. Door edges to be welded and to be free from seams or cracks. Bevel, lock edges 1/8" in 2". Minimum door thickness 1-3/411 . g. Faces of doors to be flat with no joints , weld marks or bumps. h. Doors shall be neatly mortised and reinforced for all mortise-type .. hardware and shall be drilled and tapped at the factory. Do not cut through door edge at hinge mortise. For surface applied items such as closers, push and pull plates, kickplates , escutcheons , stops, etc. doors shall be reinforced but drilling and tapping shall be done in the field by the door erection contractor. i . Minimum reinforcing as follows : Surface hardware .250" steel , hinge reinforcing .250" steel , lock reinforcing .250" steel , for cylindrical locks .250" steel box type reinforcing unit. j. Where louvers are required fabricate from 18 guage steel , Inverted Vee blade design at interior doors. Sloping blade water-tight .design with removable #14-13 bronze screen at exterior doors. Provide fusible link closures where indicated or required. 4. FRAMES a. Frames shall be welded units formed of #14 U.S. gauge steel . , b. Corners shall be mitered, fitted, continuously welded full depth of frame and ground smooth. c. Frames shall be formed straight and true to profiles as shown on drawings, width of frame to vary to match wall thickness . d. Provide not less than 3 anchors per side, to be furnished to suit wall conditions and floor angles or clips welded to frame for fastening to floor. �Y 2 of 3 00306 e. Frames shall be neatly mortised and reinforced for all mortise-type hardware and shall be drilled and tapped at the factory. For surace applied items drilling, tapping shall be done in the field. f• Minimum reinforcing as follows : Surface hardware .250" steel , lock reinforcing .250" steel , hinge reinforcing .250" steel . 9. Metal cover boxes shall be furnished over all hardware cutouts occuring in concrete or masonry walls , or where frames are filled withplaster grout. 5. SHOP DRAWINGS: Submit for Architects approval before the fabrication , ' cation , a. Complete door schedule and shop drawings, indicating all detail of construction as called for in these Drawings and Specifications., 4 • 8A 3 of 3 - OV,c�Vrl SECTION 8B FINISH HARDWARE The requirements of Division 1 apply directly to all work hereunder 1 . SCOPE Furnish all materials , equipment, transportation , and services required for a complete installation of finish hardware as shown on the drawings and as specified herein. WORK NOT INCLUDED UNDER THIS SECTION a. Cabinets . 2. GENERAL REQUIREMENTS a. The Contractor shall install finish hardware as required. The hardware shall be fitted prior to the painting and then removed and painting completed before final installation of the hardware. b. the Contractor shall be responsible for arranging his work and securing delivery of all hardware, etc. , so that all work shall progress without delay or interruption. c. Upon delivery of the finish hardware to the job site the Contractor shall be responsible for this material . The hardware shall be protected from damage at all times, both prior to and after its installation. d. Finish hardware must be neatly and properly installed in accordance with the best practices as approved by the Architect. All hardware must be thoroughly cleaned when it is turned over to the Owner. e. No extra cost will be allowed because of changes or corrections necessary to facilitate the proper installation of any hardware. The Contractor shall be responsible for the proper fabrication of all work or material to receive the hardware. f. All keys shall 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. 3. SPECIFIC REQUIREMENTS a. While the following schedule is intended to cover all doors , cabinets , drawers, and other movable parts of the building, and establish a type and standard of quality, it shall be the specific 8B 1 of 4 ,jy{ 00308 dutyandresponsibility of the finish hardware supplier to examine the plans and specifications and furnish proper hardware for all openings , whether listed or not. If there are any omissions in Rz hardware groups in regard to regular doors or cabinet doors and drawers, they shall be called to the attention of the Architect prior to bid opening, for instructions ; otherwise, the list will be considered complete. No extras will be allowed. b. Schedules: Two copies of the preliminary hardware schedule shall be delivered to the County Building Maintenance Department for review and comments. One schedule with corrections marked in red will be returned to the hardware supplier. When the new final hardware schedule is compiled, five copies shall be forwarded to the Building Projects Shop. This will enable the County to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardwares. 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. c. Hardware: Each item of hardware when delivered to the job shall Uff W, be plainly marked with the corresponding item number from the hardware schedule and with door number taken from the Architectural floor plan and with set key number if locks and hardwa*re are keyed 4. FINISH a. The finish of all hardware shall be United States Standard U.S. 26D Chrome (Satin) , or as otherwise indicated. 5. TEMPLATE HARDWARE a. All hardware applied to metal doors or jambs shall be made to template and secured by machine screws. Furnish templates to Metal Door and Frame Manufacturer. 6. FASTENINGS a. Finish hardware shall be furnished with all necessary screws, bolts, . .or other fastenings of suitable size and type to anchor the hardware in position for heavy use and long life, and shall harmonize with the hardware as to material and finish . These fastenings shall be furnished where necessary with expansion shields , sex bolts , toggle bolts , or other approved anchors according to the material to which it is applied and as recommended by the Manufacturer. All hardware fastened to concrete shall be furnished with machine screws and tampins. Exposed fastenings shall be approved vandal-proof type, spanner-head screws . 86 2 of 4, 00019 7. CODES a. All hardware r shall comply with applicable code requirements. B. LOCKSETS - a. Strikes shall have extended lips where required to protect trim from being marred by latch bolt. Wrought box strikes shall be furnished on all locks , latches , and deadlocks. All locksets shall be as specified and manufactured by Sargent and Company. No substitutions will be permitted. Lock Design shall be "GL 9. KEYS a. Stamp all keys "PROPERTY OF CONTRA COSTA COUNTY - DO NOT DUPLICATE". b. 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 stamped key blanks in the job keyway. c. 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. d. 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. Then the keyed locks will be delivered to the job with a Construction Key System which has been set up by the factory. Supply 8 Construction Keys . e. 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. f. Allow for future expansion under each Master or Set. 10. PANIC BOLTS a. All exit devices shall have reinforcing in cross bar tubing and be of stainless steel , US 32 D. 11 . DOOR CLOSERS a. Door closers shall be full rack and pinion type. b. Unless otherwise specified, closers on outswinging doors shall have parallel arms. All closers shall be of one manufacture. 86 0{. 310 3of4 c. Length of arms will be determined by degree of door opening. All, doors to open 180° whenever possible. Provide drop plates where required. All label doors shall have door closers of proper •.size.. . Closers shall be fastened to hollow metal doors with machine screws. Sex bolts will not be accepted. 12. DOOR STOPS a. All material to be of solid brass or bronze. 13. DOOR HOLDERS a. All material shall be of solid brass or bronze. 14. THRESHOLD a. Furnish all thresholds as indicated in hardware groups-,,and or drawings. Thresholds shall be of Architectural Bronze. 15. SILENCERS a. Except at exterior doors, label doors , and weather stripped doors , metal frames shall have 3 Glynn Johnston 64 door silencers installed in the stop of frame. 16. HARDWARE LIST a. Catalog numbers are from the following manufacturers: Specified Equals Butts Lawrence Bros. Stanley-Hager Closers Norton Division LCN Locks , cylinder Sargent & Co. None Exit devices Sargent & Co. Von Duprin Stops , holder Sargent & Co. Builders Brass Push, Pull , kick plates Sargent & Co. Builders Brass Thresholds Sargent & Co. Pemko-Zero Electric Strike Folger Adam Co. None b. Hardware Groups: Furnish hardware for each door or pair of doors as shown in door schedule on drawings. 1 'i 86 4 of 4 00" 311 SECTION 8C GLASS AND GLAZING The requirements of Division 1 apply directly to all work hereunder: 1 . SCOPE Furnish and install all Glass and Glazing work as shown on drawings and/or as specified herein, including, but not limited to: a. Glazing of all sash, glazed partiitons, and doors . b. Mirrors. 2. MATERIALS a. Manufacturer's names are specified herein as a standard of quality and utility. Materials of other manufacturers , which are equal in quality and utility, may be used upon written approval of the ' Architect. i b. Wire lass: Thickness as shown, polished "Misco" clear glass , Mississippi Glass Company) . c. Mirrors: 1/4" minimum thickness , mirror glazing quality polished , plate glass. Mirror backs shall be silvered 2 coats , heavily electroplated with copper, given a prime-coat, and ore coat of mirror-backing paint. Mirror frames shall be 1/2" wide 18 gauge satin finish stainless steel with integral shelf, where shown. Backs shall be 20 gauge galvanized steel arranged for concealed theft proof mounting with rust proof metal hangers. d, Neoprene Glazing Channels: (Hollow metal frames) Closed-cell neoprene extrusions conforming to ASTM C-509 , grade 4, applied in accordance with manufacturer's recommendations. e. Neoprene Glazing Gaskets : (Clerestory windows in concrete roof tee openings Pre-formed neoprene structural glazing gasket system similar to "StanLock" system as manufactured by the Standard Products Co. Port Clinton, Ohio, and as distributed by Harold A. Pride and Co. Richmond, California. 3. INSTALLATION a. General : Each glass panel shall be accurately cut to fit the opening with an allowance for expansion. Set glass panels to mini- mize the striation distrotions . Cut and install glass in accord- ance with the manufacturer's instructions. 3 8C O 1 of 2 0312 b. Defective Frames: Each metal or wood frame shall be inspected by the Contractor prior to any glazing work. Defects shall be brought to the attention of the Architect before proceeding with the work. c. Manufacturer's label showing grade, strength , thickness , type and quality will be required on each piece of glass. Label shall remain on glass until it has been set and inspected. In addition to labels, wire glass must comply with the requirements of the Underwriters. Laboratories. When glass is not cut to size by the Manufacturer, and is furnished unlabeled from local stocks , the Contractor shall. submit an affidavit stating the quality, thickness , type and manufacturer of the glass furnished. d. Set mirrors to wall with concealed hangers of rustproof metal and, vandal proof fastenings. e. Set glass to fit opening with allowance for expanison and contraction. Secure glass with semi-rigid vandal proof type glazing channels , as approved by the Architect. f. Defects in frames shall be brought to the Architect's, attention prior to glazing. 4. CLEANING a. Clean all glass thoroughly after painting is completed. Scratched glass will not be accepted. 2' of 2, ,, • aG 11 2 ;of 2 [[��00 13 SECTION 8D SPECIAL DOORS The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all special doors as shown on drawings and/or specified herein, .including, but not limited to: a. Rolling counter doors. b. Roof access scuttle. 2. ROLLING COUNTER DOORS a. Stainless steel rolling fire door assembly constructed and installed in accordance with Underwriters Laboratories specifications, and bearing a Class "E" (3/4 Hour) label , and meeting the following requirements : MINE 1 . Operation: Manual crank, with counter-balanced tension spring. 2. Automatic Closing Device: Operating upon fusing of a 165° F. fusible link, both sides of wall . 3. Finish: No. 4 satin finish stainless steel . 3. ROOF ACCESS SCUTTLE: a. "Bilco" type "S-20" 2'-6" x 3'0" galvanized steel with paint bond and Red Oxide primer finish. Spring latch,inside and outside handles and padlock hasps. 4. CEILING ACCESS DOORS: a. "Milcor" style DW 22"x22", 16 ga. steel frame, 14 ga, steel panel . Baked enamel prime coat. Concealed spring hinge for 175° opening. 5. SHOP DRAWINGS a. Submit six copies of shop drawings for Architect's approval prior to fabrication. 6. COORDINATION WITH OTHER WORK a. Coordinate the installation of doors with partition work performed under other sections of the specifications. b. Verify details of adjacent construction and make field measurements of conditions prior to submission of shop drawings. SD 00314 l of SECTION 9A TERRAllO The requirments of Division 1 apply directly to all work hereunder 1 . SCOPE Furnish all labor, equipment, materials , and perform all operations required for the completion of terrazzo floors and base, as shown on drawings and/or as specified herein, including, but not limited to: a. Screeds, dividers. b. Terrazzo finish. 2. GENERAL REQUIREMENTS a. Work shall be performed by an applicator franchised by the Manufacturer of thin-set polyester terrazzo material . b. Inspect all surfaces to receive terrazzo flooring and report any unsatisfactory surfaces to the Architect. Otherwise, assume all responsibility for failures in this work due to defective surfaces. c. Provide adequate protection of terrazzo work from work by other trades . 3. MATERIALS a. General : Deliver to the site in their original containers , unopened with the Manufacturer's address labelled thereon. Material other than aggregates shall be fresh, new stock. Water shall be potable. The surfacing materials shall consist of a primer coat material , resin binder, hardener, mineral filler, mineral aggregate, and surface finish preparation. Materials shall conform to the following requirements: b. Primer Coat Material : Special polyester primer applied per Manu- facturer's instruct ons. c. Resin Binder: Rigid, medium reactive, resilient, air-inhibited, nonthixotropic, high impact, craze-resistant polyester resin solution that will acquire an inseparable monolithic bond to the concrete surface to which the surfacing material is applied. No other type of resin will be allowed. 9A 1 . 4 1 `of 5 00031 a I d. Mineral Filler: As recommended by the Manufacturer of the surfacing system to assure the physical properties specified herein. e. Sand: Coarse screened, washed saed, free of organic materials ASTM C-33) . f. Cement: White standard brand of Type I Portland Cement (ASTM C-150) . g. Marble: Standard quarry product of sizes specified, conforming to the grading and numbers adopted by the National Terrazzo and Mosaic Assoc. h. Surface Finish Preparation: As recommended by the Manufacturer, liquid neutral , free of harmful alkali or acid, metallic salts, or other strong ingredients that may harm the terrazzo surface, as recommended by the Maintenance members of the National Terrazzo and Mosaic Assoc. i . Edge strips and Dividers: White metal zinc alloy, constructed with suitable anchorage features. 4. FINISHES a. Floor Topping: Minimum thickness (finished) of 3/8" thick composed of marble chips sizes No. 0, No. 1 , and not more than 10% No. 2. b. Color: National Terrazzo and Mosaic Association Standard Color catalog Plate Numbers for floors and base, as selected by the Architect. S. SAMPLES a. Submit three 12" by 12" samples of the finished material showing the color range, texture, and pattern of the surfacing, for Architect's approval , prior to installation. 6. PREPARATION OF SURFACES a. Etch the concrete surfaces with a solution of muratic acid, applied with mop or broom and allowed to remain on the surface for approximately 10 minutes or until there is no further reaction. Wash down the surfaces with clean water and allow to dry. If there is evidence of any material on or in the concrete that may prevent obtaining bond between the concrete and the floor surfacing material , as determined by the Architect, lay small test areas to determine if adequate bond can be obtained. b. When the surface is thoroughly dry following the acid treatment, apply primer coat material with rollers, squeeges, brushes, or other approved equipment. Spread the primer as thinly as possible and yet get full coverage, and do not allow it to collect. 9A 0,031-6 11 3 1 ee c. Divider Strips: Install strips to form borders and divide field into panels as shown, not exceeding 30" in each direction. 1 . Provide 3/8" by 1/2" zinc divider strip separations between phases and thresholds and other material sections. 2. Provide terminating screed at the top of the base and where designated. Set strips with contact cement. 7. APPLICATION OF FLOOR SURFACING a. After the primer coat has gelled or has become tacky to- the extent that it is stringy if walked on, apply the floor surfacing material . b. Proportion and blend the resin binder, hardener, mineral filler, and aggregates into a homogenous mixture in the mechanical mixer. Spread the mixture upon the floor in a level uniform coat of 1/4" to 3/8" in thickness. Rod the material to the required thickness , float and trowel , and allow to harden. c. Finish external and internal corners and base with 1" radius cove. d. After the material has hardened, finish the surfaces by wet grinding, using terrazzo grinding equipment. Fill all voids and regrind. Do final grinding with a No. 220 grit stone. Finish the surface free from blemishes and to a smoothness equivalent to that of the approved samples. e. After completion of the grinding operations, clean the floor of dirt, abrasive particles , and other foreign material by washing and mopping and allowing to dry. Treat the floor with the Manufacturer's recommended liquid cleaning preparation and sealer. 9. FINISHED REQUIREMENTS Surfacing shall , upon completion, conform with the following requirements: a. Com resive Strength: Not less than 7,500 lbs. per sq. in. within 11 days after pouring on a second concrete slab. b. Hardness: Indentation shall not exceed 0.075" diameter when a load of 200 lbs. is transmitted to the surface by a 1 " diameter steel ball and held for 30 minutes. the diameter of indentation measured at the contact point. 003V 9A �; . , 3 of 5 c. Moisture resistance-, No moisture shall pass through the surfacing when covered by a 2 in. head of water for 160 hours. d. Absorption Capacity: The material shall not increase more than 0.2% in weight when immersed for 24 hours in either water or gasoline. e. Thermal Shock Resistance: No cracking of spalling shall occur when the polyester terrazzo is placed in water of 32° F. for two minutes and immediately there after immersed in boiling water for two minutes , repeatedly for 50 continuous cycles. f. Flame Point : Not less than 1 ,000° F. g. Coefficient of Expansion : 0.0000075 between 15 and 70° F. ,0.0000183 between 70 and 160° F. , and 0.0000198 between 160 and 310° F, h. Efflorescence: No permanent stain shall result from contact with water, oil , grease, tobacco, coffee, or any carbonatedor alcoholic be*verage. i . Thermal Conductivity: The material shall have a K factor of approx- imately 3.69. j . Electrical Conductivity: The surface shall be electrically nonconductive. k. Chemical Resistance- The material shall remain inert when subjected to concentrated and continuous contact with the following chemicals for 30 days at 20°C. : aliphatic hydrocarbon , butyl alcohol , calcium chloride, copper chloride, carbon tetrachloride-, chlorine (dry gaseous) , copper sulphate, diesel oil , ethyl alcohol , ferric chloride, gasoline, hydraulic oils, hydrogen sulphide, iso-octain and iso-octane Tot-703, kerosene, lactic acid, lubrication oils , nickel chlorides, nickel sulphate, potassium chloride sodium bisulphite, sodium sulphase, tetrachlorethylene, toluene, urine, water, zylene, and zinc chloride. 1 . Military Specifications: Conform to all requirements of Military Spec- ification MIL-52505 of he United States Government. 10. Submit certified test results showing compliance with the physical requirements specified herein, prior to installation. 11. CLEANING a. Use no acids on terrazzo. b. Clean up debris resulting from terrazzo work and pile as directed on the site for removal by others. 9A 41 4 of 5 0318 , c. Prevent grindings from entering floor drains , Contractor shall leave drains in clean , free flowing condition upon completion of this work. 12. GUARANTEE a. Guarantee terrazzo work against bond failure, spalling, and other deterioration as the result of inferior materials , and improper use of terrazzo, for a period of one year from the date of acceptence of the work. b. Repair and correct such defects at no expense to the Owner. 5' of 5 00319 f { SECTION 9B RESILIENT BASE The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install resilient base as shown on drawings and/or specified herein. 2. MATERIALS. a. Base: Burke, 6" rubber topset, color as selected by Architect. b. Adhesive: As recommended by manufacturer. 3. GENERAL REQUIREMENTS a. Sub-surface; The Contractor shall carefully inspect all surfaces onwhichthe base is to be applied and shall report any unsatisfactory surfaces to the Architect. Otherwise, he shall have responsibility for failures and defects in his work resulting from defective surfaces. The Contractor shall clean all surfaces , removing all grease and other substances before procedding with his work. b. Adhesive shall be trowelled evenly with a toothed trowel . c. Fitting and laying shall be done in a neat, workmanlike manner, accurately fitted at walls , corners, etc. All joints shall be close and even. d. Entire surface shall be left smooth and free from any curls or, buckles. Remove all stains. 4. COLOR AND PATTERN a. Colors shall be selected from full line of Manufacturer's samples submitted by the Contractor, to Architect for approval prior to ordering base. 5. GUARANTEE All materials and workmanship shall be guaranteed for a period on one year from date of acceptance. 6. EXTRA BASE At-completion of job, leave three unopened boxes and all open boxes of base material for each color used. 9B 57 1 00320 SECTION 9C QUARRY TILE The requirements of Division 1 apply directly to all work hereunder... 1 . SCOPE Furnish and install Quarry Tile as shown on drawings and/or as specified herein, including, but not limited to: a. Interior floors and base. 2. GENERAL a. Compliance with USA Standards: Unless otherwise indicated on the project drawings or supplemented or modified herein, all materials and the installation and workmanship for Quarry the shall comply with the applicable requirements of ANSI 108.6-1969. = b. Delivery and Storage: Deliver all materials to the job site in manufacturer's original sealed containers with labels intact. Keep ample material on hand to preclude delaying the work. 3. MATERIALS a. Quarry Tile: Standard Grade, extruded square-edge 6"x6"x3/4tt thick, shallow ribbed back , red Sequoia quarry tile as manufactured by the Jordan Tile Company. Tile shall conform to ASTM Specification C-279-54 except that maximum absorbtion` shall be 2.0'c. Tile shall be cut to dimension on two edges and ground to dimension on remaining edges. Tile shall be abrasive faced with alundum grit partially rolled into the surface prior to firing. Tiles in refrigerated boxes shall be frost proof type to match kitchen tile. Color as selected by Architect from manufacturers full line of samples. b. Portland Cement: ASTM C-150 type I. c. Sand: ASTM C-144. d. Expansion Joints: 1/4" minimum. Silicone expansion joint material . e. Black Furane: Fur furyl alcohol resin and catalysed carbon conforming to Federal Specification CE-243-01. 9C .1 of 3 00 321 f. Epoxy Resin: "Epoxet" as manufactured by the East Bay Engineering Co. g. Wax: Fully refined petroldum parafin wax, melting point 120* to 140° F. , when tested in accordance with ASTM D 87, containing less than 0.5 percent oil , tasteless, oderless , hot-applied. 4. INSTALLATION AND WORKMANSHIP a. Surface Preparation: Install no flooring on surfaces not in condi- tion to receive same. Subflooring must be thoroughly dry, broom clean, and free of imperfections of any kind. Slab dryness shall be checked so that no condensation develops on a polyethylene sheet saw placed over the slab in four hours. b. This subcontractor will be required to remedy at his own expense all defects developing in his work as the result of his accepting improper subsurface conditions. c. Coordinate installation of flooring with work of other trades, particularly installer of door frames, refrigerated boxes and other bases. d. Setting Bed Mortar: Epoxet Resin "A" and Hardener "B" , are packaged in screw top tins for accurate measure for blending the two components . "A" and "B" shall be blended one minute then mixed with the powder in a weight ratio of three parts of powder . to one part of "A" and "B" . Mixing equipment* can be a 1/2" heavy duty electric drill fitted with a paddle shaft or a portable cement mixer. Mixing time should range from 3 to 6 minutes depending on batch size. Pot life at 70 degree F. is one hour. e. Setting Bed: Epoxet mortar is applied to the cleaned base slab or leveling bed with a notched trowel . Tile is immediately placed and positioned correctly for subsequent grouting. f. Tile Setting: Coat face surface of tile with wax prior to setting. Quarry the shall be positioned by means of steel spacing grid in a checker board pattern and side joints shall be no wider than 1/4" At points where expansion joints are to be provided, epoxet mortar setting bed shall be raked from bottom of side joint as the is placed so that joint is not bridged. g. Grout: Black furane powder and binder' shall be mixed in the ratios of from 1 .4-1 .7 lbs. of powder to I lb. of binder on the job in in 20-30 lb. batches using a 1/2" heavy duty electric drill fitted with a paddle shaft or with a portable 5-gal . cement mixer for 2-3 minutes then immediately poured on the area to be worked. 9C 00322 2 of 3 h Grouting: Trowel of squeegee the mortar into the side joints , clearing the excess from the tile face, then strike the joints flush with the tile face. When the mortar has taken its initial set (2 hours at 75F. ) inspect and point up any low points in the joints. When all mortar is hard hose off the stearic acid wax emulsion and mortar smear with hot (1100-1300F. ) water. 5. EXPANSION JOINTS Provide silicone expansion joints in the tile work at all contraction and construction joints in the concrete slab and at column bases and drains. 6. CLEANING TOOLS Contaminated utensils tools, mixers, etc. should be cleaned with solvent mixtures such as a 1 to I to volume acetone-ethyl alcohol of a 1 to 1 toluene normal butynol mixture available from chemical supply distributors. 7. TOXICITY Strict precautions should be taken to avoid skin contact with cleaning solvents, the resin, the mortar and particularly the hardener "B" . The use of rubber gloves is recommended. In case of accidental contact, wash immediately. Provide adequate ventilation particularly in confined areas. Owner shall be held blameless for any injuries resulting from the use of these materials. 8. SUPERVISION AND INSPECTION All the work shall be performed by the tile mechanics under the direct supervision of the tile contractor. Mixing and application of epoxet and furane resinous mortars shall be in accordance with manufacturer's detailed instructions , through his field representative. Daily inspection shall be performed by this field representative and any misuse of the epoxet and furane cements shall be reported immediately to the sub- contractor and the Project Inspector on the job for correction or other disposition. 9. GUARANTEE Furnish a written guarantee, in a form suitable to the owner covering the contractor-furnished material and workmanship for a period of two years from the date of final inspection and acceptance of the work. In the event of faulty workmanship or defective material , the faulty workmanship shall be corrected or defective material replaced to the satisfaction of and without cost to the owner. 10. CLEAN-UP Premise and adjoining surfaces shall be left clean and free from damage All tools and debris shall be removed promptly from the premises. 11 . EXTRA TILES Furnish 50 square feet minimum of extra tiles delivered to Owner as 00323 directed by Project Inspector. 9C 3,6r 3 SECTION 9D CEMENTITIOUS ACOUSTICAL PANEL The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install acoustic panel system as shown on Drawings and as specified herein, including, but not limited to: a. Cementitious acoustic wall panels. b. Cementitious acoustic ceiling drop-in panels. c. Adhesives and mechanical fasteners. WORK NOT INCLUDED UNDER THIS SECTION a. Furring, stripping, trim, suspended ceiling T-bar system. 2. GENERAL REQUIREMENTS a. Delivery and Storage 1 . Carefully handle and store materials to prevent damage, prevent inclusion of foreign materials and subjection to temperature and humidity extremes as recommended by the Manufacturer. b. Field measurements; 1 . Verify all dimensions in the field prior to fabrication. Notify Architect of any discrepancies. 3. MATERIALS a. Manufacturer's names used herein are for reference only, and do not preclude the use of products of other manufacturers meeting the requirements of these specifications. The manufacturer stated herein shall be the standard of quality for the work. "Tectum" panels as manufactured by Gold Bond Building Products Division of National Gypsum Company meet the requirements of these specifica- tions. pecifica- tions. b. Acoustic panels: wood fibers and hydraulic cement binder molded under controlled conditions of heat and pressure, rated noncombustible (flame spread of 25 orless) as classified by Underwriter's Laboratories, Inc. Guide No. BIYR, square butt edges, 1" thick. The panels shall have a Noise Reduction Coefficient range of ( .35-.45) , mounting as shown. 90 I of 2 rAl 00324 h 4. INSTALLATION h" a. Apply panels using approved panel adhesive of caulking consistency with bead size and spacing in accordance with panel manufacturer's recommendations . b. Fasten panels at each furring section with nails or screws spaced in accordance with manufacturer's recommendation. Countersink nails or screws below the surface. Butt square cut edges tightly so joints will fall on center lines of furring. c. Examine applied panels and remove and replace any defective units. 1 . Provide necessary safeguards and exercise caution against injury of defacement of any existing improvements or prior new work. Repair or replace such damage at no additional expense to the owner. d. Coordination with work of other trades: 1 . Cooperate with other trades in coordinating and providing for the installation of their work in connection with the work • of this section. e. Details of Installation 1 . Install acoustic panel system as shown on Drawings and in accordance with manufacturers standard printed instructions. 5. EXTRA MATERIALS a. Provide a minimum of four extra full size wall panels and ten ceiling panels delivered to Owner upon completion of this work. s . i g0 n SECTION 9E PAINTING The requirements of Divsion 1 apply directly to all work hereunder. 1 . SCOPE Provide all labor, materials, equipment, transportation , and shop service required for Interior and Exterior Painting as described herein and for all interior and exterior surfaces, as shown on drawings and/or as specified herein, including, but not limited to: a. All exterior and interior surfaces on concrete, gypsum board, wood, metal , cementitious acoustic panels, and primed metal . WORK NOT INCLUDED UNDER THIS SECTION a. Shop coatings on structural steel , steel doors, window frames' and other items previously shop coated. b. Copper, aluminum, stainless steel , bronze, brass , nickel ; . galvanized steel handrails, except as specified c. Plastic laminate wainscots , partitions, doors , frames, rails , and similar factory finished items . d. Glazed, rubber, asphalt, vinyl , or acoustic tile. e. Exterior concrete walls , concrete stairs, concrete retaining walls . 2. SURFACE PREPARATION a. All surfaces shall be cleaned prior to painting. If for any reason the surface cannot be cleaned, this condition shall be promptly reported to the General Contractor and the Architect, in writing. b. Drop cloths shall be provided to prevent paint material from falling on or marring any adjacent surface not to be painted. ' c. General Surface Preparation: 1 . Surface must be clean and dry before painting. Dirt and dust should be removed by brushing with a stiff bristle brush. Oil or grease should be removed by solvent cleaning, using a solvent such as mineral spirits and wiping with clean rags. Apply final rinse of clean solvent. 9E l 0032D 2. If the area to be coated has been subjected to chemical contamination, thoroughly rinse with water. Maslow 3. The primer or first coat should be applied immediately after surface preparation to prevent contamination of the surface. 4. Wall board: Tape joints shall be sanded smooth and dusted. 5. Shop Coated Steel of Iron: Shall be first washed free of grease, dirt, oil , or dust with pertroleum solvents. Prime where metal is exposed with a rust inhibitive primer, first removing any rust which may have formed by sandblasting or hand and power tool cleaning. 6. Galvanized metal : Clean thoroughly with mineral spirits.. 3. STORAGE a. Provide a secure space for the storage of all paint materials. and equipment. Maintain and leave it free from fire hazards due to improperly stored rags , thinners, or materials. 4. MATERIALS a. All paint materials must be delivered to the job in Manufacturer's original containers and bearing its label . b. All thinners shall be as approved or recommended by the paint Manufacturer and bear identifying labels. c. Colors for all coats shall be as selected or approved by the Architect with duplicate samples supplied to this Contractor. d. The Architect reserves the right to take a representative sample of any materials the painting Contractor brings on the job and have it tested by an approved testing laboratory to verify the materials conform to set forth specifications . Cost of test, if required, shall be paid by the painting Contractor. 5. WORKMAN!SH I P a. All materials shall be applied and cut in neatly so as to. dry uniformly to the color and sheen specified. Free from runs, sags , wrinkles, shiners, streaks, and brush marks. 9E`� a ' ; 2 of 5'. Vt �� ® b. All materials shall be applied in accordance with Manufacturer's directions as printed on container and any thinning required sha'1.1 be done in the manner and exclusively with the type of reducer recommended. c. Vary each coat of paint in shade from the preceding coat in a manner that will make each coat readily distinguishable without affecting finish color. d. During the actual application and drying of the paint, a minimum temperature of 60° F. shall be maintained. This temperature shall be held as constant as possible to prevent condensation. Adequate ventilation shall be provided at all times so that the humidity can not rise above the dew point at the coldest wall . The general Contractor is solely responsible for maintaining required temperature, ventilation and room conditions. e. Enamel and varnish undercoats shall be sanded smooth prior to recoating. f. All door edges, including top and bottom shall be finished in the same manner as the remainder of the door surface. g. No exterior painting shall be undertaken at temperatures under 50° F. or immediately following• rain , frost, or dew. Safe levels for painting shall be determined by use on an electronic moisture meter. h. The areas in which this Contractor has been conducting his work shall be left in a clean and orderly condition with all paint spots, rags, and discarded equipment removed. i . Any work which does not meet the approval of the Architect shall be immediately corrected. If the work is not corrected, the Architect reserves the right to deduct from the amount due to the Contractor under his written contract. J . No spray painting will be allowed. k. Detailed Specifications : The following product numbers of the Glidden Company and the Pratt and Lambert Company are approved and are given to establish the quality of materials desired and need no further approval . Products of other manufacturers may be used subject to approval by the Architect. Proof of equality must be submitted within 35 days after award of General Contract. ..9E 3 'of 5, DU 328 Approved materials: TYPE GLIDDEN PRATT AND LAMBERT Rust Inhibiting Primer 585 Metal Primer Alkyd Gloss Enamel 4550 Effecto Galvanized Iron Primer 471 G.I. Primer Enamelized Trim Paint 1892 Verdura Exterior Latex Masonry Paint 3525 Vapex Interior Synthetic S.G. Enamel 4600 Cellotone Satin Flat Stipple Paint 19-W-752 Lytall Stipple Flat Alkyd Flat Wall Paint 5718 Lytall Alkyd Flat Alkyd Wall Primer-Sealer 4516 Lytall Alkyd Primer. Lacquer Sanding Sealer 6059 S.G. Lacquer Semi-gloss Lacquer 6080 S.G. Lacquer 6. PAINT SYSTEMS a. Exterior Paint Systems: 1 . Exterior Unprimed Metal:-.' a. First Coat: Rust inhibiting 'prime"r b. Second Coat: Alkyd Machinery enamel , gloss. c. Third Coat: Alkyd Machinery enamel , gloss. 2. Exterior Pre-primed Metal : a. First Coat: Alkyd machinery enamel , gloss . - b. loss .b, Second Coat: Alkyd machinery enamel gloss. 3. Galvanized Metals: ar First Coat: Galvanized iron metal primer: b. Second Coat: Enalmelized trim paint, fa 4. Exterior Overlay Plywood: a. First Coat: Exterior Laytex Paint.. b. Second Coat: Exterior Laytex Paint:' c. Third Coat: Exterior Laytex Paint. '" 00329 pp a b. Interior Paint Systems: 1 . Interior Unprimed Metal : a. First Coat: Rust inhibiting primer. b. Second Coat: Synthetic S.G. enamel . c. Third Coat: Synthetic S.G. enamel 2. Interior Primed Metal : a. First Coat: Synthetic S.G. enamel.. b. Second Coat: Synthetic S.G. enamel . 3. Interior Galvanized Metal : a. First Coat: G.I. Metal Primer. b. Second Coat: Synthetic gloss enamel . c. Third Coat: Synthetic gloss enamel . 4. Interior Galvanized Metal Walls and Ceiling: a. First Coat: G.I . metal primer, b. Second Coat: Flat stipple. 5. Interior Concrete: (Except sand-blasted finish) . a. First Coat: Alkyd wall primer-sealer. b. Second Coat: Alkyd flat. c. Third Coat: Alkyd flat (where shown). 6. Interior Gypsum Wallboard and Overlay Plywood: a. First Coat: Alkyd wall primer-sealer. b. Second Coat: Flat stipple paint. c. Third Coat: Interior semi-gloss enamel . 4E . 00330 ...,, 5 0 5 SECTION 9F GYPSUM DRYWALL SYSTEMS The requirements of Division l apply directly to all work hereunder. 1 . SCOPE Furnish and install all suspended Gypsum Board Backing Systems for acoustic tile ceiling and metal stud walls as shown on drawings and/or.as ' specified herein, including, but not limited to: a. Suspension system, metal stud framing, furring. b. Gypsum board application. c. Taping of joints. WORK NOT INCLUDED UNDER THIS SECTION a. Metal stripping integral with exterior wall insulation board. 2. GENERAL a. Trade names used herein indicate a standard of quality only; and do not preclude the use of materials and methods of other Manufacturers which meet the requirements, as specified. b. Maintain a temperature range of 55° to 70° within the building during finishing. c. Provide adequate ventilation during finishing to eliminate excessive moisture. d. Materials shall be delivered to the job in original unopened containers or bundles and stored in a manner to protect from damage and exposure to the elements e. The installation and application of all materials shall be in accordance with the latest printed directions or specifications of the U.S. Gypsum Co. 3. MATERIALS a. Gypsum Wallboard: 5/8" thick, 48" wide tapered edge type "X" Firecode. Moisture resistant board in all toilet rooms. b. Joint treatment: Perf-A-Tape Joint System. 9F ttll r���� l of 3 V31 c. Metal Studs: 20 gauge roll-formed galvanized steel channel type. d. Furring Channels: No. 158, 25 gauge galvanized coil steel , 1-7/16" face width, 7/8" furring depth, 2-11/16" base span. e. Main Runner: 1-1/2" cold-rolled channel , 16 gauge weighing 475 lbs. per 1000 lineal feet. f. Hanger Wire: 9 gauge galvanized steel g. Tie Wire: 9 gauge galvanized steel . h. Drywall Screws: U.S. Gypsum Co. , type S-1 . i . Powder Driven Studs: 1/4" x 2" , with internally threaded eye coupling to receive hanger wires. Studs shall not be driven into precast concrete tee stems. 4. FURRING CHANNEL AND METAL. STUDS a. Hanger wires shall be secured to under side of concrete roof slab, and spaced not over 4'-0" o.c. in the direction at right angles to main runner ends and of boundary walls , girders or similar interruptions of ceiling continuity and at corners of light fixtures. Hangers shall be of sufficient length to permit saddle-tying around main runner channels in a manner that will prevent turning or twisting of the runners, and the full strength of the hangers will be developed. b. Main runners shall be spaced not the exceed 4'-0" on centers, in parallel rows, and where necessary to frame around openings or project one through ceilings. Runners shall be kept clear of abutting walls and partitions. Ends of spliced main runner channels shall overlap 12" with flanges of channels interlocked and shall be tied securely with 2 loops of 0.0625" diameter zinc-coated wire at both ends of splice. c. Metal furring shall be attached to main runners at 16"o.c. by saddle- tying at each crossing with 0.0625" diameter zinc-coated wire of 0. 1483" diameter springwire hairpin clips , staggered, on opposite sides of main runners. Splices shall be 8" long, interlocked and tied as specified above for main runners. d. Install access doors furnished under other Section of Specifications. Coordinate the locations with acoustic the Contractor, to align with the joint pattern. 9F r x, e Lateral Bracing: 1 ) Provide diagonal hanger wire bracing from building structure to ceiling system to support a minimum lateral loading of one pound per square foot of ceiling area in any direction. 2) Provide diagonal bracing from partitions to structure to support a minimum lateral loading of five psf of wall area acting normal to wall . 5. DRYWALL PANEL ERECTION a. Wall board shall be applied with the long dimensions at right angles to furring channels or studs and fastened with 1" Drywall screws , spaced 12" o.c. All abutting end joints shall occur over the web surface of the furring channel , or stud flange. Joints shall be fitted neatly and accurately with end joints staggered. b. Joint system shall be "Perf-A-Tape" system on all face joints and internal and external angles. c. Provide Kraft Paper Dust stops at all intersections of ceiling system with wall surfaces. d. Surfaces called for in the Interior Finish Schedule to be painted shall be finished smooth and free from cracks and depressions and ready for painter's finish. 9F 3 90, 333 SECTION 9G SUSPENDED ACOUSTICAL CEILINGS The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all suspended acoustical ceilings as shown on drawings and/or specified herein, including, but not limited to: a. Ceiling Tiles. b. Acoustical Panels (installation only of cementitious ceiling panels) . c. Trim components. d. Insulation integral with ceiling system. WORK NOT INCLUDED IN THIS SECTION a. Cementitious acoustic panels will be furnished under Section 90, to be installed Under this section. 2. SUBMITTALS a. Approvals, except those required for field installations, field appli- cations, and field tests , shall be obtained before delivery of material or equipment to the project site. b. Samples: Samples shall be representative of the materials to be supplied. The following samples shall be approved by the Architect for record purposes prior to delivery of. acoustical-system components to the project site: 1 . One of each type of acoustical unit proposed for use showing the specified texture, finish, and color of the exposed-to-view surfaces. 2. One each of fastening device, including anchors. 3. One linear foot of runner and furring members, intermediate support member, hanger wire of strap, and edge moldings. ■ �-9G - 1 1 o 4 0033 c. Shop Drawings: Shop drawings shall be submitted to and approved by the Architect record purposes prior to delivery of acoustical-system components to the project site. Drawings shall clearly delineate all components of the system and shall be accompanied by catalog illustrations of the components. A reflected ceiling plan of typical rooms and other spaces, which includes locations of electrical and mechanical features, shall be provided with the required detailed drawings . Drawings shall include typical detail of following: Intermediate framing of hanger supports that fall between structural framing members; hanger fastenings at structural framing members and at main runners ; acoustical-unit support at ceiling penetrations; and the splicing method for main and cross runners and the positioning of splines ; complete installation instructions. d. Certificates: Before delivery of acoustical system components , certificates in triplicate with accompanying test reports by an independent testing laboratory, attesting that acoustical ceiling systems pro- posed for use meet specified requirements shall be submitted to and approved by the Architect for record purposes. Data attesting to conformance of the proposed system(s) to Underwriter' s Laboratories, Inc. , requirements for the fire endurance rating(s) specified herein may be submitted for approval in lieu of certificates and test reports. 3. FIRE ENDURANCE: Fire endurance rating shall be one-hour. The fire ratings for the proposed system shall have been determined by ASTM Test Method E119 on Specimen System representative of the system to be installed, including ceiling penetrations such as light fixtures and electrical boxes. 4. DELIVERY AND STORAGE: Acoustical units shall be delivered to the site in the manufacturer's original unopened containers with brand name and type clearly marked. Materials shall be carefully handled and stored under cover in dry, water- tight enclosure. Immediately before installation , acoustical units shall be stored for not less than 24 hours at the same temperature and relative humidity as the space where they willbe installed. One unit per 100 units installed shall be furnished as spares for lay-in type acoustical units. Spare units shall be furnished in original cartons and shall be placed in a location as directed. 5. ENVIRONMENTAL CONDITIONS: A uniform temperature of not less than 60°F. nor more than 80°F. and a relative humidity of not more than 75 percent shall be maintained continuously before, during,and after installation of acoustical units . 9G � 2 Of 4 0033i 6. MATERIALS: a. Acoustical Units; Acoustical units shall conform to SS-S-118 class 25, and requirements shown on the drawings. 1 . Panels for exposed-grid system: NRC grade: .50=.60 Pattern: Armstrong Co. Design "E" . Nominal size: 24 x 48 inches. Edge detail : Trimmed and butt. Finish: Factory-applied white painted mylar facing. b. Suspension system: Suspension system shall be accessible exposed grid and shall conform to ASTM C635 for light-duty systems. c. Ceiling insulation: Foil-faced building insulation conforming to HN-I-521 , type III with R = 19. 7. CEILING SUSPENSION SYSTEM: Suspension system shall be completely compatible with the acoustical units. Surfaces exposed to view shall be of uniform width and shall be steel with a factory applied white baked enamel . a. Suspension system: Suspension system shall meet the requirements `` of ASTM C635 and the requirements specified herein. b. Edge or wall molding: Edge or wall molding shall be steel with a factory applied white baked enamel finish. Wall molding shall have a flange of not less than 15/16 inch and shall be provided with inside and outside corner caps. c. Wire: Wire shall be QQ-W-461 , composition 1010 soft annealed, finish 5 (zinc-coated) , class 1 , for suspended and furred ceilings where plenum is not used for air-circulating systems, except under roof construction . Wire shall be not less than 0.1055 inches. in diameter (12 gauge) . B. INSTALLATION OF CEILING SUSPENSION SYSTEM: ' All interior finish work such as concrete work shall be completed and dry before installation. All mechanical , electrical , and other work above the ceiling line shall be completed and approved prior to the start of acous- tical ceiling installation. Acoustical work shall be provided complete with all necessary fastenings , clips , and other accessories required for a complete installation. Mechanical fastenings shall not be exposed in the finished work. Hangers shall be laid out for each individual room or space. Hangers shall be placed to support forming around beams, ducts , columns , grills and other penetrations through ceilings. Main runners and carrying channels shall be kept clear of abutting walls and partitions. At least two main runners shall be provided for each ceiling span. 9G �' , 3 of 4 003T a. Suspension System: Installation of Suspension System shall meet.,the requirements of ASTM C-636 and the requirements specified herein: b. Flanges: Metal edge moldings or channels shall be provided along the perimeter of the acoustical ceiling in each room, space, or panel . 9. CLEANING Following installation, dirty, or discolored surfaces of acoustical units shall be cleaned and left free from defects. units that are damaged of improperly installed shall be removed and new units provided as directed. ,{ v4 > e - ' z '#�'��a, �� .� i s't�,�.P'4<t'S. •:a SSS ,!s h t ,i�, t � .,i.A x c .?,?�. vt a ,:.�� � i S „ {>t � r,-�Y�:�e ,:k� eiq �...1 t t ' a •�Ef.t } ! � .i, ,t. ' t.�� t .'� d I ,y f .. ' 2J t r tIJ r S2 - M1 .l. r > I 911% n .10 4,"tof 4 003 ! SECTION 10A TOILET PARTITIONS The regirements of Division l apply directly to all work hereunder, ' 1 . SCOPE Furnish and install toilet partitions as shown on drawings and/or as specified herein including: a. Partitions and screens. b. Hardware. WORK NOT INCLUDED UNDER THIS SECTION: a. Structural supporting members in wall or ceiling. b. Accessories. ' 2. GENERAL REQUIREMENTS a. Manufacturers names used herein are for reference only and do not preclude the use of materials of other manufacturers meeting the requirements of these specifications. b. Provide a certificate of conformance with these specifications for all materials delivered to the job. c. Toilet Partitions shall be products of one of the following manu- facturers: Bobrick, Weis, Pricemetal , Mid-South, or approved alternate. 3, PLASTIC FACED PARTITIONS: Shal-1 be overhead-braced systems with uniform flush front appearance, a. Doors , stiles, wall posts , panels: High pressure laminated plastic bonded to both sides of a core of 3 ply resin impregnated water resistant particle board to form a finished panel thickness of 1" . b. Stiles shall have an 11 gauge steel core with a levelling device arc welded to core and concealed with a one-piece, 4" high type 304 stainless steel satin finish shoe, c. Surface Finish: Seamless high pressure laminate plastic, .062" thick conforming to NEMA Standards , LD-1-1964, color, pattern , and texture 10A tt�� cc�� 1 5772tl�.��3t7 , . j as selected by Architect from full line of samples submitted by manufacturer. Panel edges self-edged with laminated plastic. Bonding of adhesives as approved by plastic manufacturer. d. Hardware and Fittings: Type 304 stainless steel . Provide factory installed threaded steel inserts in panels for mounting door hardware. No hardware shall be exposed on exterior of toilet . " compartments except flush recessed type pulls as required for out opening doors on handicapped stalls : e. Headrails and headrail returns: satin finished anodized aluminum. L. fir .v d: rx• " 0,ty_�,, i tY ��7 •u 4 f .,'>+ �• Y � '..C71 f u1 f 't 15 ;{Sva ..tom 4i l �.+. � l �L f t. I OAf ' x !' C , 3r� ` 2 of 2 �1t 36 9 t A PAW SECTION 10B TOILET ACCESSORIES The requirements of Division l apply directly to all work hereunder. 1 . SCOPE Furnish and install all Metal Toilet and Bath Accessories' complete as shown on drawings and/or specified herein, including, but not limited to: a. Standard flush and recessed accessories b. Security type accessories. WORK NOT INCLUDED UNDER THIS SECTION a. Mirrors are specified under Glass and Glazing, Section 8. 2. GENERAL a. Accessories shall be of approved design and delivered to the site ready for installation. b. Mount surface-mounted accessories on concealed backplates; except where specified otherwise. Provide accessories without backplated with concealed fasteners. 3. MATERIALS a. Stainless steel : Alloy type 302, 304, or 304L conforming to ASTM specification A167, with No. 4 satin finish. All accessories in each room to be of same alloy and finish . b. Surfaces of fastening devices exposed after installation shall have the same finish as the attached accessory. 4. LOCKS a. Keylockkss: Shall be alike for each type of accessory; 2 keys ore- ach lock or each group of accessories keyed alike. b. Locks shall be the Manufacturer' s standard locks of the type specified hereinafter, 106 'P of '4 -+ 00 340 S 5. FABRICATION a. Fabricate accessories in accordance with good commercial practice, with welds ground smooth. b. Perform bending, flanging, drawing, forming, and similar , operations in a manner to insure that there are no ruptures , cracks, wrinkles , sharp exposed edges , or other defects. c. Design flanges of recessed accessories to return to wall+ to provide a continuous, tight-against-the-wall installation . d. Door shall be warp free. 6. INSTALLATION a. Exposed screw heads shall be oval vandalpraof type.. Furnish two screwdriver type wrenches for each size screw. b. Install accessories at height indicated. c. Protect exposed surfaces of accessories with strippable, plastic or by other approved means until the installation is accepted. d. Coordinate the Accessory Manufacturer' s mounting details with other trades as their work progresses. e. Recessed accessories : Facten to studs or blocking with bolts in metal frame construction, and to a rough frame, blocking, or anchors set in mortar in masonry construction. t 7. SUBMITTALS a. Drawings: Submit Manufacturers Catalog cuts and Drawings of each item for Architect's approval prior to fabrication and delivery. b. Samples: Submit one sample of each type of accessory requested by the Architect for further approval , prior to fabrication and delivery to the site. Samples shall be complete with appurtenances and shall be furnished as specified. Approved samples may be installed in the work, provided each sample is clearly identified and its location recorded. Accessories provided shall be of the same design, construction, and finish as the approved samples. 10B , 00341 8. ACCESSORIES a. Toilet- d) paper holders (surface-mounted) : Acorn Engineering Co. Series 1792-11 , 14 ga. stainless steel anchored with 4 Vandal proof mounting screws, at each water closet. b. Toilet seat-cover dispenser: "Protecto" surface mounted, chrome plated, at each water closet. c. Soap dispenser; 1 . Wall mount: American Dispenser Co. , No. 11 "Liguid-Urn" . d. Combination paper towel dispenser/disposal units : Recessed type, to fit wall opening of the size indicated. Fabricate cabinets of stainless steel not lighter than 22 gauge; doors not lighter that 18 gauge with single pan construction of 22 gauge with double pan construction. Equip doors with stainless steel piano hinges and tumbler locks. Flange of cabinets shall be one piece construction with no mitered or welded corners. Capacity of units shall be not less than 400 C-fold or 500-multifold paper towels. Equip units with a removable stainless steel waste container: capacity not less than 1 .3 cu. ft. Surfaces exposed to view after units are installed shall have a No. 4 satin finish . e. Sanitary Napkin Disposal : Provide a disposal at each- water closet in Rooms 6, 15 as follows: 1 . Double-access type for mounting in a toilet partition cut out, adjustable to fit partition thicknesses from one inch (1") to 1-1/4" projection into toilet compartments not to exceed 2 inches. Fabricate units of stainless steel not lighter than 22 gauge. Flanges shall be one-piece construction with no mitered or welded corners. A self closing flap door with a full length piano hinge shall be provided on on each side of disposal units, and waste receptacle shall be removable from one side. Surfaces that will be exposed to view after the units are installed shall have a satin finish. Anchor with minimum of four (4) vandal proof screws. 10B ■^j 1(#� V IJY 2. Surface-mounted, closed containers with fixed or'-'foldi'ng utility shelf, fabricated of stainless steel not lighter than 24 gauge, containers approximately 9" wide by ll" high by 4" deep. Top and bottom of container shall be hinged; bottom shall provide access for removal of contents. Provide a deodorant compartment on inside of units and furnish waterproof liners of the manufacturer's standard type. Surfaces exposed after the units are installed shall have a satin finish. Anchor with minimum of four(4) vandal proof screws. , ( �, s r• t r < 2 7lit' 21 s.,.� ;� fRY r.� r't E4L 'i.4 i r ;�� '; {..._ [j r r„• tp}}, .t� e}? 1. 3 r i Y 4 a tt xt i_ i A 'i tt f f �'�!t i � t'�� �.{yFi ,i�ff F f Yi �•45�i�" �.:P '. i+ S S lOB k , y 4- o i, s m` NJOU343 ms- SECTION 10C FIREFIGHTING DEVICES The requirements of Division 1 apply directly to all work hereunder. 1 . SCOPE Furnish and install all firefighting devices , as shown on drawings and/or as specified herein, including, but not limited to: a. Fire extinguishers. b. Fire extinguisher cabinets. 2. MATERIALS a. Fire Extinguishers : Dry chemical units with a Underwriters Lab oritories rating of 2A-10 ABC. b. Cabinet: Standard Fire Hose Co. No. 101 TR-S5 Style I; Potter-Roemer Inc. No. 2607 SS Door Style S. Recessed cabinet tub of 18 gauge steel 12-1/2" wide x 27-1/2" high x 9-3/4" deep, with white baked enamel finish , 16 gauge trimless stainless steel door with full length satin stainless steel piano hinge, flush ring pull , 5-tumbler cylinder lock, unit complete with flush mounting accessories . Paint letters "Fire Extinguisher" in red paint; letters 1" high on front of door, or provide Fire Marshall approved Standard Label . 3. INSTALLATION a. Install extinguisher in matching cabinets in accordance with manu- facturer's printed instructions. 4. KEYING a. Furnish Cylinder Locks on all cabinet doors , to be keyed alike to match keying of Access Doors furnished under Section 8D. Furnish Owner with minimum of 3 keys for each cabinet, upon completion of the work. 5. CERTIFICATION a. Extinguishers shall be fully charged and have a current approved tag attached, dated no more than 30 days prior to final acceptance of the building by the Owner. b. Provide label certifying approval of Fire Marshall . 10C 00344 1 of 1 SECTION IOD OPERABLE WALL The requirements of Division I apply directly to all work hereunder. 1 . SCOPE Furnish and install operable wall as shown on drawings and/or as specified herein, including, but not limited to: - a. Track and enclosure. b. Perimeter trim and sound seals. c. Operating hardware, templates. ,b d. Panels and finishing materials. e. Instructional surfaces'. f. Shop drawings. g. Samples. WORK NOT INCLUDED UNDER THIS SECTION a. Supporting structure and hanger rods. b. Finish painting. 2. GENERAL REQUIREMENTS a. Experience: Manufacturers of products which comply with these specifications must have a minimum of five years of current experience in the production of flat panel Folding Walls of this type. b. Installation: 1 . Install walls in a neat and workmanlike manner with all adjoining panels functioning in true and plumb alignment to form an effective operating sound barrier. 2. Install under the supervision of a factory trained mechanic in strict accordance with the manufacturer's printed installation manual . 10p ' 1 of 4 0034j c. Sound Control : 1 . Furnish to the Architect a certificate from an independent testing laboratory that the completed assembly meets the require- ments of a sound transmission class rating of 41 db based on full scale laboratory test identified with ASTM E90-61T, conducted at a recognized acoustical laboratory. 2. Manual extension of the partition shall accomplish perimeter sealing without the use of supplemental levers, switches , or pumps. d. Folding wall operation: 1 . Walls shall be top supported, manually operated, segmented in pairs as shown on drawings. 2. Wall panels shall be center stacked in relation to track centerline. 3. SUBMITTALS: a. Submit shop drawings of hanger rod layout, folding wall plans and elevations, indicating complete information of materials, details , and construction, for approval prior to any fabrication. b. Submit samples of the following: 1 . A minimum 1211 x 1811 cut-away panel sample of wall to be furnished. 2. Full size track and trolley assembly. Show trolley attachment to panel with reinforcement. 3. Panel finish materials and finish hardware. 4. Chalkboard, tackboard, and trim. 4. CONSTRUCTION a. Panels: 3" thick, stressed skin wood construciton pressure laminated with thermo-settomg adhesive to fir frame. Adhesive to comply with federal specification CG496 for Type II . Frame perimeter members. consist of 2 kiln dried 1-1/2" x 2-1/2" sections anchored together to ensure dimensional stability. Frame members NLMA construction or better grade. b. Core: 2 sheets 20 gauge steel sound barriers encasing a glass fiber sound attenuating material of 2-1/2 lbs. per cu. ft. density. c. Perimeter anodized aluminum alloy extrusions. The aluminum extrusions on all edges shall overlap face material by 5/16" . 10 D 2 of 4 003411 d. Panel Weight: Not over 5.6 1bs. , per sq. ft. , excluding chalkboard,- and tackboard. Top guide track and bracket weight not over 15 lbs. per lineal ft. e. Top track: 11 ga. steel , outside cross-sectional dimensions of 2-3/4" wide and 3-1/2" high. f. Trolleys: 3" diameter steel wheels 5/16" thick equiped with bail bearings. Trolley pendant bolt 5/8" minimum. g. Track brackets: 3/16" by 31" M1020 steel spaced 30" on center except at stacking area with spacing of 12" on center. h. Hinges: 4-1/2" x 4" x 0.1251" complying with government specification T-2015. Furnish 2 pair of hinges per hinged intersection. i . Floor track: Minimum 16 gauge type 304 stainless steel with 40,000 psi yield and Rockwell ""8" hardness of 85, with rectangular slot to permit easy cleaning. Track to be recessed as detailed. No shims will be used. j. Attach the trolley assemblies to the panel utilizing steel reinforcing plates internally mounted both above and below the panel top frame. The only top tracks allowed shall be those which occur on a line between the hinge and meeting jambs. No curves, switches, or any other device shall be required. Form top track of 11 9a. steel min. as shown. k. Perimeter sound seals: 1 . Double perimeter sound seals and panel intersection seals : flexible polyvinylchloride with a durometer hardness of 70-80, a tensile strength of 1 ,000 psi (minimum) and 150% minimum elongation. 2. Use of hydraulic, pneumatic, or mechanically activated seals will not be permitted. 5. FINISHES a. Exposed hardware: U.S. 26D. b. Track and all other ferrous metal parts: One coat rust inhibitive primer factory applied by wall manufacturer. c. Aluminum: 6063-T5 alloy having Aluminum Association finish AA-C21-A31 . 10 3 of 4 00341 d.: All panels are to receive full height flush mounted tackboard','' vinyl covered, with all edges concealed, except where chalkboard is shown. 1 . Furnish chalkboards and tackboards on the folding walls cone- forming to the requirements of the Chalkboard and Tackboard Section of the specifications and matching in color and texture. 2. Install in the factory with anodized aluminum perimeter trim and with mitered corners and concealed fastenings. 3. Chal kpockets shall be included as shown on the drawings and are to be flush mounted sand cast aluminum with a brushed finish. :..._GUARANTEE a, Furnish a guarantee :of the complete installation against defects in workmanship and material for a period of' one year. fi s S t. { - 1 y 10 4 of 4 } * ; 40348 t DIVISION 11 - EQUIPMENT SECTION 11A FOOD SERVICE EQUIPMENT 1. GENERAL REQUIREMENTS A. All the provisions of the General Conditions, Supplementary General Conditions and Special Conditions of Division 1 - General Require- ments , and any applicable provisions elsewhere in the contract documents shall apply to the work of this section as fully as if l repeated here. j 2. SCOPE A. Provide all labor, equipment tests , services, and incidentals } St necessary to supply and install the Food Service Equipment as shown on the detail drawings and as herein specified. All equipment herein specified shall be furnished complete, with piping, valves , fittings, and accessories that are an integral part of such equipment, except as otherwise specified, ready for connection to the service lines necessary to complete the installation. ,F� B. Related work in other sections : 1. Connections to all equipment and fittings and all roughing-in, sleeves , valves, traps, etc. , for all necessary plumbing , heating, ventilating and electrical services. A 2. The furnishing and installing of any flue pipes or any ductwork above the finished ceiling. Food Service Contractor shall coordinate connections in this ductwork with the Mechanical Section of these documents. k 3. The furnishing and installing of any exhaust fans, blowers,, motors , or switches serving exhaust hoods, unless otherwise specified, or any room ventilators or fans. 4. General construction supporting work under this section, including concealed blocking and backing plates where shown. 5. The furnishing structural enclosures , floor or wall openings, field painting, and concealed blocking and backing plates ` where shown for Food Service Equipment. -Y; SECTION 11 A Page 1 of 25 00349 3. STANDARDS OF MANUFACTURE A. Food service units, tables , sinks, counter-tops, etc. , specified other than by name and catalog numbers , shall be manufactured by a kitchen equipment fabricator of at least- five (5) years experience in this type of work, who has the plant, personnel and engineering facilities to properly design, detail , and manufacture high-quality kitchen equipment. The fabricator shall be subject to the review of the Consultant. B. All fabricated equipment is to be constructed in strict compliance with the standards of the National Sanitation Foundation and in full compliance with, the Public Health Regulations of the City of Martinez, State of California and other local governing codes and ordinances. C. The manufacturer's published specifications for the prefabricated or "Buy-Out" products described by name and model number are , by reference, made a part of design , construction, materials , and type of installation of such products . Should a specified manufacturer upgrade a specified product during the course of construction of the project, the Contractor shall supply the latest model in effect 60 days prior to the completion of the project. All prefabricated or "Buy-Out" products shall be supplied in full accordance with the governing regulations of the State of California , City of Martinez and all other local governing Codes and Ordinances. D. Electrically operated or heated equipment shall bear the Seal of Approval of the Underwriters ' Laboratories (UL) , and shall comply with the National Electrical Code, the American Institute of Electrical Engineers , the National Board of Fire Underwriters and all applicable local codes and ordinances. E. Steam heated equipment shall be approved by the American Society of Mechanical Engineers (ASME) , and shall comply with all applicable codes and ordinances. F. Gas fired equipment shall be approved by the American Gas Association (AGA) . G. Ventilating Hoods shall comply to the requirements of the National Fire Protection Association Standard Number 96. HI. Cabinet work and wood fixtures shal I comply with the 1 atest' publ i shed standards (in effect 120 days prior to completion of the Project) of the Architectural Woodwork Institute. I . The following "Buy-Out" equipment shall comply with the latest editions (including ammendments) of the National Sanitation Foundation Bulletins , in effect 60 days prior to completion of the project: Walk-in and reach-in refrigerators , freezers , all range and oven equipment, dish- washing and sanitizing equipment and ventilating hoods , warming equipment, dish and related ware dispensing equipment, ice machines and dispensers , toasters, etc. SECTION 11 A Page 2 of 25 w3u 4. SUBSTITUTIONS A. The materials or products specified herein and indicated on the drawings by the trade name and/or manufacturer' s number shall be provided as specified. Brand-names where used in the specification °- shall be presumed to be followed by the words "or approved equal ". Approval for proposed equals will be granted under the following conditions: 1. Prior to bid opening: Bidders wishing to obtain approval on brands other than those specified by name shall submit their request, together with full descriptive and technical data, test results in detail , and samples if requested, to be received by the Architect not less than ten (10) days before the bid opening. No products, material , fixture, form, or type of construction will be considered which cannot be proved to the satisfaction of the Architect to have been used in a similar application for at least two (2) years. Approval by the Architect will be in the form of an addendum to the specifica- tions issued to all prospective bidders, indicating that the additional brand or brands are approved as equal to those specified as far as the requirements of the project are concerned. 2. All substitute brands of equipment including those listed as acceptable substitutions , and those approved during the bidding period shall be listed separately on the bid form, by name, ` ` as a Deduct Alternate to the Base Bid price. The Base Bid price shall include prime specified manufacturers only. 3. After signing of the Contract, substitution of a brand other than that named specifically in the contract documents will be approved by the Architect if the proposed substitution is equal or superior to the brand and model named in the specifications, in construction, efficiency and utility. If the approved substitution necessitates a change in the utility rough-in and connection requirements, same shall be provided by the Contractor without additional compensation. 5. DISCREPANCIES A. In the event of discrepancies within the contract documents , the Consultant shall be so notified, in sufficient time prior to the signing of the Contract (7 days) to allow issuance of an addendum. B. In the event that time does not permit notification or clarification of discrepancies prior to the signing of the Contract, the following shall apply: The drawings and drawing schedules shall govern in matters of quantity, the specifications in matters of quality. In the event of conflict within the drawings involving quantities, or within the specifications involving quality, the greater quantity and higher quality shall apply. Such discrepancies shall be noted and clarified in the Contractor's bid. No additional allowances will be �, z K SECTION 11 A 0035.1. Page 3 of 25 made because of errors, ambiguities or omissions which reasonably should have been discovered during the preparation of the bid. 6. RESPONSIBILITY A. The work under this contract shall include the responsibility for assuring that all required submittals, such as equipment data, floor plans, and shop details, conform to the intent and meaning of the contract documents, to the actual conditions at the job site, and to all local codes and ordinances. 7. GUARANTEE-WARRANTY A. Guarantee-Warranty Food Service Equipment: All work shall be guaranteed by the Contractor against all defects for twelve (12) months from the date of substantial completion. This guarantee shall cover the replacements of every particular of such defective material , at the Contractor' s expense, including transportation and labor, but it shall not cover any cost for replacement of parts or work made necessary by carelessness or misuse of equipment by others. Owner may have the defects corrected if Contractor, after notice, fails to proceed promptly to comply with terms of this guarantee, and Contractor and his surety shall be liable for all expenses incurred. B. Start-Up Service and Warranty, Condensing Units: The Food Service Equipment Contractor shall provide at his expense, the installation, start-up and service for a period of twelve (12) months from the date of substantial completion, and the replacement of all parts found defective during this period on all condensing units and other refrigeration devices including ice machines supplied and installed under this contract. In addition to this one year free service, the condensing units shall have a five (5) year warranty, signed by the Food Service Equipment Contractor, said warranty commencing at the date of completion. 8. PRE-INSTALLATION SUBMITTALS A. It shall be understood that no ordering of equipment or fabrication of equipment shall take place until such time as the equipment brochures and the shop and installation drawings have been approved in writing by the Architect. Receipt of this written approval shall not relieve the Contractor from the responsibility of verifying all quantities and related dimensions , maintaining the specified quality of equipment, and verifying conditions at the job site. B. Within 45 calendar days after receipt of the contract, eight (8) brochures containing manufacturers' specification sheets , dimensioned drawings and/or pertinent data describing all items of standard manufacture shall be submitted for review and approval of the Architect. Sheets with the notation "fabricated item" and the name of the fabricated item as well as any required mechanical , plumbing or electrical require- ments shall be inserted between the manufacturer's specification sheets describing the "buy-out" equipment, thus giving a complete SECTION 11 A 00352 Page 4 of 25 brochure with all items of equipment accounted for. These brochures shall have semi-hard covers with the name of the Contractor and project clearly identified in large readable type. Failure to provide brochures in the manner as described above will be cause for rejection of said brochures. C. Within 45 calendar days after receipt of the contract, one (1) sepia and two (2) blue line sets of complete rough-in and connection details and connection for electrical , plumbing, and ventilating services, with both vertical , (above finish floor) and horizontal dimensions, from column centerlines or exterior walls for locating said connection points, shall be submitted for the review of Architect. Included with these drawings shall be floor depression locations , clearly dimensioned and identified. All rough-ins presently sleeved shall be located, identified and dimensioned on these submittal drawings. D. Within 45 calendar days after receipt of the contract, one (1) sepia and two (2) blue line sets of shop fabrication drawings shall be submitted for the review of the Architect. Floor plans shall be drawn to a scale of not less than 1/4" = V -011. Additional plan views at 1/2" = 11-011 scale, shall be supplied of complex counters , with complete dimensions. All shop practices regarding joints, gussets, bracing, tie-downs, supports, etc. , shall be clearly defined, as well as gauges and quality of all metals , and brands and model numbers of all miscellaneous fittings and plumbing and electrical trim. The drawings shall also show locations of blocking (supplied under another section of work) for all wall and ceiling mounted food service equipment. 9. SHOP FABRICATION INSPECTION A. It shall be the responsibility of the Contractor to notify the Architect 15 days prior to 909 completion of the shop fabrication of food service equipment, so that an inspection of said equipment may be arranged prior to its delivery to the job site. Failure to comply with this request will result in rejection of the fabricated equipment on delivery at the job site. 10. DELIVERY AND STORAGE A. Deliver and store materials and equipment in protected areas as approved by the Architect and protect from damage of any nature.- Damaged or defective materials and equipment shall be replaced at no cost to the Owner. 11. COORDINATION A. Coordinate work with mechanical , electrical , plumbing and other trades whose work is in conjunction with equipment specified herein. SECTION 11 A Page 5 of 25 12. MEASUREMENTS A. Verify all dimensions shown on drawings by taking field measurements; proper fit and attachment of all parts is required. If necessary, • all equipment shall be fabricated so that it may be handled through finished door openings. 13. POSITIONING OF EQUIPMENT A. Installation procedure, details and scheduling shall be so arranged that the work of other contractors may progress without unnecessary delay, interference or damage. The Contractor shall do all fitting, joining, fastening, scribing, caulking and adjusting necessary to install any fixed item of equipment in its designated location, as shown on the detail drawings. 14. WORKMANSHIP A. Commencement of work shall constitute agreement with and acceptance of all conditions as found. B. Equipment shall be installed as shown on the plans. Where abutting, curved or irregularly shaped angles or projecting corners of walls occur, equipment shall be made to conform. Where several pieces of equipment are to be assembled in a group, the group shall be complete as a whole, with all necessary filler or connecting pieces as may be required to make a complete, sanitary, and verminproof group. Where assembled equipment may be too large to be brought into space assigned, it shall be assembled in the building. C. Welded parts shall be non-porous and free of imperfection. Welds of galvanized metal on dish tables and sinks shall be ground smooth, sand blasted and sprayed with molten zinc at 12000 F. to a thickness of .004. Tinning of welds will not be acceptable. Welds of stainless steel shall be ground and polished to the original finish. D. All fixtures, unless made of stainless steel , shall be finished in sprayed "Hammertone" lacquer in color as selected by the Architect, or, if specifically stated, in baked enamel or "Plastic Laminate" , in pattern and/or color as selected by the Architect. 15. MATERIALS A. Metal for construction purposes , where entirely concealed, shall be steel or wrought iron sections galvanized by the hot-dip process after fabrication. Bolts, screws, rivets , and similar attachments to this galvanized work shall be galvanized or brass. Exposed screw and rivet work shall be finished to match adjacent surfaces, flush, and buffed smooth. Gauges shall be U. S. Standard Gauge. Lines and arrises in the case of extruded work shall be rolled and polished. Finished work shall be free of tool or construction marks, dents, or other imperfections, and at the completion of the work all metal shall SECTION 11 A Page 6 of 25 0035.1 be gone over with a portable machine and buffed and dressed to perfect surfaces. Certain horizontal or vertical corners shall be "high- lighted" as noted on the drawings. B. Stainless steel shall be corrosion-resistant, non-magnetic, No. 18-8, Type 302 series with a finish equal to 1#4 "Mill Finish" of 180 grit on exposed work. It shall be as manufactured by Allegheny Ludlum Steel Corp. , American Rolling Mills , or U. S. Steel Corp. , with a tolerance of .05 percent plus or minus in gauge thickness. Welding shall be of the electric arc type which shall be ground smooth and polished to match the #4 grind, free of fractures and air spots. Raw edges shall be ground smooth. Under no circumstances will soldering of required field joints be permitted. - C. Wood for cutting boards shall be kiln dried White Maple, laminated, and reinforced with concealed 3/8" bolts. Bolt heads shall be counter-sunk and covered with flush wood rosettes. D. Wood Backing for plastic laminate panels in cafeteria areas shall be 3/4" 7 ply hardwood faced plywood. All joints of the plywood construction shall be housed, or rabbeted, glued, and nailed. Panel shall be backed with similar material to equalize stresses. "UTA E. Plastic laminate veneers shall be high pressure, thermoset, laminated plastic surfacing material equal to the standards set by the National Electric Manufacturers Association. Plastic veneers shall be 1/16" thick, with a plastic backing sheet .020" thick and shall be bonded to the specified surface with a modified urea formaldehyde type adhesive. 16. MECHANICAL AND ELECTRICAL REQUIREMENTS FOR FOOD SERVICE EQUIPMENT A. Motors up to and including 1/2 HP are to be wired for 120 volts, single phase, motors of over 1/2 HP are to be wired as indicated. B. Heating elements having a connected load of up to and including 1,000 watts are to be wired for 120 volts, single phase. Heating elements within one fixture totaling more than 1 ,000 watts are to be wired for 208 volts , single phase. Fixtures having a multiple number of heating elements, such as a range , etc. , can be wired for three phase with the load balanced as equally as possible within the fixtures. C. Suitable switches and controls and/or starters shall be supplied on each motor-driven appliance or electrically heated unit, of proper type in accordance with the Underwriters ' Code. All controls mounted on vertical surfaces of fixtures shall be set into recessed die-stamped stainless steel cups or otherwise indented to prevent damage. All switches and control equipment shall be mounted in accordance with the governing codes of the State of California. SECTION 11 A (, Page 7 of 25 000) D. All cabinet type fabricated fixtures, other than sink and drainboard A9& assemblies containing items requiring water or drain lines, shall be completely preplumbed to point of water stub-up, or drainage outlet or connection. All piping, tubing, valves, and fittings for this preplumbing shall be supplied and installed as a part of the work of this section up to the actual point of utility connection. Connections to utilities and the necessary couplings or other components required for said connections are not a part of this section. All plumbing work shall be supplied and installed in complete accordance with applicable codes. 17. SHOP FABRICATED EQUIPMENT CONSTRUCTION A. Pipe Stands and Frames: Pipe stands for open base tables or dish tables, shall be constructed of stainless steel seamless tubing, with stringer and cross braces of the same material . Joints between legs and cross braces shall be welded and ground smooth. Flattened ends on tube stretchers will not be permitted. 508091M B. Table Tops: Table tops shall be of 14 gauge stainless steel unless otherwise noted, with all shop seams and corners welded, ground smooth , and polished. Working tops of closed base fixtures shall be rein- forced on the underside with a framework of 1-1/2" angles or 16 gauge hat sections and on open pipe stand frames with a 4" channel at each pair of legs. The leg sockets shall be welded to this channel , the channel in turn stud welded to the top. Qne channel runner, running lengthwise, shall be provided on all tops up to 30" wide. Two (2) runners shall be provided on all tops over 30" wide. Tops shall be reinforced so that there will not be any noticeable deflection, and reinforcements shall be stud welded to the underside of the top. Unless otherwise shown on the detail drawings, metal tops shall be turned down 2" ("high-lighted" at the turn) and back at a 150 angle, with a 1/811 turn under, except where adjacent to walls or other pieces of equipment. The wall side shall be turned up 10" and back 2" at a 150 angle unless otherwise specified. Ends of this splash are to be closed, and space between wall and splashback at junction with top shall be closed with a verminproof angle. Refer to drawings for details. Free corners of tops shall be spherical . All tops shall have 1/8" of sound-deadening material applied with spray gun to the under side. C. Enclosed Bases: Enclosed bases or cabinet bodies shall be of the material and gauge hereinafter specified. They shall be enclosed on the ends and sides as required. The bases shall be reinforced at the top with a framework of 1-1/2" x 1-1/2" x 1/81' galvanized angles, with all corners of said framework mitered and welded. Bottom shall be provided to reinforce shelves and support tops. All free corners of enclosed bases or cabinet bodies and all corners against walls and other fixtures shall be square. In the case of fixtures fitting against or between walls, the bodies shall be set in V from the wall line, but the tops shall be extended back to the sill line to permit adjustment to wall irregularities. A flush fitting vertical trim strip of the same material as the body shall be provided at each end of the body and shall extend 1" to the wall line. These fixt SECTION 11 A Page 8 of 25 shall be constructed to set on channel bases or legs as specified below, and shall be set in mastic in a verminproof manner if mounted on a base. D. Shelves, mullions and aprons shall be fabricated flush with cabinet body, welded, ground, and polished. Butt joints shall not be acceptable. E. Drawers: Unless otherwise specified, drawers shall be die-stamped out of one piece of 18 gauge stainless steel approximately 15" x 20" x 5" deep, set loosely in a channel frame so it can be easily lifted out for cleaning. Top edges of drawer shall be rounded on 1" radius and interior vertical corners on a 2" radius. The supporting frame shall be of welded stainless steel channel . Drawer face shall be welded to this frame so that there will be no exposed screws or rivets on the face. This face shall be of 16 gauge stainless steel . It shall be double pan construction with a formed pull as detailed on the contract drawings. Stainless steel drawer slides shall be mounted on the channel frame and shall be fitted with ball bearing nylon rollers. Slides and frame shall be designed to allow full opening of the drawer, and be reinforced so that they will support a weight of 150 lbs. when fully extended. Drawers under open base tables shall be enclosed in an 18 gauge stainless steel housing to make them verminproof. Drawer slides shall extend far enough into the open position to permit vertical removal of drawer liners without releasing stops. F. Doors: Unless otherwise specified, all doors in base cabinets shall be double pan construction, insulated, for both hinged and sliding types, of material as noted on the drawings. Doors on wall mounted shop fabricated cabinets shall be of similar construction. G. Shelving: 1. Interior shelves shall be solid, non-removable stainless steel shelves, with ends and backs provided with a 1-1/2" high to rnup against the body of the fixture and welded to same. Front edge is to be turned down 1-1/2" and under 1/211 , and at bottom shelf, beyond the edge of the base to prevent sagging and vermin collection. 2. Undershelves on open base tables unless otherwise detailed, shall be constructed of 16 gauge stainless steel franged 900 down 1-1/211 . The corners shall be welded to the legs. Undershelf shall be - 10" from the floor. Back shall be turned up 3" . 3. Elevated shelves shall have edges turned down 1-1/2" in a square edge, and back 1/8" , except where shelves are adjacent to walls or other fixtures, where they shall be turned up 211 . Corners . shall be spherical . Shelves shall be held out from wall at back and ends, t SECTION 11 A 0031- ti Page 9 of 25 i H. Sinks and Drainboards: All sinks and drainboards shall be constructed of 14 gauge stainless steel . The working edges of the sink shall be provided with 5/8" radius sanitary rolled edges in one piece with rounded corners. The drainboards shall be made as an integral part of the sinks; all vertical and horizontal corners shall be rounded XM with 5/8" radius and the working front edges shall be maintained at one level , taking up the pitch of the drainboards by dropping the sink bowl to allow for same. Depth of sink bowl shall be determined from the top of bowl . The sinks shall be provided with a backsplash and end splash, with top edge flanged back 2" at 300 angle, and attached to the building wall as shown on the detail drawings. Splashback of sinks "and adjacent drainboards within the same fixtures shall be all grained in the same direction. Suitable openings shall be cut for hot and cold water supplies and waste outlets. All surface plumbing trim as called for on the drawings and herein shall be provided in this section. Sink bowls shall be made individually having four sides and bottom, shall be welded together and shall be capped on the front, the bottom, and completely up the back, making this verminproof by welding a 14 gauge by 2" wide flush stainless steel trim band around the joint. All corners, including the bottom, shall be rounded. Sink bowls shall be provided with an overflow connection placed at the back of and 2" below the top line of the bowl . Bottom of each sink bowl with center drain connection, shall be fitted with a 21' lever type action waste valve with a satin finish, stainless steel lever, unless otherwise specified. This waste valve shall be constructed of cast brass and furnished with a chrome-plated removable perforated and reversible "Beehive" strainer. Waste valve shall be mounted into sink in an approved manner, made absolutely watertight, -and the bottom shall be left with 2" male thread. All welding shall be ground smooth, and sink scored tothe center of the drain. Sink bowls and drainboards shall have 1/8" of sound deadening material underneath, spray applied. 18. PLUMBING TRIM, SINKS A. All vegetable and potwashing sinks, or other 1411 deep sinks with center drains shall have Klein Hardware Co. #4161-CPS quick opening drain with strainer basket and connected overflow, or equal . Fisher #5412 wall mounted faucet shall be mounted over each partition as shown on the drawings. B. All cooks' sinks, pantry sinks or other 10" deep sinks shall have Klein Hardware Co. #4890-B basket drain with one piece connected overflow and 4" tailpiece. Fisher No. 3510 faucet shall be mounted as shown on the drawings. 19. HARDWARE A. Elevated Shelf brackets shall be as detailed on the contract drawings. B. Drawer handles shall be formed as detailed on the contract drawings. C. Hinges for all metal doors shall be Klein Hardware Co. #7870 series, five knuckle type, finished in satin chrome. SECTION 11 A Page.10 of 25 0 0 3 0'8 D. Concealed hinges for all plastic laminate finished wood doors shall be Kason No. 1517, or equal . ' E. Magnetic latches for plastic laminate finished wood doors shall be Klein Hardware Co. #240 with spring release, or equal . F. Sliding door hardware shall be Washington Division, Ekco Building Products , Axyl Bearing "Dial -Rite" series with nylon wheeled hangers. G. Tubular table legs shall have Haralson Metals #300 sanitary stainless steel bullet feet, and #101 circular gussets. 20. TOE* SPACE A. All equipment set on metal or wood bases shall be constructed to overhang the base to provide a toe space. Metal framework and/or housing shall be turned under a sufficient distance to overlap base. Base shall be set in mastic "Permagum" , or "Vulcatex" , or equal , to eliminate opening between base and unevenness of building floor. If unevenness exceeds 1/8" , base shall be shimmed and a continuous stainless steel scribe strip shall be applied to conceal gap. 21. VENTILATING HOODS FOR COOKING EQUIPMENT A. Ventilating hoods are specified as Ventwell Industries. Ventilators shall be installed under the immediate supervision of a direct factory engineer of the ventilator manufacturer. The ventilator manufacturer shall supply a complete shop drawing of the ventilators , showing locations of and duct sizes, CFM required, etc. , before construction of the ventilator and duct work commences. If the Food Service Equipment Contractor elects to submit, receives a written response from the Consultant accepting this change, and uses another brand of ventilator, all expenses incurred in changes or additions to the Food Service Equipment work as well as other phases of the work, shall be considered as part of the base bid with no additional compensation permitted. No alternate ventilators will be considered that are not a standard catalog item of the alternate proposed manufacturer for a period of at least two (2) years. It shall also be the responsibility of the Food Service Equipment Contractor to supply hoods as specified hereinafter with a UL dry chemical fire protection system as described under Item No. 65. 22. POST INSTALLATION PROCEDURES A. Printed Instructions : Thirty days (30) prior to completion of the project the Contractor shall furnish two (2) sets of dimensional prints and data sheets, spare parts lists and operating instructions , for each piece of mechanical equipment; each set shall be neatly bound in a plastic covered loose leaf binder with reinforcements • at the binding holes on each sheet. Each set shall be complete with an index of. equipment and with a complete list of service agencies , including phone numbers of said service agencies. SECTION 11 A V�.� 59 Page 11 of 25 B Clean-up: Upon completion of work remove all excess material , crates, equipment and debris , dispose of same away from the premises . C. Equipment Cleaning: Prior- to being offered for final acceptance, all equipment shall be thoroughly cleaned. This shall include ■ removal of all stains , paint spots , protective wrappings and coatings , tapes , grease, oil , plaster, dust and polishing compounds, etc. D. Equipment Testing: After installation and no later than one week prior to offering for final acceptance, all equipment shall be tested under operating conditions . If inspection or testing indicate defects, such defects shall be corrected and the inspection and test repeated to insure a perfect operation of all equipment. This work to be completed prior to offering the entire kitchen for final acceptance. This Contractor shall also offer for approval' of the Architect a report indicating each piece of equipment so tested and the corrections taken, if any were required. E. Instructions to Employees : This Contractor shall arrange demonstra- tions of the operation and maintenance of all "buy-out" equipment by competent instructors . These demonstrations to take place within seven (7) days prior to acceptance of the kitchen. Should an additional demonstration be required on any item or items of equipment, same shall be available to the Owner for a period of 14 days after final acceptance, without cost to the Owner. All instruction periods shall be scheduled with the Owner 14 days prior to commencement of same and at times convenient to the Owner's personnel . Should the Contractor fail to schedule these demonstrations as outlined herein, the Architect and his consultants will do so, but the Contractor will be charged for their time required to accomplish same. 23. SERVICE AGENCIES A. Selected bidder shall , within 60 days prior to the completion of work, submit for the approval of the Architect and the Owner, a list of factory-authorized service agencies which have been assigned the warranty service for all specified food service equipment with gas , electrical or other mechanical services. Said agencies shall be located within a radius of 30 miles from the site of the project. ■ Contractor shall submit copies of letters of authorization to these agencies for review of the Architect and submittal to Owner for his files. 24. EMERGENCY SERVICE A. The Contractor shall maintain in the immediate vicinity, a qualified source which shall be available to the Owner on a 24 hour emergency basis for a period of 90 days following the acceptance of the installa- tion. This service shall be available without cost to the Owner, unless such service is required because of misuse, etc. , as described under "Guarantee-Warranty" equipment. This emergency service shall have on their premises or their service trucks, all small compone6ts SECTION 11 A 0360 Page 12 of 25 for the installed equipment whose failure would cause a disruption of the food service , such as valves , thermostats, etc. 25. INSTRUCTIONS FOR ITEMIZED *BID (IF REQUESTED) AFTER BID OPENING A. Within 10 days after the bid opening, if requested, the low food service equipment bidder shall supply a list of all equipment identified by name and number as noted on the equipment list on FS-1 , with a price noted after each item,the total of these prices to equal the Food Service Equipment Bid. B. The Owner will reserve the right to omit certain items from the Contract or add to the total of individual items based on these quoted prices, this Contract adjustment to take place within 30 days after the award of Contract. C. All equipment in the Base Contract will be awarded as a single contract only. 26. STATEMENT OF INSTALLATION A. Upon completion of the work, submit written statement that work was done as specified, is proper and adequate for the intended use and conforms to minimum requirements of all governing agencies having jurisdiction and to National Sanitation Foundation standards. Statement to be signed by installer and by manufacturer, as applicable. 27. FOOD SERVICE EQUIPMENT LIST AND DESCRIPTION A. Definitions : 1. "Fabricated Equipment" : Wherever the term "fabricated assembly" or "fabricated item" is used within the list noted below and description of Food Service Equipment, it shall be presumed to be followed by the phrase, "constructed to the configuration, . dimension, detail and design as shown on the detail drawings and with workmanship and materials as specified above. " 2. 'IN.I.C.": Wherever the abbreviation "N. I .C." is used, it shall mean that the item is not a part of this contract. SECTION 11 A Page 13 of 25 . ITEM 1. ONE EACH REQ1D. , THREE COMPARTMENT WALK-IN REFRIGERATOR & FREEZER ASS EMBLY Assembly shall consist of two (2) refrigerator compartments with clear interior dimensions of V -V wide x 14'-9" long x 7' -10" high (finished floor to finished ceiling) : One (1) freezer compartment with clear interior dimensions of 7`-4" wide x 141 -91' long x 7' -10" high (finished floor to finished ceiling) ; assembled to form the configuration as shown on Sheet FS-1 of the Contract Drawings. Assembly shall be NSF approved. a. Panel construction shall consist of exterior and interior die formed metal pans formed to insure proper size. Insulation must be "foamed-in-place" or laminated rigid, fire retardant, urethane to bind to exterior and interior die formed properly prepared pans. No wood structural members will be acceptable. Section edges must have line-up pins (or similar method) and a double row of closed cell gasket to insure panel alignment and proper seal at each joint. Ninety degree angle sections must be provided to insure proper alignment and strength. The minimum width of each leg will not be less than 11-1/2" , including tee panels at wmm partitions. Floor sections shall be similar construction to other panels but shall be made to withstand floor loads of up to w2wm 35 lbs, per square foot and shall be supplied as shown on the contract drawings. b. Insulation: 41' of "foamed-in-place" or laminated urethane insulation shall be used with a thermal conductivity of not more than 9.14 BTU per hour per square foot. U factor (Coefficient of heat transfer) shall not exceed .035. The insulation should be rated as self-extinguishing and fire retardant type as specified by Underwriters' Laboratories Inc. Insulation must remain stable at temperatures up to 2600 F. c. Section fasteners: All wall section, floor section and ceiling section joints shall be fastened together with steel cam action speed locks. These fasteners shall not exceed a 46" on center spacing. Each device shall consist of a precisely located cam lock and a steel encased steel pin. The lock must have alignment pins which fit into the pin assembly to insure ease of installation and proper panel alignment. All locks shall be actuated from inside of the walk-in with a standard hex type allen wrench. A wrench will be furnished with each walk-in delivered. All socket ports are to be finished off with 1/2" chrome-plated snap covers. d. Hinged walk-in doors, one per compartment required: Doors shall be urethane insulated, flush-in fitting type, 34" wide x 7811 high with a 1511 x 2011 double pane plate glass window mounted up 41 -611 per each door and cylinder locks. e. Anti-sweat heaters for hinged refrigerator and freezer walk-in doors: Heater system shall be approved by UL and carry their label of approval . Heater wire shall be placed in a metal runway and covered with a 16 gauge stainless steel cover. The perimeter of the door and the jamb of each freezer door opening shall contain SECTION 11 A 00362 Page 14 of 25 heater wire. The wire shall be easily replaceable. Temperature of heater system shall be controlled with a thermostat mounted on the face of door section. f. Floor: Floor panels shall be furnished and installed in freezer and refrigerators as shown on the contract drawings. g. Gasket for hinges, walk-in doors: A thermoplastic bulb type gasket, easily removable, shall be mounted on top and two sides of doors with a positive type latch. The bottom edge of each door shall be a double bladed adjustable neoprene wiper gasket. Doors shall have a handle type latch and a thermoplastic gasket with a magnetic steel core to insure a positive air tight seal . All gaskets to be resistant to fats , water, oil and sunlight and shall be easily replaceable. h. Lighting: Each walk-in door section shall be equipped with flush mounted pilot light and switch on exterior and interior with inlet box provided for 115 volt, 60 cycle , single phase A. C. Service. Each compartment shall be provided with vaporproof light fixtures as shown on the contract drawings, ceiling mounted in locations shown on contract drawings. All conduit shall be run in panels from switches to ceiling , UL approved. Penetrations shall be caulked in a watertight manner and capped with stainless steel escutcheon plates. Exterior mounted junction boxes, conduit, interwiring of components, including anti-sweat heaters, to central junction boxes, two per compartment, including anti- sweat heaters, to central junction boxes, two per. compartment, (ready for final connections by Electrical Contractor) shall be a part of the work of this Section. i . Finishes: (1). Wall panels/doors and ceiling panels , interior and exterior eoxf terheowato-gn �0hagaube G2�Igauge stainless steel . Unexposed (2). Floor: The floor shall be 14 gauge galvanized steel . j. Accessories: (1). Door Hinges: Each door shall have two each side mount chrome-plated cam-lift self-closing hinges. Door shall remain open past 900. (2). Door Pull : Each door shall have a chromeplated handle; deadbolt, mortise lock (keyed differently and masterkeyed to building system) and an inside safety release. (3). Door Closer: L.C.N. Model No. 4116. SECTION 11 A Page 15 of 25 00363 6 (4). Trim Moulding: Wherever this assembly abuts the building walls, it shall be trimmed with a closure strip which matches the exterior walk-in wall finish. (5) . Drop Panels: The space between the top of the walk-in to the finished ceiling shall be finished with removable drop panels which match the exterior walk-in wall finish. (6). Unit Evaporator Supports: A 4" x 411 aluminum plate with a Tinnerman nut retainer shall support a 1/2" 0 threaded nylon rod approximately 8" long which extends through a roof panel (penetration sealed with mastic) to the unit evaporator. (7) . Dial Thermometers : Each compartment shall be provided with a flush mounted 4" 0 dial thermometer mounted on the latch side of the entrance door up 4' -6" with a black "Bakelight" label under each identifying the freezer or refrigerator and their temperatures. k. Alarm Systems: Assembly shall be furnished with a high temperature alarm system; including a remote bulb thermostat located within the walk-in, adjacent to the dial thermometer, an operating pilot light, 4" alarm gong and silencer relay. 1 . Pressure Relief Port: Assembly shall be furnished with a heated relief port in the freezer compartment. m. General : (1). All vertical and horizontal corners of interior walls and Ceiling shall be coved, 1/4" radius minimum. (2). Erection of this assembly shall be by a California State licensed C-38 Refrigeration Contractor of not less than five (5) years experience with this type of assembly, authorized by the manufacturer of the walk-in assembly for the work. Said Refrigeration Contractor shall be subject to the review and acceptance of the Architect. After receiving acceptance, he shall supply a drawing for review, showing methods of locking panels, exact overall dimensions, utility requirements, door locations, piping and wiring diagrams. - (3). Acceptable Alternate Mfr. : Bally Case & Cooler Co. , Leer, Kal t and Vulcan Ideal . SECTION 11 A Page 16 of. 25 , . r 0036 ITEM 2. ONE EACH' tREQ'D. , WALK=IN REFRIGERATOR SHELVING ASSEMBLY, MOBILE Eastern Steel Rack Co. , "Aeroform" 60-A4-M Series. Assembly shall consist of: Two (2) 3' -6" shelving units and six (6) 4'-0" shelving units. Assembly shall be formed as shown on Sheet FS-1 of the contract drawings with 69" high 16 gauge stainless steel uprights. Units are four shelves high, 24" wide and constructed of 16 gauge stainless steel . Assembly shall come with 5" diameter casters with locking wheel kit. Acceptable Alternate Mfr. : Seco, Market Forge. ITEM 3. ONE EACH REQ'D. , REMOTE REFRIGERATION SYSTEM NO. 1, 208 VOLT, THREE PHASE Bally Case and Cooler Co. , pre-assembled remote system Model No. PN-100-3. Assembly shall be mounted as shown on contract drawings. a. General : Furnish and install where shown on plans , all labor, material and equipment necessary to provide individual refrigera- tion system as listed. All work is to be done in a neat workmanlike manner according to the highest industry standards and subject to the approval and complete satisfaction of the Owner. Condensing unit shall be a Bally air-cooled compressor serviceable in the _ . 3" field. Completely sealed unit will not be allowed. b. The system shall incorporate the following items: _ (1) . Flexible vibration eliminator in suction line. (2). Circuit breaker, automatic starting switch, motor protectors and pressure limit switch, all enclosed with interconnecting wires , installed in a junction box ready for line connections by others. (3) . Liquid line sight glass. (4) . Liquid line dehydrator filter of ample capacity. (5) . Suction line filter of ample capacity. (6) . Thermal expansion valve for evaporator. W. Heat exchanger for evaporator. . Refrigerant lines , hard copper Type "1" with "Silfos" brazed joints. (9) . Full charge of F-12 or F-502 refrigerant and oil . (10 . Start-up, adjustment, and one year free warranty service. (11) . Five year warranty on motor compressor. c. Where refrigerant suction line is trapped, use next size smaller pipe in vertical portion of the trap than that indicated, so as to acquire sufficient gas velocity for proper oil return. d. Where liquid and suction lines run over finished drop ceiling, provide anti-sweat pipe covering of 1/2" Armaflex or equivalent. , Liquid and suction lines from refrigerator shall be installed all the way to within 6" of condensing unit. SECTION 11 A Page 17 of 25 00365 e. Where refrigerant lines are buried in concrete floor or in masonry walls, use soft copper tubing in steel conduit, all installed with wide radius bends so that tubing can be pulled out and replaced at any time in the event of lead. f. In walk-in refrigerator, provide 5/8" drain tubing from cooling unit to nearest indirect drain provided by others, directly adjoining refrigerator. g. Work by Others : Final wiring of connections, provided under applicable electrical sections. h. Blower coils and condensing units as shown on the detail drawings and as specified are intended as a guide only and shall be verified and installed under the supervision of a competent Refrigeration Engineer, subject to the review by the Architect. i . This entire assembly shall be installed by a California State licensed Refrigeration Contractor as a sub-contract to this section of the work. Said Refrigeration Contractor shall be subject to the review of the Architect. After receiving accept- ance he shall supply a drawing for review, showing exact overall dimensions, utility requirements and refrigeration piping diagrams. Acceptable Alternate Mfg. : Hussmann & Kramer-Trenton, Recon. ITEM 4. ONE EACH REQ'D. , REMOTE REFRIGERATION SYSTEM NO. 2, 208 VOLT, THREE PHASE BaTFy Case and Cooler Co. , pre-assembled remote system, Model No. PL-150A-3. Assembly shall be mounted as shown on contract drawings. Assembly shall be furnished as described above. (Refer to Item No. 3) . ITEM 5. ONE EACH REQ'D. , WALK-IN FREEZER SHELVING ASSEMBLY, MOBILE r-astern steel Rack Co. , "Aeroform" 60-A4-M Series. Assembly shall consist of: Two (2) 3' -6" shelving units and six (6) 4'-0" shelving units. Assembly shall be formed as shown on Sheet FS-1 of the contract drawings with 69" high 16 gauge stainless steel uprights. Units are four shelves high, 24" wide and constructed of 16 gauge stainless steel . Assembly shall come with 5" diameter casters with locking wheel kit. Acceptable Alternate Mfr. : Seco, Market Forge. ITEM 6. ONE EACH REQ'D. , REMOTE REFRIGERATION SYSTEM NO. 3, 208 VOLT, THREE B577y Case and Cooler Co. , pre-assembled remote system, Model No. PN- 100-3. Assembly shall be mounted as shown on the contract drawings. Assembly shall be furnished as described above. (Refer to Item No. 3) . ITEM 7. ONE EACH RE 'D. , 1-1/2 HP DISPOSER WITH 18" CONES 208 VOLT, THREE PHASE us Boy Disposer Co. , Model No. 1500-BB450. Assembly shall be furnisFe-d with magnetic starter with heater, vacuum breaker, solenoidvalve, scrap block and dejamming prong. Mounting of furnished components, SECTION 11 A Page 18 of 25 ITEM 7. (cont'd) furnishing of "rain-tight" ight" box, inter-wiring and inter-plumbing of components as well as final connections shall be provided for under another section of the work, refer to Electrical and Plumbing. Assembly shall have a two year parts and labor guarantee. Acceptable alternate Mfr. - Salvajor, In-Sink-Erator. ITEM 8. ONE EACH REQ' D. , PRE-RINSE UNIT T & S Bronze and Brass Works , Model No. B-123 with a No. 8-109 wall bracket. Acceptable Alternate Mfr. : Fisher, Chicago Faucets. ITEM 9. FOUR EACH REQ'D. , MOBILE TRASH CAN ( N. I . C. T5153ermai d Corp. , mode I No. 2634 with No. 2631 1 i d. ITEM 10. ONE EACH REQ I D. , WALL MOUNTED SHELF ASSEMBLY Ta-E'ricated assembly. ITEM 11. ONE EACH REQ' D. , VEGETABLE SINK AND DRAINBOARD ASSEMBLY TiFicated assembly. ITEM 12. ONE EACH REQ'D. , HORIZONTAL FOOD CUTTER, 115 VOLT, SINGLE PHASE Toastmaster Corp. , model No. 5115 with a No. 18334 power hub. Acceptable Alternate Mfr. : Hobart. ITEM 13. ONE EACH RE ' D. , FLAKED ICE MACHINE WITH 400 LB. CAPACITY BIN, 115 VOLT.L SINUE PHASE Crystal -rips ice Machines , Model No. FAE-039-40D ice tuber mounted on ice bin assembly. Assembly shall have factory start-up and one year service. Acceptable Alternate Mfr. : Mile High, Scotsman. ITEM 14. ONE EACH REQ'D. , 81 -011 SECURITY CABINET Southern quipment Co. , Model No. =- 26D. Unit shall come with' cylinder locks. Acceptable Alternate Mfr. Fabricated, Computer Stainless. ITEM 15. ONE EACH REQ'D. , CONDIMENT COUNTER ASSEMBLY Ta-Fricated assembly. ITEM 16. ON E EACH REQ'D. , WALL MOUNTED SHELF ASSEMBLY Ta-E'ricated assembly. ITEM 17. TWO EACH REQ'D. , SCRAP CHUTE ASSEMBLY Fabricated ass mbly. ITEM 18. ONE EACH REQ'D. , 20 QT. MIXER WITH 12 gT._ EQUIPMENT, '115 VOLT, SINGLE PHASE Vulcan-Hart Corp. , Model No. BV-20. Unit shall come with a 12 quart bowl , whip and beater. Acceptable alternate Mfr. Hobart. SECTION -11 A Page 19 of ,25 - 00367 ITEM 19. ONE EACH REQ'D. , MOBILE MIXER STAND Seco, Inc. , Model No. MX-29-T with No. MX-21-S undershelf and No. MX-52-R assessory rack. Acceptable Alternate Mfr. : AMF, Computer Stainless ITEM 20. ONE EACH REQ'D. , ANGLE *SLICER, 115 VOLT, SINGLE PHASE Toastmaster Corp. , Model No. 5402. Acceptable Alternate Mfr. : Hobart, Globe. ITEM 21. ONE EACH REQ'D. , MOBILE SLICER STAND Crescent Metal Products , Model No. 78-PT-1818-1. 'Unit to come with 5" diameter casters with wheel lock kit, cutting board kit, corner bumpers and slicer supports. Acceptable Alternate Mfr. : Seco, Precision ITEM 22. ONE EACH REQ'D. , TABLE MOUNTED SHELF ASSEMBLY Fabricated assembly. ITEM 23. TWO EACH REQ'D. , MOBILE WARE CART Seca, Inc. , Moael No. 3486. Unit shall come with revolving bumper guards for casters. rte, Acceptable Alternate Mfr. : AMF, Shelley ITEM 24. ONE EACH REQ'D. , PANTRY WORK TABLE ASSEMBLY Fabricated assembly. ITEM 25. ONE EACH REQ'D. , THREE SECTION REFRIGERATOR, 115/208 VOLT, SINGLE PHASE rau sen & Co. , Inc. , Model No. RHT-3-32WPUT. Unit shall came with stainless steel legs and half doors. Provide two compartments with No. 3 type angle slide. Acceptable Alternate Mfr. : Victory, Hobart. ITEM 26. ONE EACH REQ'D. , VENTILATOR ASSEMBLY, 115 VOLT, SINGLE PHASE. Vent e l n ustries model No. =1 approximately22' -6" o'f ng, furnished as shown on the Contract Drawings. Assembly shall be 18 gauge welded stainless steel construction and equipped with "Flame Gard" stainless steel grea,-eextractors ; U.L. listed lights; stainless steel closure panels; duct to finished ceiling and all necessary materials required to support this assembly from the structural ceiling; all as shown on the Contract Drawings. Hood shall be make-up air type. Acceptable Alternate Mfr. : Aquamatic, Ventmaste r. ITEM 27. TWO EACH REQ'D. , GRILL TOP RANGE ASSEMBLY , GAS FIRED _ Montague Company. Eich asse y sha l consist of one (1) Madel No. 136-8 grill top with oven and one (1) Model No. 24-8 add on unit. Assembly shall be furnished with common grill top 1" thick, stainless steel front, finished stainless steel back and one (1) add-on unit with s/s right hand end, assembly shall be furnished without legs ready for mounting on a s/s channel base. Acceptable Alternate Mfr. : Vulcan-Hart, South Bend. SECTION 11 A Page 20 of 25 5` i 00 .. ITEM 28. TWO EACH REQ'D. , 18" WIDE SPREADER PLATE Montague Company, Model No. 18-S with stainless steel front and finished stainless steel back. Assembly shall be furnished without legs ready for mounting on a stainless steel channel base. Acceptable Alternate Mfr. : Vulcan-Hart, South Bend. ITEM 29. TWO EACH REQ'D. , DEEP FATFRYER, GAS FIRED Montague Company, Mol No. R wit stainless steel front and finished stainless steel- back. Assembly shall come with one(l) full size basket for each fryer. Assembly shall be furnished without legs ready for mounting on a stainless steel channel base. Acceptable Alternate Mfr. : Vulcan-Hart, South Bend. ITEM 30. ONE EACH REQ'D. , HOT TOP RANGE ASSEMBLY, GAS FIRED 96-5tague company, assembly shall consist of one kl) Model No. 136-9 hot top with oven and one (1) Model No. 24-59 add-on unit. Assembly with stainless steel front, finished stainless steel back and hot top with oven,with stainless steel left hand end. Assembly shall be furnished without legs ready for mounting on a stainless steel channel base. Acceptable Alternate Mfr. : Vulcan-Hart, South Bend. ITEM 31. ONE EACH REQ' D. , 60 QT. MIXER W/ATTACHMENTS , 460 VOLT, THREE PHASE Vulcan-Hart Co. , Model No. FM-60. Assembly shall be supplied with stainless steel wire whip. Assembly shall be supplied with the following accessories: 30 qt. stainless steel bowl ; 30 qt. 11811 flat beater; "D" stainless steel wire whip and bowl adapter. Unit shall be supplied with complete 9" vegetable slicing kit with all plates. Acceptable Alternate Mfr. : Hobart, Blakeslee. ITEM 32. ONE EACH REQ'D. , STANCHION MOUNTED KETTLE FILLER T & S Br ss & Bronze Works , Model No. B-188. Acceptable Alternate Mfr. : Fisher, Chicago Faucets . ITEM 33. ONE EACH REQ'D. , BAKER'S TABLE ASSEMBLY Southern Equipment o. , Model No. AT -96-S-3S. Acceptabel Alternate Mfr. : Wyott, Computer Stainless. ITEM 34. THREE EACH REQ'D. , MOBILE UNDERCOUNTER INGREDIENT BIN Seco, Inc. , Model No. 47-10. ITEM 35. ONE EACH REQ'D. , UNDERCOUNTER HOT FOOD HOLDING CABINET, 208 VOLT, SINGLE P ASE Franklin Products, Inc. , "Thermotainer" , Model No. 1202P. Unit to come less top. ITEM 36. ONE EACH REQ'D., CEILING MOUNTED UTENSIL RACK ASSEMBLY Southern Equipment Co. , Model No. Acceptable Alternate Mfr. : Fabricated, Computer Stainless . ITEM 37. ONE EACH REQ' D. , COOK'S TABLE ASSEMBLY Fabricated assembly. _ ITEM 38. TWO EACH REQ' D. , CONVECTION OVEN, GAS FIRED, 115 VOLT, SINGLE PHASE T_rge, Model No. 2592. WarFet o Exposed front, sides and rear pane to be stainless steel . 00369 OECTION 11 A Page 21 of 25 ITEM 39. ONE EACH REQ'D. , SPREADER PLATE Market F rge Co. , Model No. Provide stainless steel front and rear panels. ITEM 40. ONE EACH REQ' D. , TILTING FRY PAN, 208 VOLT, THREE PHASE Market Forge, Model No. 1800, Provide stainless steel front and rear panels. ITEM 41. ONE EACH REQ1 D. , SKILLET FILLER SECTION Ma — rearrTera7ngy?e Co. , Model No. M12SF. Provide stainless steel front and ITEM 42. TWO EACH REQ'D. , 40 GALLON TILTING KETTLE W/BASE CABINET ASSEMBLY Market orge, Model No. RT-40. Assembly shall become a part of the assembly of Item 43 and shall be furnished and installed as described for Item No. 43. Provide stainless steel front and rear panels. ITEM 43. ONE EACH REQ'D. , STEAM COOKER W/BASE CABINET, 1_15/208 VOLT, THREE PHASE Mar et Forge, Model No. MF3AE with stainless steel exterior, stainless steel rear panel and frame. Assembly shall be furnished with automatic controls, and furnished with one common electrical connection location, ready for final connection to electric service (refer to Electrical) . Assembly shall be supplied with 48 KW electric boiler to provide steam to operate item No. 42. The assembly consisting of Item Nos. 42 and 43 shall be furnished and installed as a single assembly with Water, Drain and Electrical connections as shown on the contract drawings; 18 gauge stainless steel closure strips where items of this assembly abut, shall be a part of the work of this Section. Assembly consisting of Item Nos. 38, '39, 40 , 41, 42 and 43, shall be assembled by the Manufacturer at his plant, adjustments made to insure proper alignment and fit, photographed, disassembled and crated and shipped with detailed instructions for re-assembly at the job site. ITEM 44. ONE EACH RE91D. , VENTILATOR ASSEMBLY, 115 VOLT, SINGLE PHASE Ventwell Industries, Mo2el No. AC-1 approximately 221 -611To—ng, furnished as shown on the Contract Drawings. Assembly shall be 18 gauge welded stainelss steel construction and equipped with "Flame Gard" stainless steel grease extractors; U.L. listed lights ; stainless steel closure panels; duct to finished ceiling and all necessary materials required to support this assembly from the structural ceiling; all as shown on the Contract Drawings. Hood shall be make-up air type. Acceptable Alternate Mfr. : Aquamatic, Ventmaster. ITEM 45. TWO EACH REQ'D. , 41-011 MOBILE UTENSIL RACK astern tee Rack Co. , "Rigidform" Mo—d-eT-No. 60-R5-M. Assembly shall be 48" long x 27" wide and constructed of 16 gauge stainless steel. Acceptable Alternate Mfr. : Market Forge, Seco. SECTION 11 A 00370 0 Page 22 f 25 a ITEM 46. ONE EACH REQ'D. , UTENSIL SINK & DRAINBOARD ASSEMBLY Fabricated assembly. ITEM 47. ONE EACH REQ'D. , COLD PAN ASSEMBLY Ta-bricated assembly. ITEM 48. ONE EACH REQ'D., TWO-TIER DISPLAY SHELF ASSEMBLY Fabricated assembly. ITEM 49. ONE EACH REQ'D. , 12" x 20" HOT FOOD WELL UNIT, 208 VOLT, THREE PHASE Wells Mfg. Co. , Model o. 5OUT. ITEM 50. ONE EACH REQ'D. , HOT FOOD WELL FILLER Brass & gronze Works , Model No. B-101A with B-KF flange. Unit to come with mixing tee. ITEM 51. ONE EACH REQ' D. , CAFETERIA COUNTER ASSEMBLY Fabricated assembly. ITEM 52. ONE EACH REQ'D. , COUNTER MOUNTED SHELF ASSEMBLY Fabricated assembly. ITEM 53. ONE EACH REQ'D. , TWIN SIX COFFEE URN, 208 VOLT, THREE PHASE American Metalware Co. , Model No. 8446. Unit shall come with dual faucet service, color to be selected by Architect and unit shall come with factory start-up and (1) year service. Acceptable Alternate Mfr. : Biickman. ITEM 54. ONE EACH REQ'D. , CLEAN DISHTABLE ASSEMBLY Fabricated assem y. ITEM 55, ONE EACH RE 'D. TWO TANK CONVEYOR MACHINE, 208 VOLT, THREE PHASE, ELECTRIC HEAT Stero Mfg. Co. , Model No. SCT-64. Assembly shall be furnished with vent openings with locking dampers, stainless steel legs , stainless steel front panel , regulated tank heat, automatic fill and common drain connection. Provide unit with Kit No. 55. Acceptable Alternate Mfr. : Hobart, Wells. ITEM 56. ONE EACH REQ'D. , SOILED WARE TABLE WITH FLUSHING TROUGHS FabricaEed assembly. ITEM 57. ONE EACH REQ'D. , MOBILE SILVER SOAK SINK Victory Mobile, Model No. SS-69. Acceptable Alternate Mfr. : Seco, Computer Stainless, ' SECTION 11 A Page 23 of 25 00371 ITEM 58. ONE EACH REQ'D. , THREE HP DISPOSER WITH SINK ADAPTOR, 208 VOLT, THRrE—PHASE Bus Boy Disposer Co. , Model No. 3000-BB325. Assembly shall be furnished with magnetic starter with heater, vacuum breaker, solenoid valve, scrap block and dejamming prong. Mounting of furnished components , furnishing of "rain-tight" box, inter-wiring and inter- plumbing of components as well as final connections shall be provided for under another section of the work, refer to Electrical and Plumbing. Assembly shall have a two year parts and labor guarantee. Acceptable Alternate Mfr. : Salvajor, In-Sink-Erator. ITEM 59. ONE EACH REQ'D. , ELECTRIC BOOSTER HEATER, 208 VOLT THREE PHASE tern Mfg. Co. , Model No. SWB-35 with ow water cut-off, pressure relief and reducing valves, pressure gauge. Acceptable Alternate Mfr. : Hatco, Lectro Speed. ITEM 60. TWO EACH REQ'D. , SPRAY RINSE ASSEMBLY Brass and Bronze Works , Model 17b. B-106. Refer to detail on drawings for list of components. Unit to come with 6'-0" hose. Acceptable Alternate Mfr. : Chicago Faucets , Fisher Faucets. ITEM 61. ONE EACH REQ'D. , CONVEYOR TOASTER, 208 VOLT, SINGLE PHASE atco Corp. , Model No. TK-72. Acceptable Alternate Mfr. : Wells , Savory Equipment Co. ITEM 62. ONE EACH REQ'D. , THREE-TIER "SKATEWHEEL" CONVEYOR Fabricated assembly. , ITEM 63. ONE EACH REQ'D. , STAINLESS STEEL FRAMING AND PORT OPENING Fabricated assembly. ITEM 64. TWO EACH REQ' D. , STAINLESS STEEL EXHAUST DUCT ASSEMBLY Fabricated assembly. ITEM 65. ONE EACH REQ' D. , DRY CHEMICAL FIRE PROTECTION SYSTEM, 115 VOLT, SINGLE PHASE The foo-3—service equipment contractor shall provide a complete U.L. listed dry chemical fire protection system. Assembly shall be Ansul R-101 Model 30 system conforming to all governing codes and installed by factory authorised personnel . All exposed piping and fittings shall be chrome-plated. All piping and fittings located within the hoods, Item Nos. 26 and 44, shall be installed in a neat and workmanlike manner with piping concealed insofar as possible. System shall be capable of unlimited cut protection as outlined in this manufacturer's published specification , page 25 (R101 , Model 30 Installation Manual ) . The Ansul Release and Dry Chemical Shell , shall be located as shown on sheet FS-1 of the contract drawings. Surface protection shall be provided over Item Nc.. .27 , Grill ; 29 , Fryers , 30, Range and Item 40 skillet. Provide and install a gas solenoid shut-off valve for Items 27, 29, 30 and 39. Surface heads to be concealed in hood up 6'-6" from finished floor. SECTION 11 A �_ � Page 24 of 25 UU3 l� ITEM 66. ONE EACH REQ1D. , DRY STORAGE SHELVING ASSEMBLY Eastern Steel MR Co. , IISMaform", 60-S4 Series. Assembly shall consist of: Thirteen (13) 24" x 66" shelving units, two (2) 5411 shelving units and one (1) 4811 shelving unit. Assembly shall be formed as shown with 69" 16 gauge stainless steel uprights all necessary brackets, clamps and bracing necessary to achieve a rigid configuration. Units are four shelves high, constructed of 16 gauge G/I material . Acceptable Alternate Mfr. : Seco, Market Forge. ITEM 67. ONE EACH REQ1D. , WALK-IN REFRIGERATOR SHELVING ASSEMBLY, MOBILE astern Steel RACK Co. , ­AerofFF44-M Series. Assembly shall consist of: Two (2) 3' -611 shelving units and six (6) 41-011 shelving units. Assembly shall be formed as shown on Sheet FS-1 of the contract drawings with 69" high 16 gauge stainless steel uprights. Units are four shelves high, 24" wide and constructed of 16 gauge stainless steel . Assembly shall come with 511 diameter casters with locking wheel kit. Acceptable Alternate Mfr. : Seco, Market Forge. ITEM 68. ONE EACH REQ1D. , SINK MOUNTED HEATER, 208 VOLT, THREE PHASE Hatco Corp. , Model No. JGS-9. ITEM 69. ONE EACH REQ1D. , COOK'S TABLE T"a�rlcated assembly. ITEM 70. ONE EACH REQ'D. , SCALE Hobart Mfg. Co. , Model No. 41-3132. Acceptable Alternate Mfr. : Toledo. SECTION 11 A Page 25 of 25 00373 SECTION 15A MECHANICAL, GENERAL REQUIREMENTS PART 1 GEtIERAL - 1 .1 SCOPE A. Mork Included. Perform all work necessary and required for the construction of the project as indicated. Such work includes but is not limited to the following: 1 . Piping and Plumbing, Section .15B. 2. Heating and Ventilation, Air Conditioning, Section 15C. 3. Electrical Controls, See Paragraph 1 .7. 4. Equipment Foundations and Supports. B. Related Mork in Other Sections. The following items of associated work are included in other sections of these specifications : 1 . Installation of Underground Utilities, Division 2. 2. Structural Steel for Supports, Division 5. 3. Framing for Mechanical Penetrations, Division 3. 4. Roof Penetration 4laterprooffng, Division 7. 5. Painting and Surface Finishing, Division 9. 6. Food Service Equipment, Division 11!: , 7. Electrical , Division 16. . 1 .2 APPLICABLE CODES AND SPECIFICATIONS. Vlork shall comply with all applicable codes and speci ications, latest editions, particularly: r� A. Uniform Mechanical Code, Uniform Building Code, I.C.B.O. B. Uniform Plumbing Code, Western Plumbing Officials Asso- ciation. C. Code for Pressure Piping :ANSI. B31 .1 . i 1.5A 00374 n. , D. National Fire Protection Association, including Nation- al Electric Code. E. Occupational Safety and Health Standards, OSHA, Part 1910. F. Applicable State, County, and City Laws and Ordinances. G. Nothing in these drawings and specifications is to be con- strued to permit work not conforming to these codes, rules and regulations. Provide without any extra charge any ad- ditional materials and labor when required by the compli- ance with these rules and regulations, though the work be not mentioned in these particular specifications or shown on the Drawings. (Special attention shall be given to Safety Devices and Controls) . 1 .3 LICENSES, PERMITS, FEES A. Contractor shall procure all required permits and licenses to carry on and complete the applicable portions of the mechanical work. Such approvals shall include but not be limited to sanitary sewer and water. B. Comply with the rules of local utility companies. Before submitting bid, check with each service company involved and determine all valves, boxes, reducing valves, check valves, or meters required and include such items in bid. C. General Building Permit, Flood Control Permits, Electrical and Telephone Utility Fees are by others. D. Upon completion of work furnish certificates of final in- spection signed by authorities having jurisdiction, indi- cating acceptance of completed work. 1 .4 APPROVAL AND SUBSTITUTION OF MATERIALS. All materials requir- ed for this Division shall be specifically approved in accord- ance with General Conditions. Equipment and materials listed or designated herein or on the Drawings show the intent of ar- rangement, quality, accuracy, range, and action required. Where manufacturers names and models are shown it is for pur- poses of showing intent only. Equipment and materials which are equal in all respects will be accepted when approved by the Engineer. The Contractor shall be responsible for design or other changes due to substitutions. 1 .5 MANUFACTURERS' RECOMMENDATIONS. Where applicable, all mate- rials,. equipment, devices and appurtenances si=-_-ll beinstal-led in accordance with the recommendations of the manufacturer of the particular item. The Contractor shall have on hand all in- stallation manuals, brochures, and procedures for the equipment and materials concerned. Any proposed deviation shall be first 15A 9091 2 of 5 certified in writing by the particular manufacturer as be- ing in accordance with their recommendations. The Contractor shall be held responsible for all installations contrary to the manufacturer' s recommendations. If any item of equipment or material is found to be installed not in accordance with the manufacturer' s recommendations, all necessary changes and revisions to achieve such compliance shall be made by the Con- tractor. 1 .6 DRAWINGS. The layout of equipment, accessories, duct systems and piping systems shown on the drawings is generally diagram- matic unless specifically dimensioned. Before proceeding with the work, the Contractor shall carefully check and verify all sizes and dimensions. The Contractor shall review all drawings and make his work con- form to the conditions shown thereon. Any discrepancies be- tween different drawings, between drawings and specifications, and between drawings and actual field conditions shall be Chan- brought to the attention of the Engineer for a decision. Chan- hes in the work because of failure to do so shall be done by the Contractor at no extra cost. All connections, waste, soil , water, etc. , for fixtures and food service equipment specified under other divisions of this specification shall be included. All items not mentioned specifically herein or not shown on the drawings which are necessary to carry out the intent of the draw- ings or to make a complete working installation shall be included. 1 ,7 GENERAL REQUIREMENTS A. The assembly and installation of electrical components (in- cluding packaged and/or factory assembled) furnished with or as a part of the equipment furnished under this Division of the specifications , shall conform to the requirements of Division 16, Electrical , of these specifications, and to the applicable provisions of the National Electric Code, applicable State Electrical Safety Orders , -or OSHA which- ever provides the greater degree of safety. B. Complete mechanical/electrical systems are required. In general , this Division of the specifications shall in- elude, integral unit starters, heating, ventilation, and air conditioning controls, special control systems for _ mechanical equipment operation, and remote controls for food service equipment complete. In general , the Electri- cal Division shall include line wiring, starters, and dis- connects, and related work not specifically a part of mechanical equipment controls. Fully operational systems are required in these specifications for all systems spe- cified. 003176 t .i 15A C. Uiring diagrams shall be subnitte.d for approval for each factory assembled or packaged system. 1 .8 COOPERATION WITH OTHERS The Contractor shall check work under this Division for inter- ■ ference with work under other divisions and shall cooperate so as to avoid interferences and shall organize his work to har- monize with the work of other trades so that all work may pro- ceed as expeditiously as possible. No extras will be allowed on account of moving work under this division to avoid inter- ference with the work of other trades. 1 .9 CLOSING IN IMINSPECTED WORK The Contractor shall not allow or cause any of his work to be covered up or enclosed until it has been inspected, tested and approved by the Engineer. Should any of the work be enclosed • or covered up prior to inspection and/or testing, the Contrac- tor shall , at his own expense, uncover the work and after it has been tested, inspected and approved, make all repairs with such materials as may be necessary to restore all work disturb- ed by him to its original and proper condition. 1.10 PROTECTION OF WORK Until final acceptance of the work, the Contractor shall pro- tect all materials from damage, from any cause whatever, and shall provide adequate and proper storage facilities. He shall replace all damaged or defective work, material and equipment before requesting final acceptance. 1 .11 STORAGE A. All materials shall be properly stored prior to use to prevent damage or deterioration. B. Provide all temporary outdoor and indoor room storage that may be required at the site for the safe and proper storage of tools, materials, etc. , under this Division. Storage shall be constructed only in the locations ap- proved by the Engineer and must in no way interfere with the proper installation and completion of other work. They shall be removed within three (3) days after notifi- cation from the Engineer that such removal is necessary. 4 aBAS OOt3Mt 1 1 .12 SUBMITTALS Fifteen (15) days prior to installation of items, Contractor shall submit for approval shop drawings, catalog cuts and per- formance data for proposed equipment items as designated. Five (5) copies of each submittal shall be delivered to the Engineer. 1 .13 OPERATION AND MAINTENANCE MAMUALS Complete operation and maintenance manuals are required for each item of equipment. Manuals shall include vendor address and telephone number, a spare parts list, performance data and lubrication instructions. Three (3) copies of each, man ual shall be delivered to the Engineer. i 15V, 00378 .5 of-5 'f SECTION 15B PIPING AND PLUMBING PART 1 GENERAL l .l SCOPE A. Work includes performing all work necessary and required for the construction of the project as indicated. Such work includes but is not limited to the following, 1 . Sewer System; Sanitary, Food Preparation. 2. Mater System; Cold, Hot, Exterior. 3. Condensate Systems. 4. All Mechanical Equipment requiring Piping and Plumbing. 5. Plumbing Fixtures including Drains. x 6. Service to Food Service Equipment including Drains. B. Related Work in Other Sections. The following items of associated work are included in other sections of these specifications. 1 . Mechanical , General Requirements Section 15A shall apply to this section in all respects. 2. Furnish and deliver all electrical appurtenances required to the Electrical Contractor. Unless otherwise particularly specified, the Electrical Contractor will mount and connect all electrical appurtenances and make all electrical power wiring connections. 3. Pipe sleeves, forms for chases and pockets in con- crete, concrete bases and piers, frames and back- ing, hangers and other supports and penetrations required for the fixtures and systems shall be fur- nished under the plumbing and piping work. Roof penetrations of precast concrete deck girders shall be provided as part of roof system by others. 4. Excavation and backfilling necessary for installa- tion of the plumbing and piping work; flashing of all pipes and vents where they pierce the roof or other waterproof membranes, and all required cut- ting and patching necessary to complete the work are required in this Section. 15B 003'19 1 o -13 5. Prime painting of designated items only or factory finish painting are under this section. 1 .2 SUBMITTALS. Within a reasonable time after award of contract and prior to installation the Contractor shall submit shop drawings and/or catalog cuts of all equipment items. The fol- lowing items require submittals; other items may be required. A. Water Heaters WH-1 and Hot Mater Return Pump PHM-1 . B. Plumbing Fixtures and Accessories. C. Food Service Equipment. D. Floor brains, Sinks and; Cleanouts. E. Valves, Normal and Control: F. A listing of materials groups selected from alternates. G. Shop Drawings of Fire Sprinkler System Piping and Con- trols. Items B, C, D, E - If no change from specified item a list may be substituted. PART 2 MATERIALS AND EQUIPMENT 2.1 MECHANICAL AND PLUMBING, AND FOOD SERVICE_ EQUIPMENT A. Mechanical equipment shall be as shown on the equipment schedule and shall be provided complete in all respects including necessary connections. Additional specific requirements follow. A tolerance of five percent (5%) will be permitted on performance requirements. B. Plumbing. 1 . Plumbing Fixtures. Plumbing fixtures shall be as shown on the plumbing fixture schedule. They shall be provided complete in all respects with accessor- ies required for performance and servicing, includ- ing connection of services. All fixture trim and exposed metal items shall be polished chrome plated, unless otherwise noted and pipes passing through fin- ished walls shall have chrome plated escutcheon plates. Each water supply to a fixture, equipment or faucet, shall have a stop in the branch connecting thereto. This stop unless otherwise specified shall be chrome plated or equal partition stop at finished l -80 I 5B 00:3 f ( ? ;013 wall locations and a rough brass angle valve at rough or concealed locations. All unoccupied fix- ture faucet holes shall be covered with an approved faucet hole cover. All expoxed fixture setting bolts shall be fitted with china caps. All fix- tures requiring traps shall have traps provided. 2. All vitreous china fixtures shall be white and of quality known commercially as "Twice Fired Vitreous China" . All enameled cast iron ware shall be white cast iron with Acid Resisting Enamel and steel with acid resisting enamel . 3. All stainless steel shall be class 300 type and shall be uniform brush finished. All Melding shall be ground flush and brushed using stainless steel filler. 4. Sink sizes are approximate and may be varied up to 1 inch to conform to manufacturers standard patterns. C. Grease Interceptor, GI 1 , shall be a cast iron or fabri- cated steel multiple compartment type, rated at 75 GPM float, 100 pounds capacity, grease basket, Basketed cover with flush handle, cleanout plug, sanitary enamel coated, complete with extension section to match sewer lines and flush installation. Unit shall be Zurn Z-1170E-300 or approved equal . D. Water Heaters, VIH-1 , shall be commercial , propane type, 100 gallon capacity, glass lined steel , magnesium anode rod(s), 2 inches insulated, metal jacketed, 150 psig working pressure, 300 psi factory test pressure. 1 . Input rating shall be 197,000 BTU/H with recovery capacity of 166 GPH at 100°F rise. 2. Units shall be AGA and NSF listed. . 3. Units shall be provided with safety relief valves, drain valves, and mixing valve as shown on draw- ings. 4. Unit shall be manufacturer guaranteed against leak- age due to corrosion for a period not less than three (3) years. All other items shall be manufac- turer guaranteed for one (1 ) year. 5. Unit shall be A. 0. Smith BT 197/GC 166 or approved equal . 00381 r {; 3 of813 E. Garbage Disposers shall be commercial type of the rated sizes shown on drawings. Units shall be generally of stainless steel construction and finish. Motors shall be isolator mounted for low noise and vibration. A man- ual reversing switch shall be included. Motors shall be tapered roller bearing mounted. Shaft and moisture shields shall be provided. Units shall be floor mount- ed where available. Units shall be Insinkerator, Waste King or approved equal . See Food Preparation Equipment Schedule. F. Pump, Hot !tater Return, PHW-1 , shall be as shown on the drawings. 2.2 FIRE SPRINKLER SYSTEM A. A complete wet pipe Fire Protection System is required both above and below ceilings. The system shall con- form to the requirements of NFPA 13 for light hazard occupancy. B. All devices and equipment shall be of make and type listed by the Underwriters' Laboratories, Inc. Mate- rials shall be of approved, standard quality, and the entire installation shall be accomplished in a thorough and workmanlike manner. All viork and materials shall conform to requirements of MFPA 13. The provisions of these Standards unless otherwise specified, shall be followed in total , whether the stipulations listed there- in are directed or recommended. The system shall be so designed and installed that no part thereof will inter- fere with doors or electrical equipment, and sprinkler heads shall not be located closer than one foot from lighting fixtures or other obstructions. The Contractor shall obtain coordination among the trades to avoid any interference with potential effectiveness of the auto- matic sprinkler system. C. Sprinkler heads within kitchen shall be of high tempera- ture (212°F) rating. D. Sprinkler heads shall be flush where exposed in dining room, others semi-flush where exposed. Provide 4 spare heads of each type and wrench in lockable box. Mount in water heater room. 2.3 PLUMBING AMD PIPING MATERIALS. Materials shall be as specified herein in accordance with the schedule below. Only one material system may be used for each service category and Contractor shall designate material for each of the following categories as part of submittals. Fittings shall be of same material as piping or as designated. 158 00382 4 0 '13 Design Service Location Pressure Paragraph Sanitary Sevier 1 ) Underslab 10' or A 2) Underground, Exterior Top of 3) Above Ground Including Vent Vents Cold dater 1 ) Underslab 125 Psi B Cold Condensate Underground fl Above Ground Hot plater and 1 ) Underslab 125 Psi C High Hot Mater 2) Above Ground 200°F Storm Drain 1 ) Above Ground Mone E Propane Gas 1 ) Underground, Exterior 30 Psi F 2) Above Ground A. Sanitary Sevier. 1 . Under Slab to 5' Outside Building. Standard weight Hub and Spigot type cast iron pipe and fittings with suitable plastic or Neoprene ring gaskets or oakum and lead joints. Pipe and fit- tings shall comply with ANSI . A112.5.2. Ring gaskets shall comply with ASTM C564. 2. Underground Exterior. Vitrified clay sewer pipe and fittings, Hub and Spigot type, extra strength complying with ASTM C200, with plastic ring gaskets complying with ASTM C425. 3. Above Ground; Surface Concealed, Vents. Standard weight threaded Cast Iron drainage pattern conform- ing to ANSI B16.12 and Schedule 40 pipe, galvanized, conforming to ASTM A53. `B. Cold Mater, Cold Condensate. 1 . Underslab to 5' From Building. a. 2-1/2 inch and smaller. Copper tube type L hard temper, fittings wrought copper alloy solder type (95-5 solder complying with ASTM B32) . Piping shall be externally coated and wrapped. 2. Underground Exterior. • a. 3 inch and larger. Cast Iron pipe and fittings, mechanical joint type conforming to ANSI A21 with rubber gaskets conforming to ANSI A21 .11 or Tyton joints, each with thrust blocks at elboJI � s. 383 15B 5 of 13 b. 2-1/2 inch and smaller. Copper tube type L hard temper, fittings wrought copper alloy sol- der type (95-5 solder complying with ASTM B32). Pipe shall be externally coated and wrapped. 3. Aboveground, a. 2-1/2 inch and larger. Schedule 40 steel pipe conforming to ASTt-i A53, standard weight butt weld fitting, 150 pound flanged connections, or galvanized Schedule 40 steel pipe conform- ing to ASTM A53; threaded 150 pound malleable iron, conforming to ANSI B16.3. b. Fire Sprinkler System. Schedule 40 steel pipe and fittings conforming to NFPA No. 13. c. 2 inch and smaller. Copper tube type L hard temper, fittings wrought copper alloy solder type (95-5 solder complying with ASR-1 B32). C. Not Water, Nigh Not Water. 1 . Underslab. a. 2 inch and smaller. Copper tube type L hard temper, fittings wrought copper alloy solder type (95-5 solder complying with ASTM B32), Piping shall be externally coated and wrapped. 2. Aboveground. a. 2 inch and smaller. Copper tube type L hard temper, fittings wrought copper alloy solder type (95-5 solder complying with ASTM B32): Threaded fitting shall be used at valves or equipment connections. D. Condensate. 1 . Shall match requirements .,for Cold Mater. E. Storm Drain. 1 . Aboveground. a. Schedule 40 steel -pipe, threaded, cast iron, drainage fittings conforming to ANSI B16.4. F. Propane Gas. 1 . Underground Exterior. a. Schedule 40 steel pipe, 150' pound threaded 3 fittings, externally coated and wrapped. l56 00381 i�4i. 6of13 2. Above Ground. a. Schedule 40 steel pipe, 150 pound threaded fittings. 2.4 VALVES, STANDARD TYPE, shall be as shown on drawings. 2.5 VALVES, CONTROL, shall be as shown on drawings. 2:6 SPECIALTIES shall be as follows and as shown on drawings. PG - Pressure gauges, phosphur bronze Bourdon tube type, Phenolic case, glass lens, 4-1/2" dial , 0.5 percent accuracy, range as required, Robertshaw Series 300, Palmer, US Gauge. TH - Thermometer, dial type, Bimetallic, 1 percent accu- racy, range as shown, 1/2" IPS rear fitting, fixed stem, Palmer 3035. 'PART 3 EXECUTION 3.1 IIISTALLATION OF PIPING A. The drawings show the required arrangement. Piping shall be arranged in neat and symmetrical patterns to insure good appearance, accessability, proper clearances from other items. Parallel lines shall be spaced a minimum distance apart that will permit future servicing including allowing for designated insulated lines. B. Material , equipment and finishes shall be protected from damage, tool marks and weather. Inspect each piece of pipe and fittings for defects. Remove de- fective material from site. Install work in first- class manner conforming with the best practice of trades. C. Install piping promptly, capping or plugging open ends. No piping shall be permanently covered by _ construction before inspection and approval . 0. Spaces are provided in the design for the construc- tion of the building to install the plumbing work. Keep all pipe concealed within furring lines estab- • fished on the Architectural Drawings unless pipes are shown exposed. Should any other openings or space be found necessary under this Division they shall be arranged in proper time to prevent unneces- sary cutting. Do all cutting and excavation neces- sary in connection with the plumbing work. 15B 003�J 7 nf i• E. Install water piping generally level , free of traps and unnecessary bends to conform with building re- quirements, and provide space for other work. Piping shall be free of unusual noises, including water hammer. F. Unless otherwise indicated, horizontal sanitary sewers shall be installed with uniform pitch, not-less-than 1/411 per foot. It is intended that horizontal runs be continuously supported unless otherwise approved by the Engineer. G. Bending of piping and use of bushings will not be per- mitted. Install proper fittings at change of direction or size. Care shall be taken to see that no valve or piece of apparatus is supporting the weight of any pipe. H. Where exposed pipes pass through finished walls, ceil- ings or floors they shall be fitted with one piece or split chrome plated plates. Plates shall be securely held in position allowing enough clearance for expan- sion. I. All valves, unless specifically sized, shall be of same sizes and materials as the pipelines in which they are installed. All hand controlled line valves shall be gate valves, except where throttling control or fre- quent operation is required globe or angle valves shall be used. Where space permits globe valves installed in horizontal lines shall be placed with stem horizontal so that the lines drain. J. Place a union adjacent to each screwed valve isolating equipment or systems and when otherwise shown or re- quired for equipment removal . Material and style shall match piping. K. Precast concrete valve boxes with covers and extensions shall be provided for all underground valves. 3.2 JOINTS A. Screwed .Joints. Screwed pipe joints shall have American National Standard taper pipe threads (ANSI B2.1 ). Burrs formed when cutting pipe shall be removed by reaming. Care shall be taken that the inside of the pipe is thoro- ughly clean and free of cuttings and foreign matter bey fore installation. The metallic joints shall be made tight by the use of Parmacel 412 ribbon dope or approved equal , and shall be applied to the male threads only. 0038-i) 15B a. 8► 13 B. Solder Joints. Tubing shall be cut square and burrs removed. Both inside of fittings and outside of tub- ing shall be well cleaned with wire brush before sweat- ing. Care shall be taken to prevent annealing of fit- tings and hard drawn tubing when making connections. Noncorrosive paste solder flux shall be used with solid wire solder of composition as described. Cored solder will not be permitted. Tubing shall be true to round before jointing operations are started and the tubing shall project into the full bore of the fitting. Re- move excess solder while plastic so that all joints are clean and neat. C. Weld Joints. Pipe shall be cut square, beveled (except socket type) and burrs removed. Joints shall be tight fit and wire brushed before welding. Welding shall be full penetration type with maximum lack of fusion 1/16- inch and free of excess penetration or slag. Remove weld flux scale between passes and after final pass. Weld rod shall comply with ASTM A 233, E 6010 or selec- tion to match steel grade to be welded. D. Mechanical Joints, Hub and Spigot. Hub and spigot joints for iron shall be made up with lead. Place jute rope in space between hub and spigot to approximately half depth and the fill remainder with molten lead. When the joint has cooled the lead shall be thoroughly caulked in. Lead shall be prime commercial grade. Plas- tic ring option shall be centered and hub fully seated. Mechanical joints shall have gasket fully seated and ring flange square and tight. E. Flanges. 150# ANSI dimension pattern shall be made up with standard flange gaskets, full face on cast iron and raised face on steel . Bolts and nuts for flanges shall be American Standard heavy hexagon, National coarse threads. Steel bolts, ASTM A 307 and nuts, A325, shall be used for flanges. Gaskets for water line flan- ges shall be 1/16-inch red rubber. Gaskets for hot water shall be 1/16 inch composition asbestos. 3.3 ALL PLUMBING, FIXTURES, OUTLETS AND FLOOR DRAINS shall be trap- ped and vented unless otherwise noted. Vent risers shall be collected and extended through roof where indicated. Provide air chambers for all concealed branches, same diameter as branch, 12" minimum height. 3.4 CLEANOUTS shall be as shown on drawings and installed in con- formance with code and where indicated on drawings. No clean- outs shall be installed in inaccessible locations. Any extra exposed cleanouts required by code or construction changes or 5B 0038'� 9 o 1 7_13 any exposed cleanouts which cannot be installed where indicated in the drawings due to construction changes shall not be reloca- ted until the new location is approved by the Engineer in writ- ing. 3 5 FLOOR DRAINS AMD FLOOR SINKS shall be as shown on drawings and installed in conformance with manufacturer' s recommendations. All drains shall be trapped either integral by design or by threaded fittings, but not both. Installation shall make allow- ance `or applicable floor finish designated in Architectural Drawings. 3.6 - PIPE SUPPORTS. All piping shall be rigidly supported in compli- ance with standard commercial practice. Piping shall be sup- ported at changes in direction and at maximum spacing in accord- ance with the following: Pipe Size Maximum Spacing To 3/41' 5 Feet I" to 1-1/4" 8 Feet 1-1/2" and Greater 10 Feet Groups of pipes shall be attached to manufactured channel sys- tems Kindorf, Unistrut or approved equal and then to walls or . suspended using 3/8 rods as required. Hangers for insulated pipes shall be sufficiently large to encompass insulated pipe without cutting into the insulation; 16 gauge sheet netal sleeves 6" long shall be supplied to prevent crushing of insu- lation by hangers. Copper tubing at all hangers and supports shall be provided with resilient sleeves. 9:7PIPE SLEEVES. Pipe passing through concrete or masonry con- struction s all be fitted with sleeves or drilled neatly. Each sleeve shall extend through its respective thickness. The in- side diameter of pipe sleeves shall in all cases be at least 1/2" larger than the outside diameter of the passing pipe or pipe covering and have the space between the pipe and enclosure sleeve caulked. 3.8 FLASHINGS. All pipe penetrations through roofs shall be flash- ed with approved flashing sleeves and clamping collars. Sheet _ neoprene shall be placed between the clamping collar and the pipe in an approved manner of the National Plumbing Code. Wall penetrations shall be packed with foam and/or caulked watertight. ���•4 156 0038' s 1 O; oT13 A 3.9 TESTING A. Ho portion of the plumbing or piping systems shall be covered or insulated until tests and inspection have been made and installations approved by the Project Inspector. Any work covered before tests or inspection have been made shall be uncovered at the request of the Project Inspector. B. All piping systems shall be tested to 1-1/2 times the maximum operating pressure, as listed in the Piping Schedule, except that drainage plumbing shall be test- ed as follows: 1 . Drainage plumbing lines shall be leak-tested by filling the drainage system to the .top of the vent stacks with all fixture connections blanked off. Test water levels shall conform to Uniform Plumbing Code. C. All equipment which may be damaged from overpressure or by testing fluid shall be isolated from the test. D. All the leak tests shall be held for 4 hours without perceptible drop of pressure as measured on a 4-1/2- inch dial gage with maximum range twice that shown in the Piping Schedule, or drop in water level in the case of drain piping. Fluid temperatures shall remain. constant during tests. E. Final tie-ins shall be soap or wet tested at line oper- ating pressure. F. Any leaks detected during construction or testing shall be found and repaired immediately. Final testing shall be witnessed by the Project Inspector after leaks have been repaired. Pinhole leaks in screwed fittings re- quire replacement of the fittings. G. All leak testing equipment shall be furnished by the Contractor under this section. H. All relief valves shall be visually tested to insure proper functioning. I. All equipment, fixtures and piping shall be given op- _ erational tests simulating use by the occupant, and all must operate satisfactorily. J. Sprinkler System Test: Upon completion of the installa- tion, the system shall be hydrostatically tested and • flushed as specified in ?IFPA 13, in the presence of the Project Inspector. The installation foreman or other competent representative of the Contractor shall be pre- sent, during final inspection. The Contractor shall sub- mit a signed and dated certificate to the Project Inec- for as stipulated in Article 1700 of NFPA 13. I ns 156 11 of 13 3.10 FLUSHING AND DISINFECTING A. All systems shall be thoroughly flushed and purged aft- er approval of testing. Water systems shall be flushed with domestic cold water. B. Domestic cold and hot water service shall be disinfec- ted before placing in service. After backfilling and testing pipelines, the Contractor shall , in the pres- ence of the Project Inspector, disinfect all domestic water lines. Disinfection shall be in accordance with the Uniform Plumbing Code, and shall include thorough- ly flushing the lines with clear water, disinfecting with calcium hypochlorite or similar disinfectant, and then again flushing the lines. The solution used for sterilizing shall have at least 50 parts per million of available chlorine. It shall remain in the system for at least 24 hours. 3.11 INSULATION A. Pipe Insulation. All hot water and handicap sink drain lines except concealed normal hot water lines within plumbing walls shall be insulated. Insulation shall be Gustin-Bacon, Owens-Corning Fiberglas, or ap- proved equal ; "Snap-On" glass fiber pipe insulation smoothly lagged with six ounce canvas cover, copper- clad insulating staples and securely bound with two equally spaced bands per section. Insulation shall be 3/4-inch thick. Jacket shall be white vapor bar- rier, Fire Retardant type with self-sealing lap. Fit- tings, excluding valves, flanges and unions, shall be insulated with hydraulic setting cement or approved segments with off-white finish when dry,- to a thick- ness equal to that of the adjacent covering. Conden- sate trap, strainer, valve trains at coils do not re- quire insulation. B. No addition finish is required for concealed spaces. Exposed surfaces shall be covered with 6 ounce canvas pasted smoothly and securely over the insulation using Benjamin Foster No. 30-36 "Seal-Fas" , or approved equal . When dry, apply one coat of Benjamin Foster No. 30-36 white insulation coating, or approved equal , over the entire surface to serve as base for finish painting. Finished surfaces shall be neat and free of discontinuities. C. Underground hot water main branch lines shall be insu- lated after wrapping by placing 1-1/2" minimum vermicu- late envelope around pipe during backfill operation. r ; 4156 40390 12�of-13 3.12 COMPLETI111 A. The Project Inspector® wiltsfuseiia vellum)sto the Pofmthe9plumb-tractor reproducible prints ( P ing drawings. The Plumbing Contractor shall mark these prints showing the size and location of all plumbing lines if different from that shown on the drawings, in- cluding stub-out with dimensions given to building line or walls in all cases. These prints shall be subce itt d to the Project Inspector before fin P job. B. Clean and adjust all equipment atle completion surplus material and debris, as directed. art of the shall be responsible for all damage to any p premises caused by leaks or breaks in work fuish d and/or installed under this section, period one (1 ) year after acceptance. ■ 0391 15B 13 0F13 SECTION 15C HEATING, VE[ITILATION, AIR. CONDITIONING` PART 1 GENERAL l .i SCOPE A. Work includes performing all Mork necessary and re- quired for the construction of the project as indi- cated. Such work includes but is not limited to the following: 1 . Heating, Ventilation and Air Conditioning Equipment. 2. Ductwork including Outlets, Dampers. 3. Exhaust Systems including Fire Protection. 4. Controls. 5. System Balancing. B. Reiated Work in Other Sections. The following items of associated work are included in other sections of these specifications: 1 . Mechanical , General Requirements, Section 15A shall apply to this section in all respects. 2. Furnish and deliver all electrical appurtenan- ces required to the Electrical Contractor. Un- less otherwise particularly specified the Elec- trical Contractor will make all electric power wiring connections. 3. Piping and Plumbing is under Section 15B. 4. Prime Painting of designated items only or Fac- ■ tory* Finish Painting are under this Section. 1 .2 SUBMITTALS. Within a reasonable time after award of contract and prior to installation the Contractor shall submit shop drawings, catalog cuts, wiring and control diagrams of all equipment items. The following items require submittals, other items may be required. IVA 1 '67710 A. Air Conditioning Units, AC1 , AC2,�AC3, AC4. . B. Supply Fans, FS1 , FS2. C. Exhaust Fans, FEX1 , FEX2, FEX3. D. Reheat Coil , RC1 . E. Schedule of Ductwork and Dampers. F. Outlets Schedule. G. Control and Wiring Diagrams' for 'above. PART 2 MATERIALS AND EQUIPMENT 2.1 MECHANICAL EQUIPMENT. Mechanical Equipment shall be as shown on the equipment schedule and shall be provided complete in all respects including necessary connections. Additional spe- cific requirements follow. A tolerance of 5 percent will be permitted on performance requirements. A. Air Conditioning Units, AC1 , AC2, AC3, AC4 shall be electric cooling propane heat, rooftop design, with complete system of furnace coils, compressor(s) , ex- pansion valves; air supply and exhaust, dampers, fil- ters, piping, and controls. All units shall have complete gas train conforming to UL and MFPA require- ments and shall include flame safety supervision. All units shall be of same manufacturer. 1 . Performance Data. Units shall be rated for heat- ing and coiling loads, supply air CFM, external static pressure, fan RPM and motor horsepower as shown on drawings. Refrigerant shall be R22. 2. Air Circuit on Units shall be arranged as follows: AC1 - 100 percent outside air bottom discharge. Unit to be interlocked to FS1 , FS2, FEX1 , FEX2. AC2 - Mixed Air Return arranged with an "econo mizer" unit which will vary outside air from 1500 CFM minimum to 100 percent com plete with exhaust to balance all outside air in excess' of 1500 CFM. i 40 15C 0039 2of 10 AC3 - Mixed Air Return arranged with an "econo- mizer" unit which will vary outside air from 804 CFM minimum to 100 percent com- plete with exhaust to balance outside air. AC4 - Mixed air return arranged with manually ad- justable fixed position unit with outside air at 300 CFM (37 percent) complete and return air at 500 CFP1. 3. The cabinet shall be constructed of heavy-gauge zinc-coated, galvanized steel with baked-enamel finish. The cabinet shall be constructed to en- sure watertightness. The conditioned air section shall be insulated with 1-inch, 1-pound density fiber glass. Two-inch replaceable filters mount- ed internally shall be supplied. The cabinet shall expose 100% of the bottom of the outdoor coil to assure no hangup, no iceup defrost drain- age from the coil during defrost cycles. Drain pan(s) shall be provided for each coil area. 4. The compressor(s) shall be of the field-service- able semihermetic type. AC1-3 shall be not less than 2 capacity steps. The compressor(s) shall be fitted with suction and discharge service val- ves, discharge muffler, and crankcase heater. The refrigeration circuit shall contain a suction- line accumulator, heating and cooling, liquid-line service valves, and filter-driers. Compressor motor(s) shall be protected both internally by a thermostat in the motor windings and externally by overloads. Compressor(s) will be equipped with high-and low-pressure protection. Lubrica- ting system shall be equipped with low pressure protection. A discharge line thermostat shall protect the compressors) against excessive op- erating temperature. The compressor(s) shall be externally mounted on spring vibration isolators. 5. The outdoor condensing coil shall be constructed of aluminum plate fins mechanically bonded to seamless copper tubes. Outdoor fan(s) shall be direct-driven, slow-speed propeller type for quiet operation, and shall be mounted for vertical dis- charge. The outdoor motors shall be protected as _ required by N.E.C. and be supplied with rainshields. The unit shall be equipped with a low-ambient con- trol to operate system to 20°F ambient in cooling mode, 15G 00391 3 07-10 r 6. Indoor coil shall be constructed of aluminum plate fins mechanically bonded to seamless copper tubes. Indoor blower shall be of centrifugal type, for- ward curved. The blower shall be belt-driven by means of an adjustable pitch pulley, permitting a variation of airflow, by means of blower speed ad- justment. Slower motor shall be electrically pro- tected as required by N.E.C. Slower motor shall be mounted on the adjustable base, allowing for pro- per alignment and tension. The steel fan shaft shall rotate in prelubricated bearings. 7. The unit control panel shall be prewired in the unit casing furnished with a 24-V control trans- former, high-and low-pressure switches, compres- sor(s) , outdoor and indoor fan motor contactors, as well as other protective devices. To prevent rapid compressor cycling, an automatic time delay resetting circuit shall be supplied. Provide a phase monitor unit in control circuit for ACI , AC2, AC3, diversified electronics, SLA-234-ALF. or equal . Provide 7 day clock control at units, Sagamo or equal . -8. A full roof mounting curb shall be provided. 9. An economizer unit shall be shipped fully factory assembled and installed in unit where designated. The economizer control shall maintain a fixed supply air temperature during the "free" cooling operation by providing full-range modulation of the operable outside and return air dampers. The package shall be complete with necessary dampers, linkable and spring-return modulating damper motor. The economizer controls shall include mixed air tem- perature control capable of controlling the dampers by measuring the temperature. Provide warmup over- ride and high outside temperature closing of out- side air to minimum. Relief dampers shall be pro- vided to relieve positive return air pressure out- side the system on economizer cycle. A manual outside air damper complete with birdscreen and rainhood shall be provided. 10. Thermostat assembly permitting two-stage cooling and two-stage heating shall be provided. System switch shall contain OFF, COOL, AUTO, and HEAT posi- tions. Thermostats for AC2 and AC3 shall be in re- turn duct, AC1 and AC4 wall mounted with locking guards. 003193 t §' ' 15C 4 ' 10; ; B. Supply Fans shall be as shown on the drawings. Fans shall be rooftop, axial flow fan belt drive with screen and factory fabricated curb. Performance shall be as shown. No fan shall transmit additional round level into occupied space in excess of 8 sones. Fans shall be statically and dynamically balanced. Provide belt guards. C. Exhaust Fans shall be as shown on the drawings. Fans shall be of rooftop upflow axial flow type, belt drive, dampers, factory fabricated curb. Unit shall be de- signed for operation with grease laden air without pla- ces where excess grease can build up and shall be non sparking design. Belt and motor shall be external to air flow. Performance shall be as shown. Particular care shall be exercised in selection of fans to pro- duce low noise levels. No fan shall transmit addi- tional sound level into occupied space in excess of 8 sones. Fans shall be statically and dynamically balanced. Provide belt guards. D. Fan Shaft Bearings of all belt driven fans with 1/2 HP or larger motors shall be prelubricated for im- mediate service, and shall be of the relubricatable, self-aligning ball or roller type bearings. All bear- ings shall be mounted with grease seals and hydraulic grease fittings, accessible outside of units. Bear- ing housings shall be mooted to transmit bearing loads directly to the fan framework. 2.2 C014TROLS shall be as shown on the drawings. Controls are gener- ally electric/electronic modulating type. A complete control diagram shall be submitted for approval . Installation of con- trol system shall be under the supervision of an authorized rep- resentative of the control manufacturer. Manometers shall be provided and connected across each filter bank and shall be Mag- nahelic type, Dwyer or approved equal , 0 to 2" range. Provide 3 way cock in manometer tap to permit calibration checks. Con- trol system shall whenever possible be supplied from a single source such as Honeywell , Robertshaw, Barber-Coleman. 2.3 FOOD SERVICE FEXl ,_ FEX2, FEX3, EXHAUST DUCTS and flues from equipment. Ductwork from hood to exhaust fans shall be stain- less steel , Class 300, 18 gauge. Ducts from fans to outlet may be either 18 gauge stainless or 14 gauge painted steel . 0 039 i 15C 5 6—fi 0 A. Fabrication and installation of cooking hood and ducts shall conform to NFPA 96, Removal of Smoke and Grease Laden Vapors from Commercial Cooking Equipment. All seams must be welded, openings are required at changes in direction. Duct clearances must be maintained. B. Fabrication and installation of dishwasher hood and ducts shall generally conform to NFPA 96, except hori- zontal seams may be lock-joint sheet metal . 2.4, FOOD SERVICE FS1 , FS2, SUPPLY DUCTS from ceiling to hoods shall be stainless steel , Class 300, 20 gauge. Seams may be lock joint sheet metal . 2.5 DUCT WORK A. General . The size, fabrication and installation of all duct work shall be as shown on the drawings and the dimensions shown shall be net inside and it shall be the Contractor's responsibility for increasing out- side duct sizes when insulation is required and as herein specified to conform to recommendations for construction as stipulated in the latest edition of - Sheet Metal and Air Conditioning Contractor's Nation- al Association (SMACNA) Duct Manual . Contractor shall keep a copy of the manual available on the job site. B. Sheet Metal Ducts. Unless otherwise noted on the draw- ings or specifically mentioned elsewhere in the speci- fication, fabricate ducts of metal of the following gauges: Aluminum Alloy Steel - Largest Dimension B & S Gage U.S. Standard 12 inches and less 24 26 12 to 24 inches 20 22 24 to 36 inches 18 20 Reinforced at 8 Feet 36 to 48 inches 18 20 Reinforced at 6 Feet 6 of`'10 C. Fabrication of Normal Ductwork. Make transverse and longitudinal joints as shown on Plates 5 and 5A of SMACHA Duct Manual except the button punch snap-lock, which is not acceptable. Tape all transverse seams with canvas and arabol , or fiberglass and duct mastic. Construct ducts of various sizes in conformance with SMACHA Duct Manual . Apply cross-breaking with allowed savings in joints and stiffeners. Do not use longi- tudinal standing seams inside. Corner closures are not required. Reinforce all ducts to prevent buck- ling, breathing and vibrations as recommended in Duct Manual , plus any additional reinforcing as may be re- quired to meet the job conditions. Fabricate all sheet metal work exposed to weather and in intake plenum of minimum 22 gauge steel , solder and make watertight, or lock seam with sheet metal screws, caulked seams and hardcast wrapping of joints. D. Insulation. Supply air and return air ductwork shall be lined with Johns-Manville, Owens-Corning Fiberglas, or approved equal , 1" thick fiberglass dual. density , duct liner, Micro-Bar, having a minimum 'T' factor of .23 BTU at 75' mean. The liner shall meet standards of MBFU 90A and 906 and shall have U.L. label . E. Diffusers and Grilles. 1 . Registers, grilles and diffusers shall be as shown on the drawings. They shall be Krueger, or an ap- proved equal of type and size shown on the draw- ings, complete with sponge rubber gaskets, opposed blade key-operated volume controls and multiple vane type extractor unless otherwise noted. Damp- ers ampers and extractors shall attach to frames of out- lets and stay in place when cores, face plates, or louvers of outlets are removed so that their volu metric settings will remain unchanged. Exposed surfaces shall be prime paint finished. 2. Unit sizes shown are selected in accordance with the principles set forth in the ASHRAE Guide. Sidewall and ceiling diffusers shall diffuse air uniformly throughout the conditioned space, and velocities shall not exceed 50 fpm at 1-1/2'F temperature differential within the five foot oc- cupancy zone with an average room temperature of 75°F. 3. Noise generation of all outlets shall be express- ed in sound power level and all active bands at applicable pressures and air quantities. HC lev- els .shall not exceed the manufacturers' ratings 00398 15C � 7 7_1 0 ,tea of the equipment shown, computed on the basis of calculated room absorption of the actual space under design, taking into consideration the num- ber of supply and return outlets in the space. 4. Submittals shall identify each outlet by type, size, location, air quantity, throw, pressure drop, sound power level , drop, spread, deflect- ion setting, and temperature differentials under which outlets have been tested. Throw shall be the full distance from the center line of outlet to the opposite wall , or midpoint between dif- fusers. Drop shall be measured from the center of the grille to the midpoint of the airstream where the velocity has fallen below 50 fpm, and shall not be below the five foot level with the horizontal vanes set for 5° upward deflection. 5. Instrument Test Holes. Supply and return air ducts at air conditioning units shall have i- inch diameter test holes on centers on the most accessible side and located in straight duct sec- tions clear of effects of volume control dampers for air balance measurements. Holes shall have Ventlock #699, "Instrument Test Hole Units" or approved equal . b. Turning vanes where required shall be airfoil type or equal . ' F. Flexible duct connections in ducts shall be provided where designated. Flexible connections shall be con- r� strutted of Ventglas, or approved equal , 30 ounce neo- prene coated fiberglass fabric applied in accordance with the manufacturer's recommendations. The width of the flexible connections shall be sufficient to al- low 3/4 inch of free space between the two metal col- lars to be connected. Install a sheet petal band com- pletely around the duct of fan outlet and/or inlet, at each end of the flexible connection, and fasten to the duct and fan outlet with sheet metal screws through the band. Space screws approximately 3 inches apart. PART '3 EXECUTIOP! 3.1 EQUIPMENT A. Air conditioning units shall be rigidly supported with internal vibration isolators support. All fans not in- ternally isolated shall be rigidly mounted on vibration isolators. No vibration transmission will be permitted. All equipment and machinery shall be assembled to exact plumb and alignment. Provisions for ready access for nj1r {�{� ;r t servicing shall be included in each installation. 00 399 15C 810710 3.2 DUCTUORK A. Ductwork shall be supported at all turns and transi- tions, and at not-more-than 61 centers on straight runs as necessary to maintain true alignment, except where designated. Hangers shall be 3/4" x No. 24 gauge straps with 90' metal corner pads, 1" x 2" x 401 at bottom corners, trapeze type with 1" x 2" x flo. 24 gauge angle cross support under duct, or chan- nel struts combined for pipe supports. Transforma- tion and bends to avoid obstructions must be approved by the Engineer. Protect duct work from damage dur- ing and after erection until final inspection. n. All manual dampers, turning vanes, grille connections, and access doors shall be installed as specified and shown on the drawings. B. Install all ducts true to line and grade, and of dimen- sions given and make practically air tight. flake chan- ges in size with uniformly tapering sections. Whenever possible, make changes in direction by curved sections, with inside radius larger than duct dimension on plane of bend. If this is not practical make inside radius 4-inch minimum, and install full length, smooth-edged turning vanes on 6-inch centers. Square, mitered el- bows may be used if specified turning vanes are in- stalled. 3.3 PAINTING A. Equipment shall be provided with factory applied baked enamel finish whenever available. Concealed galvanized steel and aluninum surfaces require no paint, ferrous surfaces shall be primed only. All damage shall be touched up with matching paint. B. All exposed heating and ventilating work which in gen- eral includes ductwork, insulation, metal items, equip- ment and supports shall be painted except that polished aluminum, stainless steel , chrome plate and other fac- tory furnished materials including labels shall not be painted unless otherwise noted. Prime painting only is included in this Section. C. Before painting metal surfaces shall be washed with min- eral spirits to remove grease and dirt. Where rust or scale is present, wire brush or sandpaper clean. 00400 .15C 10 D. Materials previously shop prime coated by the manufac- turer and which have been scuffed shall be touched up with the same materials used for priming. Foreign mate- rials shall be removed from prime coats before final painting. E. All surfaces shall be dry and above, 50°F before paint is applied. F. Paint shall be applied according to the schedules out- lined elsewhere in these specifications. 3.4 TESTS AND ADJUSTMENTS A. Contractor shall at completion"of the work operate the system. Each unit and system shall be placed in opera- tion with all controls demonstrated as functional . A. All adjustable dampers shall be set at full open by Con- tractor for balancing under a separate contract. The balancing results will be provided to Contractor and should results show equipment is deficient on overall air performance beyond normal adjustment, Contractor shall replace belts and/or sheaves as necessary to con- form to specifications. 3.5 OPERATING INSTRUCTIONS. Provide complete operating instructions and equipment identification. Contractor shall fully instruct the Engineer or his designated representative in the care, oper- ation and maintenance of the equipment and assure himself that the instructions are understood. F z -15C ;10 of `10 �� n� SECTION 16A ® ELECTRICAL 1 .0 GENERAL 1 . 1 Scope The requirements of Section 1 apply to the work of this section. This portion of the work includes the furnishing of all labor and mate rials necessary for the complete wiring system to outlets and all equipment shown on the drawings or covered by this Section of the Specifications. In general , the work includes the following : A. 1200 AMP, 120/208V, 30 4 wire, main switchboard, power and lighting panels (no aluminum bus will be permitted) . B. Complete system of branch circuit wiring, conduit and distribution equipment for lights , receptacles and power. C. Furnish and install lighting panelboards , lamps , lighting fixtures , wall switches , convenience outlets. D. All hangers, anchors , sleeves, chases and supports for fixtures and all other electrical equipment and materials. E. Furnish, install and connect wire, conduit and switches , etc. , • required for other equipment covered by other sections of these Specifications. F. Conduit, wiring and disconnect switches for controls. G. The changing, rerunning and re-installing of all work made necessary by the ordinances or laws governing same. H. All excavating and backfill as required. I. The patching and repair of all work modified or damaged by the installation of work under this contract. J. Grounding System. K. Provisions for telephone system per Pacific Telephone & Telegraph. L. Fire alarm system. M. Clocks N. Provisions for future signal communication systems.. 0. Access panels, terminal cabinets and backboards. • P. Temporary construction power. 6A 00402 1 1 of 8 Q. Secure all permits and pay all fees. R. The Contractor shall furnish and install all materials necessary to make complete systems, whether or not such details are mentioned in these Specifications or shown on the drawings, but which are necessary in order to make complete working systems, excepting only those portions that are specifically mentioned herein or plainly marked on the accompanying drawings as being installed by other Contractors. S. Electrical Contractor must coordinate his work with the other trades so as to provide raceways, conductors, and outlets in the correct location for the equipment served, including all mechanical , plumbing and signal equipment and connect same. Electrical Contractor must provide power of the correct voltage and phase to each item of equipment including control wiring. T. The list above is given for the convenience of the Contractor and is not considered all-inclusive. 1 .2_. Submittals A. Equipment submittals will be required for the following items: 1. Lighting Fixtures 2. Main Switchboard 3. Aanelboards 4. Terminal Cabinets 1 .3 Record Drawings A. The Contractor shall keep one (1) complete set of blue line prints ' of all drawings which form a part of the Contract in good order, in the field office which shall be used only for the recording of "As Built" information. Drawings shall be kept up-to-date by daily posting of deviations from contract drawings , as the work progresses and shall be available at all times for inspection by the Architect or Owner. All items shall be accurately located and dimensi.cns from finished surfaces of building walls on all record drawings . Contractor shall have the Owner's Inspector review and approve same as to their completeness , correctness and legibility. Upon completion of the work, and as a condition precedent to the issuance of the certificate for the completion payment, the Contractor shall submit to the Owner, one set of reproducible drawings made for the signed "As Built" prints. All costs for the above shall be included in the contract price. 16A � 2of8 ? 1 .4 Guarantee and Tests A. Equipment of all kinds installed by this Contractor shall be tested to determine whether it fulfills the requirements of these specifi- cations. The Contractor shall furnish all labor necessary to adjust the operation of the apparatus and make the connections for the tests. After the tests have been completed, the Contractor shall restore all connections , apparatus , etc. to their original condition. B. Should any piece of apparatus or any material or work fail in any of these tests , it shall be immediately removed and be replaced by perfect material by this Contractor at his expense and the portion of the work replaced be again tested by the Contractor. C. The entire installation shall be free from short circuits and improper grounds. Tests shall be made in the presence of the Architect or his designated representative. Panels and circuits shall be tested for grounds , and shorts with mains disconnected from the feeder, branches connected, lamps removed or omitted from the sockets and all wall switches closed. Each individual circuit shall be tested at the panel with equipment connected for proper operation. Ground tests shall meet the requirements of the National Electrical Code. Upon completion of the work, a final inspection of the Architect and other interested authorities shall be conducted. This Contractor shall guarantee to repair or replace at his expense any material or equipment that develops defects or is determined not to be in conformance with the plans and specifi- cations , during a period of one year after the work is accepted. 1 .5 Utility Charges, A. All electrical utility company charges shall be in the Electrical Contractor's bid. 1 .6 Fees and Permits A. This Contractor shall secure all permits and pay all fees in connection with this work and include in this bid. 1 . 7 Temporary Construction Power A. Provide a temporary construction power system that is adequate for this project. Coordinate requirements and details with the General Contractor. 1 .8 Examination of Site A. The Bidder shall carefully examine the site of the contemplated work prior to submitting a bid proposal and shall have satisfied himself as to the existing conditions and the conditions under which he will be obliged to operate, or that will in any manner effect the work under the Contract. No allowance will be made subsequently in this connection. 16A 00404 3 of 8 1 .9 Miscellaneous Equipment A. Contractor shall be responsible for electrical hook-up and connections to all electrical equipment whether furnished by this Contractor or others. This shall include all equipment furnished by the mechanical contractor and other subcontractors. 1 .10 Not in Contract A. Wiring and instruments for Pacific Telephone system. 1 .11 Equal Materials A. The words "or approved equal" shall be interpreted as meaning equal in the opinion of the Owner or someone designated by Owner. 1 .12 Cutting and Patching A. The Contractor shall do all cutting and patching of the construction work and of existing walks , pavements and buildings which may be required for the proper installation of the electrical work. All patching shall be of the same materials , workmanship and finish as , ..� and shall accurately match all surrounding work. 1 .13 Protection of Work and Equipment A. The Contractor shall protect all work, materials and equipment from damage from any cause whatever and shall provide adequate and proper storage facilities during the progress of the work. He shall provide for the safety and good conditions of all work until final acceptance of the work by the Owner and replace all damaged or defective work, materials and equipment before requesting final acceptance. B. The Contractor shall be held responsible for the protection and correction of the work of all trades from smear, splashes, stains, or damages that might occur in the process of the work. 1 .14 Cleaning of Equipment and Materials A. All parts of the equipment shall be thoroughly cleaned of dirt, cement, plaster, etc. , and all cracks and corners scraped out clean. Surfaces to be painted shall be carefully cleaned of grease and oil spots and left smooth, clean and in proper condition to receive paint finish. Painting shall be in accordance with the painting Section of this Specification. 1 .15 Regulations, Codes, and Permits A. All work and materials shall be in full accordance with the latest rules of the National Electrical Code, National Board of Fire Underwriters, any local ordinances, the State of California Division of Industrial Safety, Electrical Regulations of the State Fire 16A 00405 4 of 8 Marshal , The California Administrative Code, Title 24, Part 3, with any prevailing rules and regulations pertaining to adequate protection and/or guarding of any moving parts or otherwise hazardous locations . B. Nothing in these plans and specifications is to be construed as permitting work not conforming to these codes . C. Should any changes be necessary in the drawings or specifications to make the work comply with these requirements , the Contractor shall notify the Owner at once and cease work on all parts of the Contract which are affected. D. Where applicable, work shall conform to NECA "Standards of Instal- lation" pages 1 through 12. 1 .16 Substitutions A. Should it be necessary to substitute equipment for any equipment shown or called for in the plans or specifications , approval must be obtained from the owner prior to its installation. The Owner shall not incur additional expense for the substitution. 1 .17 Locations A. The drawings indicate diagrammatically the desired location or arrangement of conduit runs, outlets , equipment, etc. , and are to be followed as closely as possible. Proper judgment must be exercised in executing the work so as to secure the best possible installation in the available space limitations or interference of structural conditions wherever encountered. It shall be the Contractor's responsibility to verify and coordinate the location of all outlets and lighting fixtures with the architectural , structural and mechanical drawings and with all shop drawings . Architectural elevations and reflected ceiling plans shall generally take precedence. However, in the event of large variations between architectural and electrical drawings , the Architect shall be consulted for instructions . Unless specifically indicated otherwise, all lighting fixtures and/or fixture stems shall be placed symmetrically with respect to the ceiling tile pattern or other architRctural ceiling and wall modules. B. In the event changes in the indicated locations or arrangements are necessary due to developed conditions in the buildings ' construction or rearrangement of furnishings of equipment, such changes shall be made by the Contractor without extra cost providing the change is ordered before the conduit runs , etc. , a*nd/or work directly connected to same is installed and no extra materials are required. C. All motor outlets and control outlets shown on the plans are approximate only. -Verify exact location of same with equipment contractor. 16A 5 of 8 00406 D. The installation of wiring for controls shall be made in accord with approved control diagrams. E. Where outlets are placed in a wall , locate symmetrically with respect to each other and other features or finishes on the wall . F. Lighting fixtures in mechanical spaces are shown in their approximate location only. Do not install light outlets or fixtures until mechanical piping and duct work is installed; then install lights in a location to provide best lighting. 1 .18 Excavations A. Do all excavating necessary for the proper installation of the electrical work whether or not indicated on the drawings or specified. Underground secondary feeders shall be buried not less than 24" below finished grade. B. After the installation of work requiring excavations has been inspected and approved, all excavations shall be filled with clean sand as indicated on the drawings, and tamped to a consistency so that no Lamm settlement will occur and the ground left firm at natural grade. All excavated earth which is not used for backfill shall be removed from the premises or otherwise disposed of as directed. C. All sidewalks, driveways or other cement or asphalt surfaces which are damaged during excavations shall be repaired to match the adjacent work in material and finish. 1 . 19 Non-Specified Equipment or Material A. In the event equipment or materials are not shown on the drawings or in the specifications, the Contractor shall determine from the Owner, prior to submitting his bid, what this descriptive information is and shall base his bid accordingly. Should he fail to do this , he shall furnish such equipment and material as later indicated to be the intent by the Owner without change in contract price. 1 .20 Heating, Ventilating, Air Conditioning and Plumbing Equipment Wiring The following work shall be done under the Electrical Division of the specifications. A. Furnish and install all line and low voltage conduit, outlets, line voltage wiring, manual motor starters, relays , time switches , control switches, and all other fully electrical control devices and disconnect switches as shown or required for the specified operation of the equip- ment unless specifically indicated otherwise herein or on the electrical and mechanical drawings. Control transformers for mechanical equip- • ment control circuits shall be furnished under the Mechanical Division, but installed and connected under the Electrical Division unless noted otherwise. Low voltage control devices shall be furnished, installed and connected under Mechanical Division. 16A 004() 6 Of 8 B. Connect all line voltage motors and control equipment. C. All wiring shall be installed i n conduit. D. All control wiring shall conform to the wiring diagrams shown on the Mechanical Drawings and the manufacturer's wiring diagrams and shall control the equipment in the manner specified under the Mechanical Section of the Specifications . 1 .21 Identification A. All equipment shall be identified by means of laminated, engraved plastic nameplates attached to equipment with screws or pop rivets. Lettering shall be 1/2" high for equipment nameplates and 1/4" high for circuit nameplates. B. Nameplates schedule shall be submitted with all shop drawings for approval . C. Equipment nameplates shall state name and designation of equipment, voltage, phase, number of wires, source, e.g. : PANEL "L" 120/208 volt, 3 phase 4 wire D. Panelboards shall have nameplates on front above door. E. Each individual disconnect switch, breaker, or time switch shall be similarly identified with nameplate identifying equipment and/or equipment controlled. 1 .22 Interior Public Telephone System A. Provide 4" square boxes, plaster rings and single hole cover plates at each telephone location. B. Provide conduit runs , terminal cabinets and backboard or as shown on drawings . 1 .23 Instructions and Inspections A. Contractor shall instruct the Architect and/or Owner's operating person- nel in operation and Maintenance of all systems . A written report shall be submitted indicating date and time of instruction and personnel involved. B. An inspection shall be made by the Contractor in company of the Owner or someone designated by the Owner within the guarantee period at no expense to the Owner to insure all systems to be in satisfactory operating condition. 16A 7 of,8 00408 < r� " 1 .24 Safety A. Contractor shall be solely and completely responsible for condition of the premises on which the work is performed and for safety of all persons and -property on the site during performance of' the contract. This requirement shall not be limited to normal working hours, but shall apply continuously. B. Contractor shall conform with all governing safety regulations. 1 .25 Maintenance and Operating Manuals Three complete sets of operating and maintenance manuals shall be furnished to the Owner for the following equipment. A. All light fixtures. B. Service Entrance - Metering Switchboard. C. Panelboards. 2 5"'1 r .i T 4.;:" ze 71 .'Ws A i s 41 Fi+,k�,,, rd . � �r :tis {2 � � �`xE +- {f .a _�tt r~ ..'r• �kz i Y P°' 3 1 r . .j_ •�xr+� 'rJ F �� "t t� � :.t c y T i 6A ' 00409 8 of.8 t SECTION 16B ELECTRICAL MATERIALS AND INSTALLATION 2.1 Scope Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified and as necessary to complete the Contract, includ- ing, but not limited to, these items specified herein. 2.2 General A. Requirements of GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS and DIVISION NO. 1 apply to all work herein. B. All materials, appliances , and equipment except that furnished by the Owner, shall be new and the best of their respective kinds , free from all defects , bear U.L. Label and of the make, brand or quality specified or as accepted by the Architect as herein provided. This shall also apply to all parts of the work whether or not this parr ticular paragraph is referred by number. `°" C. The Contractor shall submit 5 copies of shop drawings of the following equipment for review by the Engineer before placing orders for equipment. Main switchboard, Panelboards, Fire-alarm equipment, and .ru Light fixtures. Comments on shop drawings do not relieve the Contractor from compliance with requirements of the plans and specifications . D. All apparatus , conduit systems , etc. , shall be installed and inter- connected so as to form complete systems as herein specified and/or shown on all the accompanying drawings. This Contractor shall furnish and install all work necessary to make complete working systems, - excepting only those portions that are specifically mentioned herein or plainly marked on accompanying drawings as being furnished by other Contractors . 2.3 Miscellaneous Iron Work A. All miscellaneous iron work required to complete and properly install the electrical work shall be furnished and installed under this Section. This shall include all supports, pull-in irons, etc. B. Structural and miscellaneous steel used in connection with electrical work and located out-of-doors or in a damp location to be hot-dip galvanized unless otherwise specified. Included are underground pull-box covers and similar electrical items. Galvanizing average 2.0 ounce per square foot and conform to ASTM A123. 2.4 Raceways and Fittings A. Rigid Steel Conduit shall be National Electric Products , Triangle Conduit and Cable Co. , or Walker "Dual-Cote" , minimum size 3/401. r 16B 00410 1 of 11 a B. Electrical metallic tubing shall be National Electric Products Corp. or equal . E.M.T. fittings shall be compression type only, minimum si ze 3/411. C. Plastic conduit shall be type PVC, U.L. Approved. 2.5 Conduit Fittings A. Shall be galvanized, Crouse Hinds, Appleton or equal . All exposed fittings shall be of the same manufacturer. 2.6 Pull Boxes Shall meet all code requirements as to size for conduits terminating therein and to thickness of material used in fabrication. A. Fabricated sheet steel pull boxes shall be installed only in dry, protected locations and shall be furnished with knockouts and removable screw cover. Box shall be finished with one coat of zinc chromate and a coat of primer sealer and where exposed to public view shall be painted to match the surrounding surface. B. Weatherproof sheet steel pull boxes shall be fabricated of code gauge galvanized sheet steel with two coats of rust resistant finish and shall be furnished with gasket and made completely weather tight. C. Weatherproof concrete pull boxes, junction boxes and telephone boxes shall be Christy Concrete Products , Forni Division, Precast Concrete Products or equal . 2.7 Outlet Boxes A. All outlets shall be standard one or two piece galvanized knock-out outlet boxes, National , Steel City, Appleton, Walker, or approved equal . B. All outlet box covers , rings or other fittings shall be standard galvanized, National , Steel City, Appleton, Walker, or approved equal . C. No outlet box shall be smaller than four inches (4") square and 1-1/2" in depth, except in concrete block construction where concrete block boxes are approved. D. Floor outlets shall be Walker 513AL-DPS-G. E. Floor telephone outlets shall be Walker, sized as required. F. All special outlets shall be as hereinafter specified or as shown on drawings. 2.8 Switchboard A. Switchboards shall be constructed in accordance with latest NEMA and U.L. standards, as manufactured by Westinghouse, I.T.E. , Sylvania, 0041 } a F 16B 2 of 11 General Electric, or equal . Each shall contain the equipment shown on the single line diagram. No aluminum bus will be permitted. Doors with locks are required. B. Floor mounted equipment shall be bolted to the floor or concrete pad. 2.9 Panelboards A. The panelboards shall be constructed in accordance with the standard set up by the Underwriters' Laboratories, Inc. , and as manufactured by Westinghouse, I .T.E. , Square "D" , General Electric, or approved equal , and each shall contain the number and type of circuit breakers as indicated on the drawings. Provide ground fault protection for any circuits feeding receptacles located outside or used for con- struction power. B. The panelboards shall be equipped with a flat hinged door, typewritten circuit directiories placed under glass. All finish shall be manu- facturer's standard finish. Provide locks on all panels. All panels and terminal cabinets shall be master keyed. Furnish three keys. Each circuit shall be listed in the Directory in such a manner that it is easily located. C. Where contactors are shown on drawings , they shall be installed within panels. 2. 10 Terminal Cabinets A. Terminal cabinets shall be flush or surface mounted as indicated with double hinged doors and catch. , Exterior finish to be manufacturer's standard finish. Provide 1/2" plywood backing inside of cabinet. Locks shall be flush combination catch and lock. Provide proper number of terminals in cabinets as required. 2.11 Wall Plates A. Shall be Bryant, Arrow Hart, Sierra, or Leviton. Material to be brushed stainless steel . 2.12 Receptacles A. Furnish and install 20A, 125 Volt, 3 wire ground type duplex receptacles at all receptacle outlets as indicated on drawings Sierra + 1864x or equal . 16B 004" 3 of 1i LAO 2.13 Local Switches A. Furnish and install flush tumbler type switches, quiet type 120V AC only controlling wall and ceiling outlets as indicated on the drawings . All switches shall have ampere rating of not less than 20A,at 125V. Type Switch Sierra. Bryant P & S Arrow Hart & Hageman Single Pole 5011 4801-1 15AC1-1 1891-SL-1 Three Way 5013 4803-1 15AC3-1 1893-SL. 1 Key Operated 4061 4801-L 15AC1-2 1891-L B. Where two or more switches are in proximity they shall be ganged in the same box and they will be set under one plate. 2.14 Conductors 600V or Less A. All wire installed in this contract shall be of a standard manufacturer as approved by the National Board of Fire underwriters and of the size as indicated on the drawings . All wire shall bear the underwriters' label and shall be brought to the job in unbroken packages and approved by the Job Inspector before same is installed. B. All branch circuit wiring conductors shall be type "TW" copper for #8 AWG and smaller. Number 6 AWG and larger shall be type "THW" copper. C. Number 12 AWG gauge wire shall be the smallest gauge wire used, except for signal control . 0. All wire #3 AWG gauge or larger shall be stranded. E. The neutral conductor of all lighting feeders shall be of the same size as the line conductors. F. Joints in wires 8 gauge and larger shall be Dossert or equal solderless connector. Connectors to switches or bus bar shall be made with one piece Cu/AL lugs for all wires 8 gauge and larger, sized for conductors M as shown on plans. G. Each conductor shall be tagged with the circuit number at each end, with Bradley tags. 166 4 of 11 0041 2. 15 Lighting Fixtures and Lamps A. Shall be UL listed. B. This Contractor shall be held responsible for the complete equipment of all fixture outlets with fixtures of the proper design as shown and all suspension accessories. C. All plastic lenses shall be 100% virgin acrylic. D. All surface fluorescent fixtures shall be UL approved to be surface mounted, with low density listing. E. All fluorescent fixtures shall have "P" rated thermally protected premium ballasts classified as the "A" level in the G.E. ballast sound rating standard. Ballasts shall bear the CBM/ETL label . F. All fluorescent lamps shall be standard warm white color and all filament lamps shall be 125 volts inside frosted, unless otherwise specified. G. See Electrical drawings for special fixture mounting requirements and 1 page. 2.16 Ground A. Grounding shall be to the building reinforcing steel referred to as a "LIFER" ground. B. The resistance to ground shall be measured with a self contained test instrument that utilizes the fall of potential method. The resistance to ground shall not exceed 5 ohms. If necessary additional rods shall be driven to bring resistance down to this value. C. Where 5 ohm resistance to ground is not obtained by the "LIFER" ground there shall be driven ground rods of copper clad steel 8 feet in length. Each rod shall be die-stamped near the top with the name or trademark of the manufacturer and length of rod in feet. Diameter shall be sufficient to permit driving without damage but shall be not less than 5/8". Approved copper alloy clamps shall be brazed to upper end of rod. 2.17 Emergence Lighting Fixtures A. Shall be self-contained, self-charging battery operated lighting units, with automatic two-rate trickle charger. B. Units shall automatically be energized when normal power fails and be de-energized when normal power is restored. 168 .. ; 5 of 11 00414 s C. Batteries shall be lead-acid type and shall supply the normal load for 1-1/2 hours to an end voltage of 87-1J2% of normal battery voltage. D. Unit shall have a unit "ready" light, "high charge" pilot light, AC "on" pilot light, unit test switch and a voltmeter. 2.18 Motor Disconnects A. Disconnect switches shall be H.P. rated, quick make, quick break, UL listed. B. See Mechanical Drawings for additional equipment by this Contractor, and kitchen arrangement drawing for food service equipment. 2.19 Fire Alarm A. Furnish and install all equipment, terminal cabinets , conduit, and wiring for a complete operating Simplex electrical fire alarm system or approved equal . Equipment submitted as equal shall have architect's approval 7 days prior to bid date and be published as an addendum. B. All equipment shall be UL approved. C. All fire alarm equipment shall meet the requirements of California AM State Administrative Code Title 24 and Title 19, and be approved by the California State Fire Marshal 's Office. 2.20 Clocks A. Clocks to be Simplex or approved equal , of color and size as selected by Architect. 2.21 Anchors A. Plastic and nylon insert anchors shall not be used for any purpose. Securing of boxes , pipe, fixtures, and other electrical small equipment .and material shall be done with metal studs and inserts as manufactured by Star or equal . 3.0 INSTALLATION 3.1 Conduit Systems A. Shall be installed for the connection of all outlet boxes, junction boxes, panelboards, cabinets, gutters , etc. Conduit shall be run continuous between outlets, etc. , and with the minimum number of bends . B. The joints in all conduits installed in concrete slabs on the ground, or underground, or exposed to the weather, shall be made liquid tight. 00415 6of11 The conduit threads shall be thoroughly filled with conductive compound before screwing into couplings. All wrench abrasions in steel conduit shall be painted with asphaltic compound. All underground conduit outside of the buildings and roadways shall be buried to a depth of not less than 18" below grade. Two or more conduit runs installed in a common trench shall be separated horizontally and vertically by a minimum of 1-1/2" . Electrical conduit runs installed in a common trench with other utility lines , shall be separated horizontally and vertically from such lines as per utility and code requir- ments. C. Changes in direction greater than 450 shall be made with factory manufactured conduit elbows. D. Type conduit used shall be as listed below: 1 . In paved areas underground and under slab---------------PVC Schedule 40, rigid thick wall plastic, rigid steel . 2. In wails and above ceiling------------------------------Rigid steel or E.M.T. 3. On roof-------------------------------------------------Steel , rigid galv. or E.M.T. (liquidite) 4. Exposed on walls----------------------------------------E.M.T. rigid steel . (Below 5 feet or where subject to physical damage use rigid steel : ) 5. See notes of drawings. E. All buried conduit shall be encased in a 3" 'concrete envelope. F. The maximum size conduit permitted in the floor slab is 1" . Larger shall be factory wrapped with PVC wrapping tape or PVC coated. G. Where conduits are run exposed, the same shall be installed parallel to and at right angles to the building lines. H. • All boxes for bracket outlets shall be equipped with a 3/8" "NO-BOLT fixture stud. These boxes shall be so set that when in place the fixture shall be at right angles to the ceiling or walls. I. All empty conduit shall be equipped with a nylos pull rope with minimum of 50 lbs. breaking strength continuous from outlet to outlet. J. Flexible connections in outdoor and damp locations shall be flexible liquid- tight metal conduit. K. All conduit penetrations through roofs shall be flashed with approved flashing sleeves and clamping collars. Sheet neoprene shall be placed between the clamping collar and the conduit in an approved manner similar to that of the National Plumbing code. Flashing to be made waterproof to the satisfaction of the Owner. • 7 of 11 00416 AA ff-- L. Liquidtight flexible conduit shall be used for motor and transformer connections. Conduit shall be exposed on wall . M. Conduits shall be run concealed above ceilings, below floors, and in walls or partitions , unless otherwise indicated. N. No CMT permitted below grade in damp locations or where subject to physical damage. 0. All plastic runs shall have rigid steel galvanized ells . 3.2 Plastic Conduit Requirement A. Use Permitted: Rigid non-metallic conduit, type 2 PVC Schedule 40 with U.L. Label approved for direct burial may be used only under the following condition: Wet Locations: The entire conduit system, including boxes and fittings, used therewith shall be so installed and equipped as to prevent water from entering conduit. All supports, bolts , straps, screws, etc. , shall be of corrosive resistant material or protected against corrosion by approved corrosion resistant materials. Code gauge grounding conductor (insulated and identified green) shall be installed in conduit. In walls, ceiling and under floors when codes are complied with. B. Use Prohibited: Rigid non-metallic conduit shall not be used: Above ground outdoors. In hazardous locations. For the support of fixtures or other equipment. C. Other Articles: Installation of rigid non-metallic conduit shall comp w tai provisions of the applicable sections of the, NEC Article 300. D. Trimming: All cut ends shall be trimmed inside and outside to remove rough edges. E. Physical Damage: Rigid non-metallic conduit shall not be used-where subject to physical damage. F. Minimum Size: No conduit smaller than 3/4" electrical trade size shall be used. G. Bushings: Where a conduit enters a box or other fitting, a bushing orr adaptor shall be provided to protect the wire from abrasion unless the design of the box or fitting is such as to provide equivalent protection. _ t 16B 8 of 11 0041 H. Bends , How Made: Bends of rigid non-metallic conduit shall be so made that the conduit will not be injured and that the internal diameter of the conduit will not be effectively reduced. Field bends shall be made only with bending equipment specifically intended for the purpose and the radius of the curve of the inner edge of such bend shall not be less than that recommended by the manufacturer. Factory made bends are required for all bends greater than 450. I. Construction: Rigid non-metallic conduit shall conform to the following: Rigid non-metallic polyvinyl chloride conduit as shipped shall be in standard lengths of 10 feet including coupling, one coupling to be furnished with each length. Each length of conduit shall be clearly and permanently marked with the manufacturer's name or trademark, nominal conduit size and type of material used. 3. 3 Outlets A. In general , the locations of electrical outlets shall be as shown on the drawings; however, the Contractor shall make any changes necessary to suit conditions on the job or re-arrangement of built-in fixtures and equipment as directed by the Architect or his representative. B. The Contractor shall study the general building plans with relation to spaces surrounding each outlet to insure that his work will fit the work of others and that fixtures or other equipment will be sym- metrically located according to room layout. Refer all conflicts and discrepancies promptly to the Architect. 3.4 Conductor Identification & Installation A. The drawings indicate the arrangement of outlets on each branch circuit and the circuit tags show the number of the circuit, and the board to which it will be connected to the same switch on the panelboards. B. All feeders and branch circuits shall be tagged in all pull and ,function boxes and in the gutters of all panels to which they connect by Bradley tags. C. No wire shall be installed until all work of other contractors that might cause injury to the said wire has been completed. Care shall be used to pull wires to insure that no damage occurs to the insulation. Cable lubricant shall be used for pulling wires. D. In making the connection of all branch circuits to the terminals of switches, etc. , the wires shall be looped around the binding screws or be fitted with connecting lugs. E. Switches and receptacles shall be securely fastened to the outlet box. Where the outlet box covers are back of the finished walls, the switch or receptacle shall be built out from the same with washers so that it is rigidly held in place to the box. The floating of any switch or receptacle will not be permitted. • 166 00418 }' r It9 of 11 F. All wire size #6 AWG and smaller, shall be factory coded. Coding for each phase and neutral shall be consistent throughout system. Code shall be in compliance with the NEC. Section 210-5. G. Each branch circuit shall be marked with Bradley tags at the Panel) "J" Box and outlet. H. Where two neutrals are run in any conduit, each neutral shall be taped to associated line conductors in each outlet. Neutrals may not be combined and shall be installed continuous to panel . 3.5 Aluminum Wire A. Aluminum wire or aluminum bus bars will not be permitted, 3,6 Lighting Fixture Installation A. All ceiling mounted surface or recessed fluorescent fixtures shall have one #12 hanger wire from each corner of fixture to structure above ceiling. Fasten hanger wire to structure in same manner as ceiling hanger wires are fastened. "T-Bar" mounted fixtures (flush) shall have outriggers fastened to T-Bar. B. Continuous runs of light fixtures shall be installed straight and true and perfectly level . C. See Plans for special mounting of fixtures. 3.7 Mounting Heights of Equipment Unless otherwise specified elsewhere or shown on the plans, the following mounting heights shall apply: A. Panelboards Over 29" high 5'-0" to handle of highest circuit breaker Less than 29" high 5'-6" to handle of highest circuit breaker B. Disconnect Switches 4' -6" to center line or as shown on drawings C. Contactors 4'-6" to center line or as shown on drawings D. Receptacles (Convenience) Office, Main room, Corridor 12" to finished floor to center line Above countertop 4"-6" to center line E. Switches (Wall} 4'-6" to center line F. Telephone Wall — 4'-6" to center line Desk outlet 121' to center line " ► r 16B 10-of 11 . 00419 G. Thermostats 41-611 to center line or as noted on plans H. Clocks As shown 3.8 Grounding A. The conduit system supports , cabinets, switchboards , etc. , and neutral conductors must be permanently and effectively grounded by means of approved ground clamps, in accordance with Article 250 of the NEC. B. This Contractor shall exercise every precaution to obtain good contacts at all panel boxes, pull boxes, etc. Where it is not possible to obtain good contacts, the conduits shall be bonded around the boxes with a #6 AWG bare copper wire with ground clamps. C. Pull a ground wire in any non-metallic conduit used for power or lighting, and as noted upon the drawings. 3.9 Equipment Supplied by Others A. The mechanical Contractor and Food Service Equipment Contractor shall furnish equipment such as motors , starters, thermostats, and wiring diagrams, etc. However, the Electrical Contractor shall be responsible for furnishing and installing of all switches , conduit, wire, fittings , etc. , for all control circuits , for heating and air-conditioning'equip- ment, etc. B. Install boxes where required for controls and equipment. C. The Electrical Contractor shall furnish disconnect switches with seal- tite flex for all motors if they are not furnished as part of the equipment. D. All control wire shall be #12 AWG copper in conduit unless otherwise noted. 16B 11 of 11 00420 I a f. ,1, t."; '1 . I I .� �-, li,� �:� :'—�', -: - 1 11 " .�, iW . .," � - � I � . .I . �,��� �,.-..1. , � I I . 11 � ". � -�,, 1, �� -.,.-r-�_--. - - - l . . I I . �l :. ,-:'� ,, " ;: , "''. � ,� � — 1 J . � . I I I 11,� . ., , � ..,-.— I I I I �,,� . 1� � � ,. ., ,,,, .1— -.1I & 7 O 1 t - rrt t } t ' A , r p icyN ti -S.. 1 I I I I} o , i <.14sfa fif t ' ,', S - £ . aJ, aEc4x„�trt rtir 1.r, E' X., ,.f{r - s Ii 3 ,} i-' - } t x tt;• a J �t If. LL ef, ie�: '.e i h w �Ut i y .I k fy try r4�'u r +s I I:: , � 4 e 1 ✓ Q�kt o t o 't F M t s-rp{ r r 3,41 ririn q A 7!}' y 4(' Y Y i `r Y c��1 t ;r! y5 F` 4 �rx.�ts iz� t S qty 31 , '' qt> <1 sv - - s a, t { £It i, �" r i J ",t E afw4 'x5 h A .Y 4. , ,, r Y I t kd .. �` �� S" �,t r '�st N�C'1{, f �)i�''�y �'C .1 I ; �k , r ,;° ,f ' v{ tka3 7 res Y kl z t�� t „ yst {9--U f{ f i i �`{ f py ) i Z 4 - yf 1 1(r1. 'i k X t\ i I F k t s...,t 1 ..t ai iso i.i y ;`j t d,A ''! *,! 7}f'r f: Y f w}fid�i i}J •,�,;a 3 1 q ..r s,a r a'8f t' .k c . ! t!C t E �a`rt$drr�i` i a YYs a tt4 d � ! t s t: llq A,.t*V `+ i- 4� �I a r.r+ V r _t ftp { �`< ! , . • .,rO+k t { �iF 1syrtarsrrc� r' A -ll ? , i }r y ;i{ t.. t S r t P I i {Ells eye' r S2�i � r jt ,i ^ , ;l.0 6'i,4n �r t r ti E t • j;. , � x T: i 'it.I t , .,,.,-a c.i4. S .i' `°. tl Cz'a�"f�7"t Lf . x ,' ; ' FJrt r{ �'(t}s "S„1�.}.M. i +.'ri taEt�'tT. � +�,i'"'�S r11�1- r� �r ;� .. t �MS 4 ,A } iYr� ➢C.E Gs7� �.A a 7 X N V�� n,.; �! { a, F + I — f t t ¢ t e yts iSx"i:, i as . irtt t, 1.1, i ? r set �}�ta �+s �rrEt� t k� Raa arcs f ti10 F tr; 7 � ' ��"S 3 st y Ft `*�,. i 4 4r r CS e s R. )tr .~ 4d O rjf ;t ;` r } xl t '' A x 1 i.S✓ S Y r i p+e '�4 h -7 e! a S tr 4� N r i t r . E.y2r I ;E ( 1 r 4 ' C r)1'i.'.I 1. v s a ! i't,i ti •., :, ! zr rs S i,1 A ri Tth I 4 _ i v Q 1 r,'{f E.�'x lett' r;,.),` �' it ° r :i A t tT. ^R� L 1�._ E 'tE£ ,a , ` s i t I .< , l A�$,94r lt {. �FSti.iF �AK� 1 1T•� r tN�F , t S s �,-? 3lka'{A % _ 3 - , a 4 :.t dry r, } t t '.� i:: t I 1, f3s6Y 4 r` Y , r 7 r t�G t. ��r t ' � f �_ - t a.t y .�y rz '�� 7 t Y 1 s ! t + - } { r { d � 0 L z �42 s t t t tti 3T .t i'Y f 4 r .Yr A t.- A t t t .t J ��1- g f S l p F • W� r '.''y� 3 y�.r- 4p t ii F Y; r r _,y i u�i 44e 4t'' 3r ,z .t; s< xrk. 1 • r SECTION 16C STAND-BY GENERATOR 1 .0. SCOPE 1 .1 The work includes design, fabrication, testing, and delivery of an engine-driven stand-by generator set as indicated within this specification, completely assembled, tested and ready for installation. 1 .2 Technical assistance, if requested, for installation and placing in service. 2.0 IT34S NOT I?•ICLLiDED 2.1 Foundation and foundation bolts. 2.2 Unloading and installation. 2.3 All external connections to the equipment. 2.4 Automatic transfer switch, 3.0 ABBE "MATIONS OF TECTIIl'IICAL ORGANIZATIONS 3.1 IEEE - L-astitute of Electrical and Electronic Engineers. 3.2 U,-ISI - American National Standards Institute . 3.3 N21A - _National Electrical Manufacturer's Institute, 3.4 AjBY,,19. - Anti-Friction Bearing Manufacturer's Association. 3,5 ASME, - Association of Mechanical 3ngineers, 3.6 NBC - Rational Electrical Code, 3.7 Califon- is Administrative Code, Title 24, Part 3. 4.0 CODES AND STA11DARDS 4.1 General: The seller shall control the quality of items and services to meet the requirements of this specifi- cation, applicable codes and standards, and other pro- curement documents. 4.2 The engi.c.e-generator set specified herein shall meet or exceed the latest applicable standards in effect at the date of the purchase agreement for those organizations listed in Section 3. w 00422 5.0 COORDINATION WITH DRIVEN EQUIPIMITT 5.1 The generator manufacturer will assemble the engine and look 0 generator on a common base plate and assume complete 49 0 responsibility for the alignment of the engine-generator assembly under operating conditions. 5.2 The generator manufacturer will assume complete re- sponsibility for the entire assembly so that there will be one source - of supply and responsibility. . 5.3 The engine-generator set shall be mounted outdoors and is to be provided with a suitable enclosure to protect the equipment from the elements. 6.0 RATINGS AND CONDITIONS OR SERVICE 6.1 The unit shall be rated for operation below 3000 feet. 6.2 Mlinimum ambient operating temperature will be 00F. Maximum ambient 'operating temperature will be 1200F. 6.3 The unit shall be warranted for a period of five years from the date of initial start up. 6.4 The equipment shall be capable of picking up rated load within '0 0 seconds after receipt of the start signal and carrying its rated load continuously. 6.5 The engine-generator set shall be designed for a 20mygar service life. Occasional replacement of components may be required to achieve this design life. 6.6 Noise 'Level test shall be performed upon this unit or similar units. The engine generator shall not produce a noise level -exceeding those levels set by OSHA for engine-generators of this type. Certification of com- pliance is required. 7.0 EFFICIENCIES 7. 1 The manufacturer shall provide a record of efficiencies at 25q, , 50%9 75%t 100% and 12501loading with rated voltage and frequency maintained at the generator terminals. 8.0 FABRICATION 8.1 All parts of the equipment subject to wear and replace- ment shall be made to comply with definite tolerances necessary to insure interchangeability. Parts having the same part number shall be readily interchangeable. The design shall provide easy access and replacement of parts if necessary. 0 . 2 Oil .3 8.2 All metal parts including screws, bolts, nuts, springs , studs, and other miscellaneous fittings shall be of corrosion resistant material or coated with an industry standard, corrosion resistant finish. 9.0 VIBtRA^s I 011 9-.1 The amplitude of vibration at rated speed shall not exceed the values listed in IMM Standard I•IG1-20.52 measured in accordance with MG1-20-.53. This value must not exceed those limits set by the Association of Mech- anical Engineers for engines of this type. 10.0 ;MIRING DIAGRAMS 'AITD SCHEDIATICS 10.1 The manufacturer shall furnish wiring and schematic diagrams for the engine and generator. He shall also furnish interconnecting wiring diagrams showing connec- tion to individual components which constitute the stand- by pourer unit. 11 .0 ' TWTU ALS 11 .1 Five copies of instruction manuals shall be furnished. 11 .2 The instruction manuals shall cover every item purchased including materials which the seller obtained from a sub-sunnlier. 11 . 3 The instruction manuals shall contain one section cover- ing maintenance and periodic test procedures . 11 .4 The manuals shall contain a recommended spare parts list complete with a part identification numbering system. 12.0 TESTI±'ZG 12.1 The engine-generator and all components shall be tested in accordance with applicable standards of those or--ani- nations listed in Section 3. 12.2 Certified copies of all test reports shall be provided noting the standard being complied with for the buyer's review. 13.0 G,. ,TSRATOR 13. 1 Rating 65XVA @.85 power factor, 120/208 volts, 3 phase, 4 wire, 60 hertz. 13.2 The generator shall have IMMA Class y 1050C rise insul- ation, 00424 13.3 The generator exciter shall be of the alternating current b-rushless type, directly connected through silicon rectifier diodes to the generator field, It shall be mounted on the generator shaft within the generator housing. Access openings with removable plates shall be provided to allow necessary mainten- ance of the rotating diodes . 13.4 Electrical Design a. Voltage: The voltages specified herein are 'based ' on PUS line-to-line values, not on average values of the individual phase values. The voltage regu- lator shall maintain the voltages at the generator terminals to _+ 2% for all loads within the full load rated capacity of the generator. The dis- placement between phases of the fundamental voltages shall be within limits of 117.50 to 122-50. The phase voltage wave form shall be within the follow- ing limits for all normal operating conditions of the system. I 1 . Crest factor 1 .41 + 100/16. 2. Total RIMS harmonic content, 3.5% of the funda�� mental. 3. Any single harmonic not to exceed 2.50/6 of the fundamental. These requirements are to be inherent in the gen- ,mom erator and shall be met without the use of filters. b. The steady-state synchronous FREQUENCY shall be 60 hertz. The frequency shall not be less than 58.5 hertz at rated output. c. Electromagnetic interference conducted over outgoing lines or radiated from the generator shall be mini- mized to the extent that static power switching de- vices or low-level integrated circuitry used in equipment powered from the generator will not be subjected to erratic triggering from this source. 13.5 Instrumentation - The generator shall have a local panel C� with the following equipment mounted upon it : a. AC ammeter: + 206 accuracy. b. Ammeter transfer switch. c. AC voltmeter: ± .1506 accuracy. 0042.) d. Voltmeter transfer switch (line-to--line and line-- to-neutral) . e. Static Voltage Regulator Frith associated controls: ± 2% accuracy; ± 105o range. f. Stator temperature indicators (one per phase) sensing from copper-constatan thermocouples. 1 . Generator high temperature will shut dawn the engine-generator set and alarm the condition by an indicator light. The alarm light shall remain illuminated until acknowledged. g. Generator Overload Protection: h. Over-voltage shutdo.•rn protection. i. Frequency meter. j. Running time meter. 13.6 The generator housing shall contain space heaters to prevent condensation within the enclosure. Heaters shall be de-energized during generator operation. 13.7 A ground pad shall be attached to the engine-generator ►: ,:, base plate. i 13.8 Testing of the generator shall be in accord with IEEE standard 112A. 14.0 EN'GIN3 - A liquid petroleum-fueled engine shall be the prime mover for the generator. 14.1 The engine shall be water cooled with mounted radiator, fan, and pump. 14.2 Lubrication shall be full pressure as supplied by a , positive displacement lube oil pump. 14.3 The engine shall have an air cleaner and oil filter . with replaceable elements. 14.4 The carburetor shall be for liquid petroleum with a secondary regulator. 14.5 Engine speed shall be governed by a mechanical governor to maintain generator frequency within 3 hertz from no- load to full-load. 14.6 Engine over-speed will cause the engine to shut down by shutting off the fuel supply. This condition will be alarmed similar to generator over-temperature, paragraph 13.5 M . 14.7 The engine shall have a 12 volt battery charging system with a transistorized voltage regulator and charging ammeter. 14.8 The engine shall have a cranking limiter to open the starting circuit in approximately 60-90 seconds if the engine fails to start within that time. Three attempts.. to start shall be made with a 90-second rest period between starts. Should the engine fail to start at the termination of the third cranking period the engine shall be shut down and the condition alarmed, similar to generator over-temperature, paragraph 13.5 (f) . 14.9 The engine aine instrument panel shall have the following equipment mounted upon it: a. Oil pressure gauge. b. . Coolant temperature gauge. e. Battery charging ammeter. d. Start-stop-remote control station. 14-10 High engine temperature, loss of fuel, and low pressure shall be alarmed and shut down the en-Tine as described in paragraph 13.5 (f) . 14.11 The engine oil sump and water coolant jacket shall be providdd with immersion type heaters to aid -in engine starting. These heaters shall be de-energized during engine operation. 14.12 The engine shall be provided with a drip pan. 15.0 DfW.,MTGS - including overall dimensions, weights, mounting 0 0 primary el connection, control connections, and ri details, fuel u - power connections shallbe provided within 3 weeks after receipt of an agreement to purchase. 16.0 SHIP142-NT - The buyer reserves the right to witness factory testing prior to shipment, and shall be notified in writing 0 in sufficient time so that he may attend the testing without undue hardship. 17.0 PACKAGING 17.1 The engine-generator set shall be packaged to insure safe arrival and safe storage at the construction site. The shipping ping container will be clearly marked to identify contents and any site storage requirements. 17.2 The set shall be shipped completely assembled. 17.3 All storage instructions shall cover a storage period of 90 days minimum. 00421 1 8.0 SHItP�IG TsISTRUC�IOriS - Tio equipmneo�i=icationetohbuyer ofom its point of manufacture before the pending s'r�ipment nor before receipt of the buyer's author- ization to ship. s,: I I �' , : ,, � , : ,, ., �� � . �, ��. -, I I w. � - ..I� �:f"'�� ,��.-,�:I I,, , ,- , ,�,%�.I, , ,, I. . �.�.:� .,. I I� Y \ �'t S S ? *.. ' t 88 . 41 \/ 'r J 11 , } Fav, _} 1 4 } 'S:}1 f 4 t i 4 } _ t 'K _1D ti fh YF ..5. !rti, t - 1.14�1 ' 3 A IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In-the Matter of Completion} ) RESOLUTION .NO. 77/839 of improvements, Orinda Area ) The Public Works Director has notified this Board that improvements have been completed in Subdivision MS 4-73, Orinda. area. NOW, THEREFORE, BE IT RESOLVED that the improvements in Subdivision MS 4-73 have been completed. PASSED by` the.Board on October 11, 1977. Originating Department: Public Works Land Development Division cc: -Dnc�c-w- z Public Works Director Planning Director Mr. Karl G. Osterberg 641 Glorietta Boulevard _ Lafayette, Ca 94549 _ 7. _ RESOLUTION NO. 00VU BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA AS EX OFFICIO GOVERNING BOARD OF THE CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 Re: Intention to Adopt Resolution ) of Necessity to Acquire Real ) Property by Eminent Domain, ) RESOLUTION NO. 77/84 0 for Sanitation District No. 15) Bethel Island Area ) (C.C.P. Sec. 1245.235) (Work Order 5400-927) ) RESOLUTION OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County as ex officio Governing Board of Contra Costa County Sanitation District No. 15 RESOLVES THAT: It intends to adopt a Resolution of Necessity for the acquisition by eminent domain of Real Property in the Bethel Island area, for a sewer system, a public improvement, which property is more particularly described in Appendix "A" attached hereto. This Board will meet on Npvpmbpr 8, IRZ7 at 11 :00 a.m. in the Board's Chambers, County Administration Building, Martinez, a ornia, to hear those persons whose property is to be acquired and whose name and address appear on the last equalized County assessment roll , and to consider the adoption of the Resolution. The Real Property Agent is DIRECTED to send the following notice to each such person by first-class mail : NOTICE OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County declares its intention to adopt a Resolution of Necessity for the acquisition by eminent domain of real property in the Bethel Island area, for a sewer system, a public improvement, which property is more particularly described in the attachment hereto as Parcels 2, 3, 4, 4A, 7, 8, 9, 10, ll , 12, 12A, 14, 14A, 15, 16, 17, 18, 19, 20, 23, 24, 27, 28, 30, 33, and 35. The Board will meet on Nnvpmhpr R 1Q77 , at . , in the Board Chambers at 65 Pine Street, Martinez, Cali�nia, to consider the adoption of the Resolution. Each person whose property is to be acquired and whose name and address appear on the last equalized County assessment roll has the right to appear at such hearing and be heard on: 1 . Whether the public interest and necessity require the project. 2. Whether the project is planned and located in the manner that will be most compatible with the greatest public good and the least private injury; and 3. Whether the property sought to be acquired is necessary for the project. PASSED on October 11 , 1977, unanimously by Supervisors present. Originator: Public Works Department, Real Property Division cc: Administrator's Office Public Works Department County Counsel RESOLUTION NO. 77/ 840 00430 APPRENDIX "All PARCEL N0. 2 (Dal Porto) All that porion of Section 21, Township 2 North, Range 8" East, PIDM, County of Contra Costa, State of California, described as follows: Beginning at a point on the westerly line of that -certain parcel of land described in that certain Deed recorded in the office of the County Recorder of Contra Costa County in Hook 576 of Official Records at page 350 , said point being the southwest corner of that certain parcel of land described in that certain Deed recorded in the O�:fice of County Recorder of said county in Book 5117 of Official records at page 162; thence, from said point of beginning along t-he southerly line of said parcel of land (5117 OR 162) South 89032 ' West 32G.. 20 feet to the southeast corner thereof; thence, South 81009 ' 45" East 39. 36 feet to the southwest corner of that certain parcel of land described in that certain Deed recorded in the office of the County Reocrder of said county in Book 7671 of official records at. page 336 ; thence, along the southerly line thereof South 88008 ' East 158. 93 feet to the southwest corner of that certain parcel of land described in that certain Deed recorded in the Office of the County Recorder in Book G971 of official records at page 193; thence, along the southerly line thereof South 87°41' East 7G: 14 feet to the southwest corner of that certain tract of land titled "Dutch Slough Subdivision" according to the official map thereof recorded in the Office of the County Recorder of said county in book 27 of maps at page 21; . thence, along the southerly line thereof South 89022 ' East 13.14 . 42 feet-to the most westerly corner of t:haL certain parcel of land described in that certain Deed recorded in the Office of the County Recorder of said county in Book 786 of Official Records at page 161; thence, leaving said southerly line and along the southwesterly line or said (78G OR 161) South 42146 ' East 30. 95 feet; thence, leaving said southwesterly line North 89°22 ' West 1935. 60 feet to a point in the easterly line of that certain parcel. of lend described in that certain Deed recorded in the Office of the County Recorder of. said county . in Book 3790 of 01-ficial Records at page 380; thence, along said easterly line worth 00015 ' East 27. 50 feet to the point of beginning and containing 1. 079 acres more or less . Microfilmed with board order. 00431 r i I PARCEL NO. 3 (Reclamation District No 799) All that portion of the northeast l/: of Section 21, Township 2 North, Range 3 E"-st, vi.D.M. , County of Contra. Costa, State of California, described as Follows: Beg inning at the southeast corner of Lot 28 as said lot is shown and so desiclnated on that certain map titled "Dutch Sioucjh Subdivision" recorded in the Office of the County Recorder of Contra Costa County in Look 27 of Mans, at page 241; thence, from said point of beginning North 45°58 ' 13" East 133 .83 feet to a point an the vjc!sterly line of Parcel "A" as s<< 'd parcel is shown and so designated on that certain. ;nap . recarded in the Office of t}lc Cct.r�t�: itecorder of said County Liook 11 Oi pa1'Cel ma-ps, at Paye 21; thence, along sand westerly line and the wester 11' line Of Parcel "D" as said Parcel is shown and so designatc-C. on said map South 07°22 ' East 115. 00' fect; thence, leaving last said wcstarly line South 84°19 ' West 15. 01 feet; thence, North 07122 ' West 84 . 69 feet; -hence', South 4558 ' 13 " West 120.78 feet; thence, North 89°22' West 61.01 feet to a point on the southwesterly line of that certain parcel of land described in that certain deed -recorded in the Office of the County Recorder of said County in Look 786 of Official .Records, at page 161; thence, along last said line Norah 42°46 ' West 30. 95 feet ;.o a point on the: southerly lines of said "Dutch Slough Subdivision" thence, along said southerly line South 85°22 ' East 83 . 69 feet to the point of beginning and containing 0. 118 acres more or less. 2= 0432 All that portion of the northeast 1/4 of Section 21, Township 2 North, Range: 3 T;ast, M.D.M. , County of Contra-Costa, State of California, described µs follows PARCEL ..0. 4 (Bartee) All that portion- of Parcel "A" as said parcel is shown- and so designated on that certain parcel Map, recorded in the Office of the County Recorder of Contra Costa County in Book 11 of parcel neaps, at page 21, described as follows: The southerly 7 . 50 feet, measured at right angles, to' the southerly line of said Parcel "A" and containing 0. 009 acres more or less. PARCEL N0. 4A (Bartee) All that portion of Parcel "D" as said parcel is shown and so designated on that certain parcel neap recorded in the Office of the County Recorder of said County in Book 11 of parcel -maps, at pare 21 described as Follows: , Beginning at the northwest corner of said Parcel "D" thence, from said point of beginning along the northerly line thereof North 84°19 ' Bast 176. 93 ; thence, . . North 89021' • hast 23 .15 feet to the southeast corner of Parcel "B" of said parcel map (11 Pini 21.) ; thence., along the easterly line thereof: North 07°22" West 7 . 50 feet; thence,. leaving said easterly line North 61°27 ' 09" East 26. 80 feet to the southwest corner of Parcel "C." of said parcel inar.) (11 PPI 21) ; thence, along the southerly line of said Parcel "C" and the prolongation easterly thereof North 89021' Bast 222 . 39 feet to a point on. the: easterly line of said Parcel "D"; thence, along said easterly line South 1°39 ' West 15. 00 feet; thence, leaving said easterly line South 86°40 ' 23" West 267. 71 feet; thence, South -84°19 ' West 176. 38 feet to a point on the westerly line of said Parcel "D" . thence, along said westerly line Nord-. 7022 ' West 7. 50 feet to a point of beginning and containing 0. 147 acres more or less. -3- 00 433 PARCEL NO; 7 (Delta Real Estate Corp.) r,,l1 that portion of the Northeast ane-quarter .of Section- 21r Township 2 North, Range 3 East, Q.D.M. , County of Contra Costar State of California, described as follows: Beginning at a point ;marking the Southwest corner :of that certain record of Survey Map, recorded in the Office of the County Recorder of Contra Costa County, in Book 9 of Land Surveyors Maps , at page 2 ; thence, from said point of beginning, along the Southerly line of said Record of Survey East 595. 14 feet and South 85°05 ' Last 230. 76 feet to a point on the. . 1lesterly line of- that certain parcel of land designated as Parcel sixteen in that certain deed recorded in the Office of the County Recorder oy said County, in Boo:c 6.166 o�: Official Records , at page 140 ; thence, leaving said Southerly line . South 04 °55 ' Nest 42 . 50 feet; thence, North 85°05 ' West 77.15 feet; thence Nest 147. 19 feet;, thence, South 19 .50 feet to a point on the Northerly line of that certain parcel of land designated as Parcel One in that certain deed recorded in the Office of the County Recorder of said County, in Book 8209 of Official Records , at page 275; thence, along last said line West 15.00 feet; thence, leaving last said line North 19 .50 feet; thence, West 576 . 30 feet to a point on the prolongation Southerly of the West line of said Record of Survey (9 LSI 2) ; thence, North along last said line 55 .50 feet to •the point of beginning and containing 1.004 acres more or less. 004a . i _ 0.1 ji- e a1 N0. a t EL a _ ARC am r P McN A 1 I.- Lida L r,ortiurI .Of t:lir: Ii orthdas t one--quarter of Section 21, . Towcishcp 2 NUCLh., Hancia 3 l;aSL.,' M. l):14 , Ch un Ly of Cue,LCa'...COS.Lur Sta-LL:. i;i .:CLilifprnia, described as follow::'. l�ecjisiciii�g at t}ia northwest corner of `that+ ccrL-a:in r�arccl- o£ land: des:inated as Marcel Three' in -that certain .deed..recorded in... Llae ;of ci ce. of thy: roWlty Ytccorder, of"con.tri' Cos;to"Conn ty.: in Book rd 743 : .of of ici�i1 lie cos , at page 32-'/ ; sae id northwest- corner being a point on the southerly- line. of that certain Record . of Survey Map recorded in the office of the County Recorder of said. County iii Book 9 of Land Surveyors. Maps, at page 2 ; thence from said point of beginning, along the .w`s"t line of said Parcel Three, SOuLI 34. 16 feet; thence leaving said.,west line North 89 ° .37' 39 " best 106 . 85 feet; thence: North 85° 05 '. West 338:04 feet to a point oil t}ie odsterly line of that certain par.:al of land desicinated as Parcel Ol-le . in that certaindecd recorded in the office of the County }tecorder of said t::ountry, =" in .Hook 7233- of Official Records , at page 351; thence along las,t. : ,. said line Njorth. 040 55 ' Last 42 . 50 :feet to a point on the southerly line of said Recordof.' Survey (cJ: LSM 2) ; thence along last said southerly line South 85°--05 ' .Eas.t 441. 63 feet to. the . point of. beginninq containing 0 ..426 acres snore or -less. .r .... ...... . 0043 PARCEL N0. 9 (Spotts, 'et al) All that portion of the Northeast one-quarter of Section 21, Township 2 North, Range 3 East, M.D.M. , County of Contra Costa, State of California, described as follows: Beginning at a point on the southerly line of that certain Record of Survey Map, recorded in the office of the County Recorder of Contra Costa County, in Book 9 of Land Surveyors Map', at page 2, said point of beginning being the northwest corner of that certain parcel of land designated as Parcel Three in ,that certain deed recorded in the office of the County Recorder of said County, in Book 7443 of Official Records, at page 323; thence from said point of beginning South 19 .16 feet; thence South 87030' East 297-'- feet; thence South 78019' West 125± feet to a point on the westerly right of way line of Bethel Island Road; thence along said westerly right of way line South 00 32' East 21. 63 feet; thence leaving last said westerly right of way line North 78019' East 128.49 feet; thence North 89037'39" West 292.70 feet to a point on the westerly line of said Parcel Three (7443 O.R. 323); thence along last said line North.34.15 feet to the point of beginning and containing 0.144 acres more or less. 0435 PARCEL SIO. 10 (Smith) All that portio; o.L the Nor4hcas t 1/4 of Section 21 and Northwest 1/4 of -Section 22, Township ,2 North, Prange 3 East, M. D.M. , County of Contra Costa, State of, California, described as follows: Beginning at a point on the easterly line of that certain 0. 123 acre. parcel of land conveyed to Contra .Costa County by deed, recorded in the office of the County Recorder of said County in Book 4149 of Official Records, at page 651 from which point the northeast corner thereof bears along said easterly line North 2°55 ' 28" West •32. 79 feet; thence, from said point of beginning leaving said easterly line South 84°49 ' East 1066. 74 feet; thence, North 43128 ' East 43 . 83 feet to a point on the northerly line of that certain parcel of land described as Parcel r,l'wo in that certain deed recorded in the Office of the . County Recorder of said County, in Book 7652 of Official Records, at page 98; thence, along said northerly line South 80°06 ' East 17. 53 feet; thence, leaving said northerly line South 48028 ' West G2. 51 feet; thence, North 84°49 ' West 109. 26 feet to a point on the easterly line of said 0.123 acre parcel of land- (41149 O. R. 651) ; thence, along. last said line North 2155128" West 15. 19 feet to the point of beginning and- containing 0 .054 acres r«ore or less: PARCEL NO. 11 (Bethel Investment) All that portion of the Northeast one-quarter of Section .21 and the Nori:hwes,t one-quarter of Section 221, Township 2 North, Range 3 East, M.D.M. , County of Contra Costa, State of California, described as -follows: Beginning at a point on the southerly line of that certain parcel of land .descri.bed in that certain deed, recorded in the office of the County Recorder, of Contra Costa County, in Hook 7537 of official Records , at page 862 , frown which point• the soutil 1-,�2st corner thereof bears the following two courses (1) North 800 06 ' West 6 .73 feet and (2) North •84 ° 49 ' West 151.80 feet distant; thence, from said point of beginning leaving said southerly line North 480 23 ' East 19 .18 feet; thence , South '800 OG ' East 1000 .86 feet to a point on the westerly line of that certain parcel of land designated as Marcel rive in that certain deed recorded in the office of the county Recorder of said County, in Book 8019 of Official Records , at pa,e 187 , thence , along said westerly line South 130 38 ' West 15 .03 feet to a point on tite prolongation easterly of the first above said southerly line; thence,. along said prolongation and. said southerly line North 80 ' 06 ' West 1011 .84 feet to the point of beginning and containing 0 .346 acre mora or less . 00437 i . PARCEL M. 12 (Hennis) ` All that portion of the `orthwest one-quarter of Section 22, Twonship 2 Nx orth, Range 3. Last, M.D.M. , County of Contra Costa, State of California, described as follows ' Beginning at a point on the westerly. line of that certain parcel of land de:;icJnated as Parcel five in that certain deed, recorded in the office' -of -11--lie Cuurs'Uy'Recorder 'of Contra' Costa County, in* Book 8019 of Official accords, at page 187', from which. point - he southwest corno_r thereof bears along said westerly line, South 13°38 ' West 13. 08 feet; thence, from said . point of beginning, along said- westerly line North 13038 'East 15. 03 feet; thence, leaving last said line- South 800061. Last 3. 92 feet; . thence, Sbuth 48°39 ' 20" East 56. 23 feet to a point ' on the southerly line of said Parcel five; . thence, along last said southerly line North 7804 . ' West 29 .93 Feet; thence, leaving said southerly line North 48039120" West 26.12 feet; thence, North 80°06 ' West 0. 67 feet to the point of beginning and containing 0.015 acres .more or less. PARCEL N0. 12A (Paulson) All that portion of the Northwest one--quarter. of.Section .22 Township 2 North, Range 3 East, .M.D.M. ,•C.ounty .of Contra Costa, State of California, described as follows: ,Beginning at a point on the northerly line of Parcel "A" as. said Parcel "A" is shown and so designated on that certain Rcco.rd .of Survey, recorded in the office of the: County 'Rocorder of .Contra' Costa County, in Book 56 of 'Laiid Surveyors Maps, at page 2,.. from which point the southwest corner of that certain .parcel of- land designated as ParcG1 Five in that certain dead, ­ recorded in the office of the 'County 'Recorder of said County, in Book 8019 of Official. Records, at page 187 , bears along said northerly line. North 78044 ' West- 23 . 81 feet; thence, from said ' . point of beginning along said northerly line South 78°44 ' Last 22G. 27 Beet; thence, South 75042145" Last 5.00 feet;. thence, South 75040 ' East 105. 00 feet to the northeast corner of said Parcel "A" ; thence, alone) the cast fine thereof South 1:40201 West 22. 50 yect; thence, leaving said cast line North 75°26 ' 48" West 232. 86 fact.; :thence, North 78" 441 WeSL 76 . 53 feet-; thence.. North 48039120" West 29 . 93 feet to the point of beginning and , containing 0.140 acre n►oLe or less. 00438 . PARCEL W. 14 (Delta Real Estate, Inc.} All that portion of the North one-half of Section 22, Township 2 north, Mange 3 East, M..t7. ,til. , County of Contra Costa, State of California, described as follows: Beginning at a point on the Southerly Boundary line of Subdivision 4314, Willow Park Marina according to the map thereof, recorded in the office of the County Recorder of said County, in Book 163, of maps , at page 1, from which point the most Westerly corner thereof bears, along said Southerly boundary line, North 66040144" West 4.80 feet; said most Westerly corner is further described as being the most Southerly corner of Parcel One as said parcel is described in that certain dead recorded in the Office of the County Recorder of said County, in Book 4592 of Official Records , at page 754; thence, from said point of beginning leaving said-Southerly line of said Subdivision 4314 South 16039'30" East 22 . 14 feet; thence, South 60059'06" East 197.52 feet; thence, South 58058'48" East 426.03 feet to a point of tangent curve; thence, along the arc of a curve, concave Southwesterly, having a radius -of 475 .00 feet, through a central angle of 03007'18", a distance of 25.88 feet to a point of tangent; thence, South 55051'30" East 168.95 to a point of tangent curve; thence, along the arc of a curve, concave Southwesterly, having a radius of 575 .00 feet, through a central angle of 06033'14", a distance of 95 .77 feet; thence, leaving last said curve South 04020'24" East 274.36 feet; thence, South 70033'48" East 194.55 feet to a point of tangent curve; thence, along the arc of a curve, concave Southwesterly having a radius of 274.50 fee:, through a central angle of 32007'43", a distance of 153 ,93 feet to- a point on the Northwesterly right of way line of Sandmound Boulevard, a county road 60.00 feet in width; thence, along last said right of way line North 39041'15" East 15 .31 feet to a point on the arc of a curve; . thence,, leaving said right of way line along the arc of a curve, concave South- westerly, having a radius of 289 .50 feet, through a central angle of 31030'17", a distance of 159 . 18 feet to a point of tangent; thence, North 70033'48" West 223 .21 *feet; thence North 04020'24" West 269 .79 feet to a point on the Southwesterly boundary line of said "Subdivision 4314 Willow Park Marina" and the beginning of a curve; thence , along last said Line, the ;reanders thereof" and along the arc of a curve, concave Southwesterly, having a radius of 590 . 00 feet, through a ccntral angle of. 07°09136" , a distance of 73. 73 feet to a point of tangent; thence, \orth 55°51' 30 " West 168.95 fcct to a point of tangent curve; thence along the arc of a curve , co,zcave Southwesterly, having a radius of 490 . 00 feet,' through a central angle of 03°07 ' 18" , a distance of 26 . 70 feet to a pont of tangent; thence, .forth 5S'56' 40-" West 426 . 29 feet; thence, North 60059106 " West 191. 66 Leet; thence , North 160_109 ' 30" Ilest 3 .406 feet to a point on the Southerly boundary line of said Subdivision 4314 , Willow Park Marina, 4t,-hen Ce, along saiCl St'3i.%.- l;_y UO u;1G'ury line North 66040 144 " West 19 .57 ;:eet to thy: point of beginning and containing 0. 523 acres zaore or .less . -9- 00439 PARCEL N0. 14A (Delta Real Estate, Inc.) All that portion of Subdivision 4314 "Willow Park Marina" located in the North one-half of Section 22, Township 2 North, Range 3 East, M.D.1-1. , County of Contra Costa, State of California, described as follows : Beginning at a point on the Southerly Boundary line of said Subdivision 4314 , Willow Park Marina according to the map thereof, recorded in the Office of the County Recorder of- said County, in Book 163, of maps, at page 1, from which point the most Westerly corner .thereof bears , along said Southerly boundary line , North 66 °40 ' 44 " West 4. 80 feet; said most Westerly corner is further described as being the most Southerly corner of Parcel One as said parcel is described in that certain deed recorded in the Office of the County Recorder of said County, in .Book 4592 of Official Records, at nage 754 ; thence, from said point of beginning leaving the 'Southerly .-line' of said Subdivision 4314 North 16°39 ' 30 " West 6 . 48 feet; to a point on the Southerly line of said Parcel One (4592 OR 754) ; thence along last line North 30138 ' 15 " East 20. 41 feet; thence leaving said Southerly line South 1639 ' 30 " East 32 .90 feet to a point on the Southerly line of said Subdivision 4314 "Willow Park Marina" ; thence along said Southerly line North 66°40 ' 44" West 19 . 57 feet to the point of beginning and containing 0. 007 acres more or less. PARCEL N0. 15 (Armstrong, et•ux) F All that portion of Section 22 , Township 2 North, Renge 3 Last,- Vii. U.M. , County of .-Contra- Cos-t4, State of California, . describe-.1 as follows: Beginning at a point on the centerline of Tule Tree Lane, a private road 60 . 0 feet in width, measured at right angles, fro;-,-, which point the northwest corner of Parcel "A" , as said ' parcel is shown and so designated on that certain Record of Survey Map, recorded in the office of the County Recorder, of Contra Costa County, in Book 20 of Land Surveyors Maps, at page 18 bears South 06'05 ' !Fest 149. 71 feet; said point of beginning. being further described as being the southeast corner of that certain Parcel One as said parcel is so designated in that certain deed, recorded in the office of the County Recorder of said County, in Book 6514 of Official Records, .at- page 511; thence, from said point of beginning along said centerline North 06005 ' East 580 . 85 feet to a point on the southerly right- of-way line of Sandmound Boulevard, a county road 50. 00 feet in width, measured at right angles; thence, along said right of-way line North 74124 ' West 30. 42 feet; thence, leaving said right-of-gray line South 06°05 ' nest 580 . 85 feet to a point on the northerly line of prat certair, parcel of* land described in that certain deed, recorded in the office of the County Recorder or said County, in Book 7535 of Oficial Records, at page 688; thence, along last said line South 74024 ' East 30 . 42 feet to the point of beginning and containing 0. 406 acre more or less. -10- 00440 PARCEL N0. 16 (Walker) All that portion of Section' 22 , Township 2 North, Range 3 East, M.D.M. , County of Contra Costa, State of California, described as follows : Beginning at a point on the centerline of Tule Tree Lane, a private road 60 . 0 feet in width, measured at right angles, from which point the Northwest corner of Parcel "A" , as said parcel is shown and so designated on that certain Record of Survey Map,' recorded in the Office of the County Recorder of Contra Costa County, in Book 28 of Land Surveyor' s gaps, at page 18, bears South 06105 ' West 149 . 71 feet; said point of beginning being further described as being the Southeast corner of that certain Parcel One as said parcel is so designated in that certain deed, recorded in the Office of the County Recorder of said County, in Book 6514 of Official Records, at page 511; thence, from said point of beginning along said centerline South 06005 ' West 431. 90' feet; - thence, South 830 55 ' East, 30 . 00 feet; thence, North 06°05 ' East 436 . 99 feet to a point on the ;`Northerly line of that certain parcel of land described in that certain deed recorded in the Office of the County Recorder of said County, in Book 7535 of Official Records, at page 688 ; thence, along last said line South 74024 ' East 30 .42 feet to the point of beginning and containing 0.299- acres more or less. PARCEL N0. 17 (Reclamation District No. 1619 State of California) AU that portion of the Southeast one-quarter of Section 8, Township 2 North, Ra►ige 3' East, N. D. m. , County of Contra Costa, State of- California, described as follows : Beginning at the most northerly corner of Lot ll, as said lot is shot•rn and 'so design'ated on that certain map titled "Anglers Ranch Subdivision No. 4" recorded in the office of the Cowity Recorder, in Book 27 of baps , at page 12; thence from said point of beginning along the northwesterly line of said Anglers Ranch Subdivision 'No. 4 , South 60° 29 ' West 156 . 28 feet to the.: most westerly corner of Lot 12 , as said lot is shown and so designated on said map; thence • aiong the northeasterly line of Lots 13 and 14 , as said lots are shown and so designated on said map North 29 ° . 31 ' West 2 7. 00 feet to the most southerly corner of Lot 15 as said lot is shown and so designated on said map; thence along the southeasterly line of said Subdivision Nzor-h 60 ° 29 ' East 171. 86 feet to the most easterly corner of Lot 16 as said lot is shown and so designated on said map ; thence South 0 ° 19 ' 57" East 30 . 93 fee_ t to the point of beginning and containing 0 . 102 acres more or less. • -11- 00441 • • -PARCEL N0. 18 (Reclamation District No. 1619 State of California) Ali that portion of the South one-half of Section 8, Township 2 North, Range 3 j:,&_,itt, ��, p,it;, , County of- Contra Costa,. - State of California, described as follows ; Beginning at the northeast corner of Lot 88 as. said Lot is shown and so designated on that Certain map titled "Anglers Ranch Subdivision No. 4 " , recorded in the office of the County Recorder *in Book 27 of Maes , at page 12 ; thence from said point of beginning along the north line of said Anglers Ranch Subdivision No. 4, tlest 310. 00 feet to the northwest corner of Lot 94 as said lot is shown and so designated on . said Map; thence along the east line of Lot 95 , as said lot is shown, and so designated on said .Lias:, North 27. 00 feet to the southwest corner 0,17 Lot 9u' , as said lot is shown and so . designated on said klap; thence along the south line of said subdivision Bast 310 . 00 feet to the southeast corner` of Lot 101 as said lot is shown and so designated on said Map; thence South 2"1. 00 feet to the point of beginning and containing 0. 192 acres more or less 's PARCEL N0. 19 (Reclamation District 1619 State of California) All that portion of Section 14 , Township 2 North, Range 3 East:, M.D.M. , County of Contra Costa, State of California, described as follows: Beginning u-t the niost westerly corner of Lot 46 as said lot is Shown and so designated on that certain map titled "Pleasantimes Subdivision" recorded in the office of the County Recorder of Contra Costa County, in Book 27 of Maps, at page 261 said westerly corner being a point on tI•te southeasterly right of way line of Stone Road, a County Road 60. 00 feet in width; thence, ;from said point Of beginning Leaving said southeasterly right of way line South 30456 ' East 272. 27 feet to the most northerly corner of Lot til as said Tot is si'low n and so designated on said map; thence, along the northerly line of said -Lot -41 South 59440 ' West 27. 00 feet to the northwesterly corner thereof; thence, North. 30056 ' West 252. 92 feet to the most northerly cocne1 of Lot 37 as said lot is shown and so designated on said map and a point in the southeasterly right of way line of said Stone P.oad; thence, along last said line north 23426 ' East 33. 22 feet to the point of beginning and containing .0.161 acre more or less. -12- 0 442 PARCEL NO. 20 (Powers, et ux) All that portion of the Section 14 , Township 2 North, Range 3 East, �i.D.Psi. , County of Contra Costa, State of California, described as follows: Beginning at the most westerly corner of Lot 88 as said .lot is shown and so designated. on that certain map titled " - Pleasantimes Subdivision" recorded in the .Office of the County Recorder of Contra Costa County, in Book 27 of Maps, at page 26; thence, from said point of beginning leaving the northwesterly line of said "Pleasantimes Subdivision" and along a line marking the northeasterly to mination of Stone Road, a county road 60. 00 feet in width, measured at right angles , as said northerly termination is described in that certain deed recorded in the Office of the County Recorder of said County, in Book 2050. •of Official Records, at page 282, North 32056 ' West 63 .15 feet; thence, North 38°54 ' East 57.15 feet; thence, North 62030 ' East 237. 89 feet to a point on the northerly right-of-way line at the southerly termination of said Stone Road as said southerly termination is described in that certain deed recorded : in the Office of the County Recorder of said County, in Book 2624 of Official Records, at page 477; thence,, along said southerly termination South 27°30 ' East 60. 00 feet to a point marking the northeast corner of Lot 92 as said lot is shown and so designated on said map of "Pleasantimes Subdivision" ; thence, along the first above said northwesterly line South 62°30 ' West 225.05 feet and South 38°54 ' West 64 . 31 feet to the point of beginning and- containing . 40 acre more or less. PARCEL NO. 23 (Redman, et al) All that portion of .the NW 1/4 of the NE 1/4 , of Section 14, Township 2 North, Range 3 East, ��. D. l�. , County- of Contra Costa, . State of California, described as follows : Beginning at the most southerly corner of Lot 166 ; as said ti Lot is shown and so designated on the official map of Pleasantimes Subdivision , recorded in the office of the County Recorder of Contra Costa County, in Book 27 of Maps , at page 26 ; thence, from said point of beginning along the westerly line of said Pleasantimes Subdivision , South 25 ° 43' East 357. 31 foot to a point on the northerly line of Parcel Three as said Parcel is so designated in that certain deed, recorded in the office of the County Recorder of said County, in Book 5005 of Official Records, at page 219 ; thence, leaving said -westerly line and along said northerly line South 65 12 ' West 27. 50 feet; thence, leaving said northerly line North 250 43' West 356 .90 feet to a point on the southerly line of that certain parcel of land described in that certain deed, recorded in the office of the County Recorder of said County, in Book 2496 of Official 'Records , at page 292; thence, along said southerly line North 64° 17' %est 27.50 feet to the point of beginning and -containing 0. 225 acres more or *less.. -13- 00443 a g .PARCEL M0. 24 (Domingo et ux) All that portion o:: the M-I 1/4 and the NE 1/4 of Section It, 'iOWnshl�� 2 North , Range 3 Fast, M.D. K. , County• of Contra Costae. State of -California, described as follows : BZgiliI1111CJ at the mostsoutherlycorner of. Lot 166 as said Lot is shown and so designated on the Official map of Pleas antimes'." S.Wdivision , recorded in the oiffice of the County Recorder oz- Contra sContrra Costa County, in Book 27 of Maps , at page 26 ; thence from Said point of becinning along the northerly line of - ' Parcel Four as said parcel is. so designated in that certain deed, recorded in the office of the County Recorder of said County, in nook 7914 of Official Records ,- at page 638, thence South 64 " 17' hest 27.50 feet; thence, leaving said northerly line . North 250 43 ' West 577. 44 - feet to a point on. the souti;erly line oy that certain parcel of land in that certain deed, recorded in the office of the County Recorder of said Count:y , in Book 1669 of Oficial Records , at page 93; thence, along said southerly line :forth 75 ° 28 ' East 28. 03 feet to a point- on the westerly line of said Pleasantimes Subdivision ; thence, leaving last said sou&.erly line and along said westerly line South 251 43' East 572. 00 feet to the point of beginning and containing 0. 363 acres of land more or less. PARCEL N0. 27 (Norager, et a7 } All that portion of the SE 1/4 of Section 11, the NE 1/4 of Sec. J.- Township 2 North, Range 3 East, -M.D.,. , County of Contra Costa, State of California, described .as follows : Beginning at ..he most Southerly corner of Lot 198 as said Lot is shown and so designated or, the Official map of Pleasantimes Subdivision, recorded in the office of the County Recorder of Contra Costa County, in Book 27 of vans, at page 26;, ti,ence from said point of beginning along the Westerly line of said Pleasan-ti;ads Subdivision South 25°43 ' East 40 . . 07 feet to a point on the Northerly line of Parcel. l'wo as said Parcel is so designated in that certain deed, recorded in the office of Zile Cowlty Recorder of said County, in Book 3526 of official Records , at page 699 ; thence leaving last said Westerly line and along said Northerly line South 640 17 ' West 32 . 50 feet; t;,ence leaving said Northerly line north 28'48' 43" West 138 . 85 Z. thence �;orth 25°43" West 265 .00 feet to a point on the Sout-harly line of that certain parcel of land described in that ceLt«in deed, recorded in the office of the County Recorder of said County, in Book 7089 of Official Records•, at page 82 ; thence along said Southerly— line North 630 41' East 40 .00 feet to the point of beginning and containing 0.359 acres more or less. 00444 • PARCEL 11110. 23 (1.4alsh, et Ux) All that portion of Northwest 1/4 of Section* 10 , Township 2 \firth, Ranee 3 las`, M. D. ii_ County of Contra Costa, State or California described as follows. Beginning at a point on the cast line of that certain parcel of land describes: in that certain deed recorded in the: Office of the County Recorder of said County, in Book 813 of Official Records , at page 106, from which point the northeast corner thereof bears, along said east line North 01°07 ' 00" Fast 247 . 42 feet; thence, from said point of beginning along last said east line 'South 01'07 ' 00" .test 61. 30 feet; thence, leaving said east line North 77005 ' 00" West 51. 08 feet; thence, North 01°07 ' 00" Bast G1. 30 feet; thence, . South 77°05 ' 00" Fast 51.08 feet to the POINT OF BEGINNING,' and containing . 073 acre more or. less. .• ' PARCEL- NO. 30 (Walsh, et ux) All that portion *of the North one-half of Section 10 acid the South one-half of Section 3, Township 2 North, Range 3 East, ;;.0.�;. , County of Contra Costa, State of California, described as follows: - Beginning at a point r-nwrking the southeast corner of the certain parcel of land described as Parcel One in that certain deed recorded in the Office of County Recorder of Contra Costa County in Book 6GS6 of Oficial Records, at page 891 from which - point the southwest corner of Bot 95 as said 'lot is .sho:•rn and so designated on the ,.,ap titled "Irvine Bloomf:ield Subdivision Unit No. 2" recorded . in the 0-_.i of the County Recorder of said • County in Boon 33 of daps , at- page 37 , bears the following two (2) courses: (1) South 77005 ' 00" East 175. 31 feet; and (2) North 01°07 ' 00" East 95 . G0 feet; thence from 'said point of beginning along the northerly sines of that certain parcel of land described in that 'certain. deed recorded in the Office of _ rile County Recorder of said County in Book 6670 of Oficial , Records, at page 55, Aort,l 75047100" West 520. 63 feet; thence, leaving last said northerly line North 58033155" llest' 81. 61• feet; thence, `orLh 36°57 ` 57" gest 0605 .25 feet to a point on the " westerly lazes of that certain parcel of land described as a parcel in that certain deed recorded in the Office of the County 'Recorder of said County in Boo; 6G86 of Official Records, at page 891; thence, along last said line North- 22°03 ' 24" East _ GO. 09 feet; thonce, leaving last said westerly line South 64* 50 ' 24" East 18. 13 feet; thence, South 3G°57 ' 57" east G08 . 70 feet; thence, South 58°33 ' S5" mast 61. 28 feet; thence, South 75047 ' 00" East 497 . 58 feet to a point on the wes•;eriy line o'[` Parcel One as said parcel is so designated in that certain 6ced recorded in the Office of -the County Recorder of said County in Book 5958 of Official Records , at page 481; thence, along said westerly :J.ine South 01°07 ' 00" West 61. 3 feet to tide point of beginning and coriiaini ng 1. 65 acres more or less, i- y t - r l y zine 'of said parcel to be • �.t,c northeasterly and sou���wes�cr� lengthened or shortened so as to terminate On the easterly and westerly Lines of the grantor herein. 0044.) J i ' PARCEL N0. 33 (Avery, et ux) All that portion of the- Southwest one-quarter of Section 3; Township 2 Nor;h, Range 3 East, _l.O.M. ,-County of Contra Costa, State of California, described as follows: Beginning at the 'easterly line of that certain parcel of land described in hat certair, decd recorded in the Office of the County Recorder of said County in Book 7209 of Official Records, at page 62 from which point the most southerly corner of Lot 21, as said lot is shown and so designated on the of-ficial map of Subdivision No. 3870 recorded in the Office of the County Recorder of said County in Book 129 of Naps, at page 4G, Dears the folio��irr, two (2) courses (1) North 17008142". West 112 . 00 feet, and (2) North 08046 ' 28" West 147.34 feet; thence, from said point of beginning, North 72'16 ' 37" East 60 . 00 feet; thence, South 17°08142" East 20 .00 feet; thence, South 72°16 ' 37" West 60. v0 feet; thence, North 1703 '`2" 'n'est 20. 00 feet to the point. WE beginning and containing 0 .02^0 acre more or less. PARCEL N0. 35 (Rittman, et ux) All that portion of t.:e Southwest one-quarter. of Section 3, Township 2 : orth, Zang` 3 Last, M.D.M. , County of Contra Costat State of California, describad as follows. Beginning at a poinu ::tar;circg the most: southerly corner of " Lot 21 as said lot is shows; arc:: so. desicJnated o►� the official map of Subdivision Igo. 3370 , recorded in the Office of file County •Recorder of Contra Costa County in Book 129 of naps, at page 406; thence, frog; r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Completion' ) RESOLUTION N0. 77/841 of improvements and declaring ) certain road widening as County ) road, Subdivision MS 81=75 , ) San Ranson Area. ) The Public Works Director has notified this. Board' that improvements have been completed in Subdivision MS 81-75, San Ramon area, and that. the sidewalk has been repaired for which $1500 was deposited as .security for such repair. NOW, THEREFORE, BE IT RESOLVED that the improvements in Subdivision MS 81-75 have been completed. BE IT FURTHER RESOLVED that the Public Works Director is AUTHORIZED to refund the $1500 cash deposited as security (Auditor's Deposit Permit, Detail No. 143121 dated January 14., 1977 for the repair of the broken sidewalk. BE IT FURTHER RESOLVED that the widening of Crow Canyon Road, the .right of way for which having been granted by separate instruments recorded on June 9, 1975 in Volume 7529 of Official Records of Contra Costa County,. State of California, on page 423 ET SEQ.,,is accepted and declared to be a County Road of Contra Costa County: tom. - rn 0 CQ PASSED by the Board. on October 11, 1977. L _ O U Originating Department: Public Works Land Development Division cc: Recorder Public Works Director (refundee) Investment Co of San Ramon c/o $unset Designs 3401 Crow Canyon Road San Ramon, CA Western America Land Corp 3000 Sandhill Rd. Menlo Park, CA .94025 RESOLUTION.NO. 777841 00417 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA in ,the Matter of Completion RESOLUTION;N0. 77/$42_ . . of improvements. ) Subdivision MS 164-72, Antioch area. ) . The Public Works Director has notified this Board that improvements have been completed in Subdivision MS 164-72, Antioch area, as provided in the agreement heretofore approved by this Board. NOW, THEREFORE, BE IT RESOLVED that the improvements in Subdivision - MS 164-72 have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Minor Subdivision Date of Agreement 164--72 October 29, 1973. United Pacific Insurance Company - U 749376 BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's ` Deposit Permit Detail No. 111710 dated October 24, 1973 be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. PASSED by the Board- on October 11,_ 1 `77 Jol Originating :Department:. ` Public Works Land Development Division'' _ cc: Public .Works Director Planning Director Dr. L. Sterns '_&• Dr. L. Okun 2577 Samaritan Drive, _Suite 710 San Jose, Ca 95124 X. /$42 00448 RESOLUTION N0. 77 f .IN THE BOARD OF SUPERVISORS OF Cmmm COSTA daWY., STATE OF CALIFOIuM In the Matter of Award of Contract ) for Detention Facility Metal Deck- ing - Detention Facility Project October 11 , 1977 Project No. 5269-926(45) ) Bidder TOTAL ANT (Including Alternate) Bond Amounts INRYCO,Inc. , Fremont, CA $374,000.00 habor & Mats: $ 187,000 Faith. Perf. $ 374,000 H.H. Robertson Company $405,533.00 San Francisco, CA The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director r mexrUng that the bid listed first above is the , lowest recIrmsi bi a bid and this Board concurring and so fir3ding; IT IS BY THE BOARD 0FEERED, that the contract for the fi„-r,ishing of labor and materials for said work is awarded to said first listed bidder at the listed amount arra at the unit prices submitted in said bid; and that said contractor shall present two good �aay�nyd� suffiiciien�/t�},jsurety �bboondssaas indicated above; and that the Public Works Department shall prepare Pare bili contract therefor. efo . 1 IT IS Fun= ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance or other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Warks Director is authorized to sign the contract for this Board. IT IS FLUMM ORDERED that, in accordance with the project specifications and/or upon signature of the contract by the Public Works Director, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for bid security shall he returned. PASSED by the Board on October. 11 , 1977 I hereby certify that the foregoing is a true arra correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness ny hand and the Seal of the Board of Supervisors affixed this 11 t hday of October , 19 • Driginator: Public Works Departme-rit J. R. OZSSCN, Clerk :,-c: Public Works Director n 1 k/ Coanty Auditor-Controller By / . ° iG /t2.t/1�1�u � , Deputy Cl�t4�9 Contractor Helen C. Marshall Fcr t 9.1 (Rev,. 9-77) CONTRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPECIAL TBS.'S. These special terms are incorporated below by reference. (552,3) Parties: [Public Agency] Contra Costa County [Contractor] INRYCO. Inc. TComple to legal name (52) S,,^^eativa Data: October 24. 1977 (See 54 for starting date.] (53) The Work: Detention Facility foetal Decking, which includes the furn- ishing and installation of all floor and roof metal decking along with deck cl.osures, . shear studs, and support framing, all in accordance with Plans and Specifications prepared by or for the Public Works Director and in accordance with tFe accepted.bid pro o cis. Pro ec PO. d52§2 u, (54) or-acezton .me: (s RKe out (a) L�r an working"'I (b) within 285 calendar)A.XjMXjj days from starting data. (55) Liquidated Damages: S 50n per calendar dal. (56) Pubtic Agency's Agent: Public Works Director (57) Contract Price: $ 374.000. (for unit price contracts: more or less, in ccoraance r,it. Finished quantities ac unit bid orices.) (stri.Ice out parenthetical material if inanolicable.] ? SlGilf=USES 3 ArZYO7LEDG,%'Z3 'uoLic Acencu, By: Vernon L. Cline )P*YfKA R�XRXX 3ff 3W Public Works Director Wwkxxxx �` !; Consrcetor, hereby also acknow-ledginc awararess of and cemoliance with Labor Code 51II51 'r. :ling�WOI'nQI's' �Omnenssation. Lraw. ` By: (CORP.ZP.TE' ieszanate b±--f-,cial capacity In t_z_ business] Si?Lj° , , Gen al ager - Western Region By Cesz. nate oi��c_a caoacit in the bus s:ess r •�' `'? 71. ter, C ntrac� Administration`' 4• :Iota to Contractor (1) _.-scuta ackn"Lad_�:ert fo.," balow, and !21 .:J' a corycrc- tion, aj;' r Corporate Zeal. State of Cali a ) ACXJGW.*,EDG,!JISUT (by Corporation, County o; /Y !'/fJE/)/� ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to ae in individual and business capacity as stated, personally appeared before -e today and ac::nowledged that he/they e=cuted it and d�� t-hat the corporation or partnership naWed above execuced ,it. Dated:�� [::OTARI..fEc:....:3:_.__._._...___:.:..__,...---.a:__:.i:...:zai37 -S_ALJ / - _ _'1�_w F:i. S"::\L tlCL-r— ?t:viic- - - - - - - - - - - - - - - - - - A.�P�Q�TDCQun,t j COu`52i`. ` - �:..ad� N J C'J 1i tAy Cornr. .:inn :.c,;rss 3�a. 5, 3 a0 f 4 (CC-1; Rev. 11-75) 0045 Microfilmed with board order a j: [1ORK COt1TRACT, CEiA':GES. (a) By their si,natures in Section 2, e=fective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("special teras") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike warner, fully hemi faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perforn the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The :lor can be changed only with Pub!--c Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay -ore than specified in Sec. 7 without such an order. 4. TIME: 'NOTICE TO PROCEED. Contractor shall start this work as directed in the s_peci.- iications or the :Notice to Proceed; and shall complete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to co=lete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided 'herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be ir..practicable and extremely difficult to ascertain and fisc 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 beco.^e due Contractor under this con- tract. If the Public Agoncr for any cause authorizes or contributes to a delay, suspen- sion of work or extension of ti=e, 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 dartages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the war!:, when such delay was caused by the fail,_,re of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEG_IRATED DOCU iEN S. The plans, drawings and specifications or special provisions of tie Pu_-lic agency s call for bids, aad Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forty in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be fi:allj determined by Public Agency's Arent specified in Sec. 1. 7. PAYIMIT. • i(a) ?or hi's strict and literal fulf,11ment of these promises and conditions, and as .r121•comipensation for all this work, the Public Agency shall-nay the Contractor the sur specified ia' Sec. 1, except that in unit price contracts the payment shall be for finished,quantities at unit bid prices. k . (b) '•, On;dr•.abot:t the first clay of each calendar month the Contractor shall submit to the, Public.-Age=y a.•Jerified application for payment, supported by a statement showing Fail: materials ;zctuall;z.,installed during the preceding month, the labor expended thereon, and,tae cwt t::er�c=; -;nereupon, after checking, the Public agency shall issue to Gena-actor`,'a certificate for the amount determined to be due, minus 10% thereof pursuant to.::overnrent,Cbde Sic. 53067, but not until defective work and materials have been removed, 'rco:aced and made good. E. PAY'=NTS• Wr'^HHELD. (a) The Public Agency or its agent nay withhold any payment, or because at later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not re=adied, or wicorapleted work, or (2) Claim filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt teat the :cork can be co='_eted for the balance then unpaid, or (5) Mr-Age to another contractor, or (6) Damage to the Public agency, other than damage due to delays. (b) The Public Age:c.1 shall use reasonable dili_ence to discover and retort to time Contractor, as the wore progresses, the materials and labor which are not satisfactory to it, so as to avoir: unnecessary trcuble or cost to the Contractor in making good any defective work or Parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of i) (�(�/� (CC-1; 3ev.. i 1_f�) V 0451 f Fork, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public agency based on acts or or.,issions of the Contractor, and nb liens or withhold notices have been filed against tae work or site, and provided there are not reasonable inaications of defective or missing work or of late-recorder: notices of liens or claire against Contractcr. 9. IDISCRANCL. (Labor Code 55186)-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. F ILL'IZ-v To PERFOP-M. If the Contractor at any time refuses or neglects, without fault oe the Pudic Agency or its agent(s) , to supply sufficient materials or wor3cmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agercy, the Public agency may furnish same and deduct the reasonable expenses thereof free the contract price. 12 T_.1wS APPLY. General. iota parties recognize pie applicability of various federal, state and local laws arcs regulations, especially Chapter 1 of Part 7 of the California Labor Cede (beginning with Sec. 1720, and including Secs... 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulace ghat the relevant penalties and-forfeitures provided in the Labor Code, especially in Secs. 1775 & 1313, concerning prevailing wages and •nous, shall apply to this agreement as though fully stipulates: harain. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. ;e+GE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director or the Department of Industr=al Relations has ascertained the general prevailing rates of gages per diem, and _o_ holiday and overtime work, in the locality in which this work is to be performed, For each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereuy incorporated 'herein. (b) This schedule of wares is based on a working day of a hours unless other-wise specified; and the daily rate is the hourly rate multiplied by the number of hours cq.- stitutiag the working day. When less titian that number of hours are worked, the daily :race rata is proportionately reduced, but the hourly rate remains as stated. (c) she Contractor, and all his subcontractors, :gust pay at least these rates to all persons on this work, including all travel, subsistence, and Prince benefit pavments provided for by applicable collective bargaining acreements. All skilled labor not listed above :gust be pain at least the wage scale established by collective bargaining agreement _or such labor in the locality where such work is :;eing per!or::ed. I° it beccnes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or tome of work (except executive, supervisory, administrative, clerical or ocher non-manual wJrkers as such) for which no minipump wage rate is specified, tate Contractor shall immediately notify the Public agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minima rate based thereon, which shall apply from the time of the initial employment of the person affected and duria; the continuance of such employment. 15. HOUPS O: L.19OR. Eight hours of labor in one calendar day constitutes a legal day's work, and no ;:ozj=an employed at any ti=a on this wor% by the Contractor or by any sub- contractor shall be rccui_ed or per...itted to ::ori: loser thereon except as provided Labor Code Secs. 1310-PSIS. 1.6. PPRIEVT_IC%S. Prpperly ir.dentued apprentices :.hay be employed on this work in accer_an,:_ wltih La:;or Ccde Secs. 1777.5 and 1777.6, =orbidd:nu discr .,aation. (Page 3 of 4) (CC-1; Rev. 11-76) 00452 1 17. PREFE:RrUCE FOR MATERIALS. The Public agency desires to promote the industries and economy or Contra Costa County, and the Contractor therefore promises to use the products, work en, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGN:=4"r. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part,_ nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived nomice of assignment. 19. NO WAIVER BY PUBLIC AG%:ICY. Inspection of the work and/or materials, or approval of worn: and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of saki work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public :Agency :,e thereby estopped from bringing any action for damages or enforcement arising from the failure to ccaply with any of the tests and conditions hereof. 20. HOLD LkR:'LESS s It:DE:2:T_TY. (a) Contractor promises to and shall hold harmless and indemniz*y from rhe liabilities as defined in this section. (b) .he indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liabilitj or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claire or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted t-he 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 with _:.e matters covered by this contract and attributable to the contractor, subcontractor(s) , or any of:icer(s) , agents) 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 wnetner or act any Inder..ritee has prepared, supplied, or approved any :lan(s) , drawing(s) , specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. E=AVATION. Contractor shall comply with the provisions of Labor Code Sac. :•745, if ape icai3e, 5y submitting to Public Agency a detailed pian showing the design of shoring, bracing, sloping, or ether provisions to be made for worker protection from the hazard of caving ground during trench excavation.. (Page 4 of 4) (CC-'-; Rev. 2.1-75) 00453 r I, T.G. Miller, HEREBY CERTIFY that I am Assistant Secretary of INRYCO, Inc. , a Delaware corporation, that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said corporation at a regular quarterly meeting thereof held on January 27, 1977 at which a quorum was present and acting throughout; and that said resolution is now in full force and effect: RESOLVED, That the contracts and contract bids to be entered into by this Company for the sale of its products, including such contracts and contract bids to be entered into with any federal, state, county or municipal depart- ment or other agency, together with the necessary bonds or other papers in connection therewith, shall be signed by the Chairman of the Board, or the President, or any Vice President, any Assistant to-the Vice President in charge of sales, the General Manager of Sales, any Assistant General Manager of Sales, or any of the following people: J.E. Adamson M.M. DiPrisco P.R. Johnson J.H. Peterson W.E. Annett O.J. Enstad E.S. Kay J.W. Raffensperger N.J. Badten W.D. Epperson G.F. King F.H. Rahn D.A. Balane T.H. Fisk T.H. Konopasek V. Raso D.L. Barton R.T. Fitzgerald J.L. Koepke `J.N. Rave J.0. Bendall R.L. Fleisch B.F. Kracht P. Reinhardt R.D. Bolgard J.H. Gillan A.W. Kumm J.H. Ryan J.R. Bowling M.R. Greene H.A. Kutscha R.R. Scheid C.U. Bowman R.G. Gregory C.W. Lauenstein D.E. Schroeder R.A. Burr R.R. Grund R.W. Lawler J.C. Shelhorse J.S. Carter W.A. Hardt D.J. Leitgeb C.O. Stelzer M.A. Carter J.W. Heise G.V. Marangoni F.E. Toler N.A. Collareno J.C. Holesapple H.F. Marlow R.H. Tresselt M.K. Comerford F.H. Horn D.G. Nesbitt J.H. VanHorne C.H. Costello R.E. Horter F.E. Nossem W.A. Wickwire E. Davis R.V. Jasica R.W. Os good FURTHER RESOLVED, that previous resolutions inconsistent herewith authorizing the signing of sales contracts be, and they hereby are, revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said INRYCO, Inc., this 27 day of October ` 1977. Assistant Secretary Microfilmed with board order 0045 JamesCERTIFICATE OF INSURANCE 'FRED. S. JAMES AGENCY, IN 230 lVest Monroe Street Chicago, Illinois 60606 (37 2) 346-3000 �--� NOV 3 0 1977 PUBLIC WORKS DEPARTMENT Insured INRYCO, INC. Date November 23, 1977 Address Box 8237 2621 West 15th Place Chicago, Illinois 60680 Description of Risk Project #5269-926- (45) Detention Facility Metal Decking From Job #14694 Detention Facility Project July 15, 1977 Martinez,. CA To July 15, 1980 Policy No. Company Coverage Limits of Liability FS 638 nderwriters at Lloyd's Umbrella Liability $1,000,000 each occurrence London and Various incl. excess General and in the aggregate British Insurance Liability excess of various Companies scheduled underlying primary policies. FS 639 IOM 1512 B 30460 Contra Costa County, its officers, employeas and agents are named as additional insureds solely as res ects the above listed job. The Insurance described above is subject to endorsement,alteration,transfer,assignment or cancellation without notice to the holder of this Memorandum. This Memorandum confers no rights to the holder thereof and is given only as a matter of information regarding the insurance above described. It is expressly understood and agreed by the Insured that Fred.S.James Agency,Inc.is not an Insurer hereunder and shall not be liable in any way or to any extent whatever for any loss or claim,but that the Insurer hereunder is named above. ISSUED To: County Administration Building 651 Pine Street Martinez, California Fred. S..James Agency, Inc. Microfilmed with board order By I in eer 7-77 *A(Za NO04 e)MGis+ CA 06W e4abI NO e.wa1sv C-6146147 e4a&00 0443 o cirgj(1 0 ea c7u6to 4d o*')v ea(c NQ%.a C40,019%,460e a G e, 3 _ i NAMED INSURED: I NR_YCO, INC. _ P.O. SOX 8237 1• $ CHICAGO, ILLINOIS_60680 CERTIFICATE T0: CONTRA COSTA COUNTY:"PL1'B:I�l.L JORKS DEP . +� COUNTY ADMINISTRATION BUILDING ;;T"";; r� 5L 651 PINE STREET MART I NE7, CALIFORNIA 1JG / L This is to certify that THE CONTINENTAL INSURANCE%COIVIPANY,'has issued the policies enumerated • a below- , and such policies apply with respect to the,ha rds grid for the?coverages and limits of liability specified below, subject to all of the terms of.sucW-policies: The rights and liabilities of the parties will be governed by the original policy as it may.be-lawfuly=a'inended.li%endorsement from time to time. z This certificate of insurance neither affirmatively.nornegativef;J;amends, extends or alters the coverage afforded by the policies scheduled herein. - �.. -t .•J1l•. w . IN THE EVENT OF CANCELLATION O_..� ATEI��4L'C , ANGE IN THE INSURANCE THE - COMPANY AGREES TO GIVE 90 DAYS :N :Q:CE ' 0� PARTY SHOWN ABOVE. J TYPE OF INSURANCE I POLIC'rIINU11,18ER POLIErY'j LI1411TS OF LIABILITY PERIOCY i 711:= 6 Workmen's Compensatton & ;o _ •11 =61i 107Statutory Occupational Disease t�.. i+ 7—.'.-79 ** 11 WC 61807 CALIFORNIA t -t- ep Employers' Liability 11 WC 618 0 j0 S100,000 `f 7 4 I t1 S500,000 Each Person Comprehensive Automobiie Liability, ( �"' �I e ? t 51,000,000 Each Occurrence Sodily Injury J Owned, Non-owned and Hired Vehicles 11 L 351ao7ja ,Q I5500,000 Each Occurrence Property A7—3 q Damage ; �+ a + � Comorehensive General L:aS800ILY INJURY: ility tnclud• , � �•6 S1,000,0130 Each Occurrence ing Protective, Comoleted Operations, T. Cr-a Blanket Contractual, Broad Form Prop- 11 L3576879 to S1,000,000 Aggregate erty Damage Care Custody & Control, 7-1-79 PROPERTY DAMAGE: 1 and XCu Coverage 5500,000 Each Occurrence a 51,000,000 Aggregate PROJECT 5269-926-(45) DETENTION FACILITY METAL DECKING DETENTION FACILITY PROJECT,MARTINEZ, CALIFORNIA "BY ENDORSEMENT TO POLICY NO. 1IL3576879 CONTRA COSTA COUNTY, ITS OFFICERS, EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS SOLELY AS. RESPECTS THE ABOVE (OR "BELOW") LISTED JOB' OR". . .AS RESPECTS •THE JOB DESCRIBED IN THIS_ CERTIFICATE", WHICHEVER IS APPLICABLE G Corroon & BiacL- o:I1.Lnois, inc. , 1 1 -8-77GS a DATE: Sys r1 I, AUTMORIZEO REPRESS 5666.CAS.-A Microfilmed with board order} �,..,,��.. .. .•. .... •. .. , ,�,,..mow . •';,.�.,. .• • . •. .'��w.�I�lr.1/7 ;V�N�M+ !I^. //,`V1 wI•+,�;�111; /^.w•�V.;i/n.�^v. ./�.r� -.f/; ^.� Y 4®r�%m &. SAFECO INSURANCE COMPANIES SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE:SAFECO PLAZA.SEATTLE.WASHINGTON 93185 Bond No. 2753104 Initial premium charged for this bond is CONTRACT BOND —CALIFORNIA $2,509-00 subject to FAITHFUL PERFORMANCE— PUBLIC WORK a uicable upon comp etitr o contract at applicable rate on final contract price. KNOW ALL AIENBYTHESE PRESENTS,That I NRYCO, INC. of as Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY in the sum of THREE HUNDRED SIXTY NINE THOUSAND AND NO I OOTHS — — — — Dollars(S _369,000.00 ), 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 IVHEREAS, the above-bounden Principal has entered into a Contract,dated_ OCTOBER 24 , 19,7.L,with the COUNTY OF CONTRA COSTA to do and perform the following work,to-wit: DETENTION FACILITY; METAL DECKING WHICH INCLUDES THE FURNISHING AND INSTALLATION OF ALL FLOOR AND ROOF METAL DECKING ALONG WITH DECK CLOSURES, SHEAR STUDS: AND SUPPORT FRAMING ALL IN ACCORDANCE WITH PLANS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH THE ACCEPTED BID PROPOSAL (PROJECT NO. 5269-926 (45) ). 1. NOW, THEREFORE, if the above-bounden Principal shall faithfully perform all the provisions of said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this I OTH day of NOVEMBER , 19__:a- INRYCO., INC_ Principal hj L R. D. Bolg rd, Manager SAFECO INSURANCE COMPAN1 OF AMERICA By GR£GORYVM. R 1 At ,t EXECUTED IN DUPLICATE 450 SANSOME ST., SAN FRANCISCO CA. Microfilmed with board order PRINTED IN U.S.A. R1 10/72 " ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA SS.County of San Francisco On this I OT14 day of NOVEMBER ,� ,before me,Emma Hane a notary public in and for the State of California with principal office in the County of San Francisco residing therein,duly commissioned and sworn,personally appeared GREGORY M. PR I BYL -known to me to be the person whose name is subscribed to the within instrument as the attorney-in-fact of the SAFECO Insurance Company of America the corporation named as Surety in said instrument,and acknowledged to me that he subscribed the name of said corporation thereto as Surety,and his own name as attorney-in-fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal,at my office in the aforesaid County, _ the d2y and year in this certificate first above written. • .11!1111!iiil1111{iiltl1it11:NII1IHIIIHIIIIii{N{II{litL`• EMMA HANE NOTARY PUBLIC—CALIFORNIAN SAFECO SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY Or AMERICA HO"E OFFICE:SAFECO PLAZA.SEATTLE.WASHINGTON 98185 -Bond No.____-- ?7C;11 n4 CONTRACT BOND —CALIFORNIA PAYMENT BOND KNOlV ALL MEN B Y'THESE PRESENTS,That we, 1 NRYCO, INC. and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are field and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of ONE HUNDRED EIGHTY FOUR THOUSAND, FIVE HUNDRED AND NOf 100THS - Dollars(S 184.500,00 }, 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 . THE 24TH day of OCTOBER , 19-77 with the Obligee to du and perforin the following work,to-wit: DETENTION FACILITY; METAL DECKING WHICH INCLUDES THE FURNISHING AND INSTALLATION OF ALL FLOOR AND ROOF METAL DECKING ALONG WITH DECK CLOSURES, SMEAR STUDS, AND SUPPORT FRAMING ALL IN ACCORDANCE WITH PLANS AND SPECIFICATIONS PREPARED BY OR FOR THE PUS IG WR �S 1 ECTORp AND IN ACCORDANCE WITH THE ACCEPTED BID PROPOSAL (PROJECT NO. 529-92g X454 �. NO IV, THEREFORE, if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Civil 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,or any amounts [squired to be deducted,withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or his sub-contractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Suiety will pay for the same, in an amount not exceeding the amount specified in this bond,and also, in case suit is brought upon this bond,a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons,companies or corporations entitled to fik.ciaims tinder Section 3181 of the Civil Code of the State of California,so as to give a right of action to them or their assigns in any.suit brought upon this bond. i Signed,sealed and dated this I OTN day of NOVF-MRF s t ,19 i; iNRYcn- 1Nr_ y2 Principal R. D. Bol a �,. Manager g Ga ratios No premium is charged for this bond. It is executed in connection with a bond for the performance of the contract. SAFECO INSURXNC.F -OM-PANY OF AMERICA By C/ - GREGORy1 Y� Attorney-in-Fact 450 SANSOME �T.. SAN FRANCISCO CA EXECUTED IN DUPLICATE 00459 B R3 10/72 Microfilmed with board order PRINTED IN U.S.A. I J7. ` ACKNOWLEDGh9ENT BY SURETY y - - STATE OF CALIFORNIA Ss County of San Francisco ' On this___.1OTH da NOVEMBER Y of ,1977before me, Emma Hane a notary public in and for the State of California with principal office in the County of San Francisca S residing therein,duty commissioned and sworn,personally appeared GREGORY M. PR 18YL known to me to be the person whose name is subscribed to the within instrument as the attorney-in-fact of the _ SAFECO Insurance Company of America the corporation named as Surety in said instrument,and acknowledged to me that he subscribed the name of said corporation thereto as Surety,and his own narre as attorney-in-fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal,at my office in the aforesaid County, the dsy and year in this certificate first above written. a)II11I111111111131111:111milHllll/1111111111111111111[_° EMMA HANE - . NOTARY PUBLIC—CALIFORNIAN - _ -- = PRINCIPAL O^� Notary Public tCE IN CITY&COUNTY OF SM4 FRANCISCO,,,,= b9Y COMMISSION EXPIRES JANUARY 2a,1979 5-1326 2/75 :111IIII11/11111{liil1i11)i{H211tl1I1{;11ii1111i111111)Ui= _ 00460 Microfilmed--with board ordW POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE:SAFECO PLAZA SMEW SEATTLE,WASHINGTON 98185 _ 4605 KNOW ALL MEN BY THESE PRESENTS: That Safeco Insurance Company of America and General Insurance Company of America, each a Washington corporation,does each hereby appoint ----- GREGORY M. PRIBYL --------------------------------- its true and lawful attorneys)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, Safeco Insurance Company of America and General Insurance Company of America have each executed and attested these presents this lith day of July 19 74 . CERTIFICATE Extract from Article VI,Section 12,of the By-Laws of.SAFECO Insurance Company of America and of General Insurance Company of America: "Article VI,Section 12, — FIDELITY AND SURETY BONDS ...the President,any Vice President,and the Secretary shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . . _ On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority,or on any bond or undertaking of the company, the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO Insurance Company of America and of General Insurance Company of America adopted July 28, 1970: "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i)The provisions of Article VI,Section 12 of the By-Laws,and (ii)A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii)Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Wm. Ham'mersla, Vice President and Secretary of SAFECO Insurance Company of America and of General Insurance Company of America, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power-of-Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power-of-Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seat of each corporation this IOTH day o£ NoVEMSER , 19 77 J 00461 5-974 R5 8/77 - -- PRINTED IN U.S.A. Microfilmed with Eoard order I � \ s.Ce?>'IC�A+�.tir .•w^r+uG�.+ i MGi,+�'cwc +44S WO";tivw^•uGAe v(c�K?a c MG,e+ a '��c�w�.*4►c')w�►+CAW,, r' 7 • ` 0 ^, ��� dt�tr��.� s . "SUPERSEDING" . t NAMED INSURED: I NRYCO, INC. RECEIVED P. O. BOX 8237 CHICAGO, 1 LLI NOI Sr:60680 C f 1977 CERTIFICATE T0: ,.'i IM J. R. of sov CONTRA COSTA COUNTY PUBLIC WORKS 'DEPT �= CBOARD OF suPERvISORS ! CON COSTA CO. COUNTY ADMINISTRATION BUILDING ;{ 651 PINE STREET MARTINEZ, CALIFORNIA ?`•.;' r�.: 1 z This is to certify that THE CONTINENTAL INSURANCE-COMPANY', has issued the policies enumerated s below, and such policies apply with respect to.the hazards and for the coverages and limits of liability specified below, subject to all of the terms of such policies. The*rights and liabilities of the parties arils be governed by the original policy as it may be lawfully'amended by endorsement from time to time. This certificate of insurance neither affirmatively nor negatively'amends, extends or alters the coverage afforded by the policies scheduled herein. ' � } - 4 SPR � • - J Y� •j 1 A \ 3 TYPE OF INSURANCE __FPOLICII NUMBER POLICY' LIMITS OF LIABILITY • , PERIOD' 7-1-�6 Workmen's Compensation & i- 35 Occupational Disease 11 WC61q107 7_ �7� Statutory , ;tet• 1I t•:C 61c'. :?l: Ce s'._i Or11�e Employers' Liability i 1 we 618 o7o ta, ` - S 100,000 i 11 T.-IC618AO7-1 7-1-7g -Unlimited 1 A Comprehensive Automobile Liability, !1,_ 7— —6 S500,000 Each Person, Y Owned Non owned and3576587? to S1,000,000 Each Occurrence Bodily Injury d Hired Vehicles ct es 11 L ,- 5500.000 Each Occurrence Property '. w 7—i—Z_9 Damage Comprehensive General Liability Includ- 8001LY INJURY: ing Protective, Completed Operations, 7-1-7.6 S1,000,000 Each Occurrence 'D Blanket Contractual, Broad Form Prop- 11 L 3576879 to S1,000.000 Aggregate n erty Damage Care Custody & Control, 7-1-79 PROPERTY DAMAGE: 3 and XCU Coverage S500.000 Each � acOccurrence r S1,000,000 Aggregate `� PROJECT 5269-926— (45) DETENTION FAC L ,. ILITY PROJECT, MARTINEZ, CALIFORNIA (INRYCO JOB 214694) t. `a "BY ENDORSEMENT TO POLICY NO. 11L3576879 CONTRA COSTA COUNTY, ITS OFFICERS EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS SOLELY AS RESPECTS THE ABOVE LISTED JOB" . zCarr o B 1k. n >b �C. t)ATE. NOVEMBER 28, 1977 8Y: ( ? 5866-CAS.-A MicrofilmeO With �OQra Q�(;� aUT►+OF1IIEt;s?EPRESENTAT1vc � r In the Board of Supervisors of Contra Costa County, State of California October 11 i9 77 In the Matter of Hearing on the Request of Mr. Fred W. Hull, Applicant, (2152-RZ) to Rezone Land in the Diablo Area. Lehner and Muzzy, Owners. The Board on September 13, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with- respect to -the request of Mr. Fred W. Hull, applicant, (2152-RZ) to rezone land in the Diablo area from General Agricultural District (A-2) and Single Family Residential District-10 (R-10) to Single Family Residential District-15 (R-15) and Single Family Residential District-40 (R-40) ; 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 request of Mr. hull is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-99 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and. October 18, 1977 is set for adoption of same. PASSED by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc • Mr. F. W. Hull Witness my hand and the Seal of the Board of Lehner and Muzzy Supervisors Director of Planning affixed thisllthday of October 1g 77 County Assessor (� (—)J. OLSSON, Clerk By �"� wY-c' Deputy Clerk Rona Amdahl 00463 H-243j7615m V � IN THE B6ARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 11 1977 In the Matter of Authorization for three-month contract ) extensions with mental health, drug abuse,) and alcohol program contractors for ) October, November, and December, 1977 ) The Board having considered the recommendations of the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors pending completion of contract negotiations, as authorized by the Board on June 28, 1977, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute standard form "Extension of Contract for Purchase of Services" documents, on behalf of the County, with the below-named contractors for the months of October, November, and December, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol services contracts which continue the provision of services, and in accordance with the preliminary FY 77-78 Contra Costa County Mental Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Payment Limit 24-000-6 Martinez Bus Lines, Inc. $ 24,250 24-700-6 .. Contra Costa Suicide Prevention - 1,484 24-705-8 We Care Society, Inc. 48,000 24-707-6 Contra Costa County Association for the 39,442 Mentally Retarded, Inc. 24-708-6 —Richmond Unified School District 13,376 (Knolls Language Center) 24-710-6 „!,,^ City of Antioch (Reach) 4,081 24-727-7 ., Many Hands, Inc. 24,725 24-728-8 Rubicon, Inc. 28,144 24-751-8 — Phoenix Programs, Inc. 94,754 24-753-5 Cambia, Inc. 132,759, 24-759-2 Contra Costa Childrens Council 14,926 24-722-9 BiBett, Inc. 100,435 24-723-9 -- North Richmond Neighborhood House 64,659 24-736-9 -- Sunrise House 23,320 24-739-8 r-National Council on Alcoholism--Bay Area, Inc. 7,609 24-745-8 — El Sobrante Valley Activities Center 6,533 24-758-2 City of Pittsburg 10,25.8` PASSED BY THE BOARD on October 11, 1977. CERTIFIED COPY Orig: Human Resources Agency H certify that this is a full, true & celweet copy of Attn: Contracts & Grants Unit 1f13re original document which is on file in my office, and that it was passed & adopted by the Board of cc: County Administrator supervisors of Contra Costa County. California, on County Auditor-Controller the date shown. ATTEST: J. R. OLSSON, County County Mental Health Director Clerk&ex-officio Clerk of said hoard of Supervisors, County Alcoholism Administrator b Deputy Cl k. Chairman, County Mental Health on 0 C T X977 Advisory Board, c/o Pat Filice _ Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy Chairman, County Alcoholism Advisory Board, c/o Bill Stevenson ; Contractors 00464 Document No. 77-6274A CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 758 - 2 Department: Medical Services - Mental Health Subject: Pittsburg Alternatives For Youth Drug Education Program (Short-Doyle) Effective Gate: November 1, 1976 Effective Date of Contract Extension #24-758-1: July 1, 1977 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: Name: CITY OF PITTSBURG Capacity: Public Agency Address: 2020 Railroad Avenue, Pittsburg, California 94565 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $10,258 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By Ehilimm, Board of Supervisors Franl(,R. uesada Designee t: County Cl MAYOR Designate official capacity in business and affix corporation seal ) By pelRuty State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By known to me in those individual and D ig a siness capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. roved: County Cou Dated- By y FORM APPROVED NO y Public HRAContracts Administrator � , 6YUesignee f? 00465 • '-4 . Document No. 77-6274A ,41 . . 11; .. 1. - >.. .. i SPECM PI I 1 I I , Number 24 - 758 - 2 11 1 Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of thee- Contract identified herein . is .hereby amended effective July 1, 1977, to read as .follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" - 2. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra .Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials: `V Contra for I. County Dept.: n .- . . _ ,` .RESOLUTION NO. A RESOLUTION AUTHORIZING THE MAYOR TO ENTER INTO AGREEMENT WITH CONTRA COSTA COUNTY FOR AN "ALTERNATIVES FOR YOUTH DRUG EDUCATION PROGRAM" VnIEREAS, the City of Pittsburg has received an extension of a contract . from the County of Contra Costa, the Department of Medical Services Mental Health, to implement a project for the Youth Drug Education Program; and WHEREAS, the City of Pittsburg is desirous of entering into such an agreement, to be operated by its Police Department. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Pittsburg, that the Mayor be, and he hereby is authorized, to enter into such an agreement, between the City of Pittsburg and the County of Contra Costa, under the terms and conditions set forth in the form of agreement on file in the office of the City Clerk, and known as "Document No. 77-6274A n� dated November , 1977. The foregoing resolution was dully passed and adopted by the City Council of the City of Pittsburg at a(n) regular (adjourned) meeting of the Pittsburg City Council, held on the 7th day of November 1977, by the following vote: Page 1 of 2 01463 AYES: Councilmen Barraco, DeTorres, 'Lowy & Siino NAYS: None ABS�.M. Mayor Ouesada ABSTAINED: None MAYOR ATTEST: , CITY PIK APPROVED AS TO FORM: 30 R. SHAW ATTORNEY :Page 2 of'2 COUNTY OF CONTRA COSTA CITY OF PITTSBURG I, Janet Costanza, Deputy City Clerk in and for said City of Pittsburg, County of Contra Costa,- State of California, do hereby certify that the hereto attached and foregoing paper is a full, true and correct copy of Resolution No. 77-6274 now on file in this office of said City now in my custody. 0 e We, -, WTT 1M; my hand, and Off#..441 6@41t th.i@ _-__ 14th day of Movember 19 �. r� epu y ity Clerk in and f&) th Pittsburg, Contra CaAa County, California IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 11 , 1977 In the Matter of Authorization for three-month contract ) extensions with mental health, drug abuse,) and alcohol program contractors for ) October, November, and December, 1977 ) The Board having considered the recommendations of the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors pending completion of contract negotiations, as authorized by the Board on June 28, 1977, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute standard form "Extension of Contract for Purchase of Services" documents, on behalf of the County, with the below-named contractors for the months of October, November, and December, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol_ services contracts which continue the provision of services," and in accordance with the preliminary FY 77-78 Contra Costa County Mental Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Payment Limit 24-000-6 Martinez Bus Lines, Inc. $ 24,250 24-700-6 Contra Costa Suicide Prevention 1,484 24-705-8 We Care Society, Inc. 48,000 ' 24-707-6 Contra Costa County Association for the 39;442 Mentally Retarded, Inc. . 24-708-6 Richmond Unified School District 13,376 (Knolls Language Center) 24-710-6 City of Antioch (Reach) 4,081 24-727-7 Many Hands, Inc. 24,725 24-728-8 Rubicon, Inc. 28;144 24-751-8 Phoenix Programs, Inc. 94,754 24-753-5 Cambia, Inc. 132,759 24-759-2 Contra Costa Childrens Council 14,926 24-722-9 BiBett, Inc. 100,435 24-723-9 North R.:�chmond Neighborhood House 64,659 24-736-9 Sunrise House 23,320 24-739-8 National Council on Alcoholism--Bay Area, Inc. 7,609 24-745-8 El Sobrante Valley Activities Center 6,533 24-758-2 City of Pittsburg 10,258 PASSED BY THE BOARD on Cc tober 11, 1977. CERTIFiE�,COPY ' Ori-: Human Resources Agency t: certfca that this fs a fu1C trzze JL correat,'copy Attn: Contracts & Grants Unit t&e original document whish is on file in my office; and that it was Passeduuopted by the Board of, cc: County Administrator Supervisors of Cortru 'Crista Courcy. California, ,; County Auditor—Controller the date sl 011m ATTEZ'I . J. R. OLSSO\, Count:!i Count Mental Health Director Gari: ex•afficio Cierkof%sald f:uard of Sunrgvisor.i, }' by DeputyCt��k- County Alcoholism Administrator / , Chairman, County Mental Health /���i: ._:. �4 ou Advisory Board, c/o Pat Filice Chairman, County Drug Abuse � ' Advisory Board, c/o Jane McCoy Chairman, County Alcoholism Advisory Board, c/o Bill Stevenson Contractors UU�6 - CCC Standard Form flay 1974 EXTEnSIGN OF CONTRACT 'FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification Number24 — n O " Department: Medical Services — ,cental Health Subject: Contra Costa Suicide Prevention Hot-Line Effective plate: July 1, 1976 Ef=eccit:e Date of Contract Extension ; 24-700-5: July 1, 1977 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the folJowino named Contractor mutually agree and promise as follows: ``Formerly: Contra Costa Suicide Prevention) `?ane: Contra Costa Crisis and Suicide Intervention Service Capacity: ':onprofit corporation Yddress: 2717 vortb Plain Street, Suite 5, Walnut Creek, California 94596 3. 'Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. -'. . Pavment Limit: ns to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 1,484 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR 3_y e 8y Board of Supervisors Des=�n`e XYDepu Cou t Cler /pEiG�� �Q Designate official capacity in business and affix corporation seal ) 0 State of California ) s County of Contra Costa ) Recornended by Human Resources Agency ACKNOWLEDGEMEPlT (CC 11 1 ) The person signing above for is to By known to me in those individua a . De igree business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. rm n ved: Co ty un 1 ted: JM�ember 7, 977 8y A ,eout , �� Not ry P b is OXA \GF F[CtAL SEAL SYLVIA L. JENSEN - NOTARY �08UC CALIFORNIA ,f Y 7�:JTRA C:STA CCUNTY J P,y comm. expires APR 23, 1979 sk;roiiinaed with board order 00469 _. . - . SPECIAL PIR. OVISIdNS "' .� " . ,. , Number . _ ?. .P.roject. , ForI the purpose of this extension agreement only, .the Projzct description' in Paragraph 8. (Project) of the;.Contract identified herein is hereby. amended effective July 1, `1977; to read. as follows': . . "Contra Costa. County Mental Health (Short-Doyle) Plan for FY 1977-78 -and any modifications or revisions. thereof" 2. F1' 77-78 Agreement. This three-month contract extension shall be-:_: subject to any further 'agreement which Contractor and County may enter .into covering the provision of services during FY 1977-78, in accordance with the` Contra Costs County. Mental_Health (Short-Doyle) Plan for FY 1977-78. 60 ­ � -, -'�- ' - i _ � 4 Initials: Contractor County 'Dept' ti rr „r _ . _ . . _ , . T . ..- ,x`.^44 o .-., _ Human ReSOL-Ces Apcncy Date October 5, 1977 CONTRA COSTA COUNTY . To Arthur. G. Will, County Administra or Contra Costa County R rCI VED From C. L. Van Marter, Director OCT - 5 1977 Office Of SUbj MENTAL HEALTH THREE-MONTH CONTRACT EXTENSIONS Count/ Administrator As you are aware, the Contracts and Grants Unit staff has had difficulty completing contract documents for mental health programs so as to insure ,r ongoing payments to mental health Contractors. This general term, mentals/ health programs, includes services for alcoholism, drug. problems; and a variety of community mental health programs. I have submitted a September 21, 1977 report to .the Board on the subject of mental health payment problems with recommendations. The Board requested this report in a Board Order dated July 19, 1977 approving three-month extensions for 18 existing contracts for County mental health contractors. I submitted the report in time to meet the September 27, 1977 due date, and on October 4, 1977 _it was referred to their Finance Committee. My primary recommendation allows for automatic extension of this group -of contracts into'the succeeding fiscal year to allow time for novation agreements to be completed for the entire fiscal year, July 1 to June 30. I am now requesting that the Board adopt the attached Board Order which approves three-month standard format extension contracts for 17 existing mental health contractors. A three-month payment limit, which corresponds' ' to the budgets contained in the approved Short-Doyle Plan for 1977/78 and the preliminary alcoholism budget for 77/78, is specified for each contractor. Further, I am requesting that the Director, Human'Resources Agency, be authorized to execute these contract extensions so as to expedite completion_ The Auditor-Controller will be unable to make October mental health contractor payments until Board-approved documents are completed. My Contracts and Grants Unit staff, in conjunction with County Counsel, is drafting separate formats for mental health (including drug programs) and alcohol contracts to be completed prior to December 31, 1977 and after approval of final State budgets for these services. These contracts will include a novation provision and will replace the two three-month extensions. The Fiscal Year 77/78 contracts will be submitted to the Board for approval prior to the expiration of the October-December three-month extensions. I request that this be included in your October 11, 1977 agenda to the -Board of Supervisors. CLVII:EH:dg cc: Dr.I.&hjrl.ea Pollack Bill Stevenson Attachment- L. G. Pascalli Jane McCoy Jerry Nava Rosemary Matossian Jerry Nichols Daneen Flynn Ron Levinson i i . w7.. CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 705 - 8 Department: Medical Services - Mental Health Subject: Partial Day Treatment/Developmentally Disabled (Short-Doyle) Effective Date: July 1, 1976 Effective Date of Contract Extension #24-705-7: July 1, 1977 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: "lame: WE CARE SOCIETY, INC. Capacity: Nonprofit California corporation ^.ddress: 2191 Kirker Pass Road, Concord, California 94520 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1. 1977 to December 31, 1977 unless sooner terminated as provided in said contract. 4. Pavment Linit: As to the extended term of the contract, the maximum amount payable by the County Ts increased by the following amount S 48,000 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated 'herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR BY By. aW,6 �, c� Board of Supervisors Designee . County Cl Designate official capacity- in business and affix corporation seal ) Deputy State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By AA known to me in those individual and _,lee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. A proved: County Cou Dated: 77 Deputy FORDi APPROVED p — .. NRA Contract*A1 ,1,,1or "-' 'E2T j. microfilmed with board order 00470 �- SPECIAL PROVISIONS. 24 - 705 - 8 4 s 7 0 5 -: ^ Number ��✓j 1. Project. ` For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" �, FY 77-78 Agreement. This three-month contract extension shall be r and County may enter. into subject to any further agreement which Contractor accordance with the . covering the provision of services during FY 1977-78, in Contra Costa County Mental Health (Short-Doyle) Plan for FY .1977-78. Initials; Con ctor County Dept. j 004"11 r t ` CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 707 - 6 Department: Medical Services - Mental Health Subject: Partial Day Treatment and Residential Respite Care (Short-Doyle) Effective Date: July 1, 1976 Effective Date of Contract Extension #24-707-5: July 1, 1977 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: Name: CONTRA COSTA COUNTY ASSOCIATION FOR THE MENT_ULY RETARDED, INC. Capacity: Nonprofit California corporation Address: 2717 North Main Street, Walnut Creek, California 94596 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavinent Limit: As to the extended term of the contract, the maximum amount payable by the County Ts increased by the following amount S 39,442 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR L By 6By f! XJMXK, Board of Supervisors Designee County C1 a Designate official capacity in business and affix corporation seal) Deputy State of California } ss, County of Contra Costa ) R;es o"me dell by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1; The person signing above for-Cont:ractc r Bd/1 known to me in those individual and gnee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Droved: County Cou Dated: /.L 2- /o' 7 7 e6vo, Deputy FORM APPROVED NotAry/Publ Notary/Pubi c HRA ontracts Ad - istrator By0esrBnee Qu„tunreaersrsr,*sununrtu,nnunnuwm,b 0 r ILIAL SEAL RALPH W. DALTON HO1,iRY PUBLIC-CALIFORNIA Principal Office in Contra Costa County My Commission Expires Oct.16,1980 dnr„frau„snnsutsttutttutt,unst,tuutu``u,,,u,� Microfilmed with board orarv4'72 .r � SPECIAL PROVISIONS. 1�jrI I Number .' ` V — 6 1. I. Project. For the purpose of this extension .agreement only, the ?ro ect -description in Paragraph 8 (Project) of the Contract identified, herein' is Hereby anended effective July 1, 1977, to read as follows: "ContII ra Costa County Mental Health (Short-Doyle) Plan for FY 197.7-78 and any modifications or revisions thereof" 2. greement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into:` co�.ring the provision of services _during FY 1977-78, in accordance with the C�atra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials• ,�, C tractor ounty Dept I. y 007"3 r CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Plumber 24 - 000 - 6 Department: Medical Services - Mental Health Subject: Developmentally Disabled/Transportation Services (Short-Doyle) Effective Date: July 1, 1976 Effective Date of Contract Extension 1624-000-5: July 1, 1977 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: Narne: tLARTINEZ BUS LINES, INC. Caoacity: Private-for-profit California corporation Address: P.O. Box 607, Martinez, California 94553 (3300 Pacheco Boulevard, Martinez) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 24,250 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties` agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA COr1TRACTOR AI By BY . _.. h� ah, Board of Supervisors Designee :. ,- t: Countv C1Designate official capaciw' in business and affix corporation seal ) ty State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By known to me in those individual and est nee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Droved: County Coun Dated: 6ZiEti 11 1477 By ffY FORA{ APPROVED 6EPu7'y 47')/ CLEAK HRA Contracts Administrator = T ( i . Co.wia Mits001-ned wi#t Board order ,14 004 � L__ i ,� •., SPECIAL PROVISIONS Number2 4 "' 0 v O" ' 6 1. Project. , For. the purpose of this extension agreement only, the -'roject -description in Paragraph .8. (Project) of the 'Contract identified herein 11 is Hereby amended effective July 1, 1977, to read as .follows: "Contra Costa County Mental Health (Short-Doyle) Plan, for FY 1977-78 and any modifications or revisions thereof" 2� Fy 77-78 Agreeaent. This three-month contract extension shall -be sject to any further agreement which Contractor and County may enter into I. covering the provision of services during FY 1977-78, in accordance with the Ccntra .Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. . Initials: F ontractor County Dept . ... 1I.-1.:.-,;I,-:-..��',,:_,��,,_--,-_I',.,-�.-,�-:",-,,,1_,,-*._,%".:�:.W--,,":,�-",��.,,--I-�",.,­�-.j.��.�,",,",-",-i.­�,--"�,.�'?,-;.,_I�,- II II II .... - ., „ : IqII1 004 7 - t CCC Standard Form May 19 74 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 2 4 ^ +f 59 — 2 Department: iiedical Services - Mental Health Subject: Therapeutic Nursery School/Disturbed Children (Short-Doyle) Effective Date: November 1, 1976 Effective Date of Contract Extension #24-759-1: July 1, 1977 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: Name: COTRA COSTA CHILDREN'S COUNCIL Capacity: Nonprofit California corporation Address: 3701 Barrett Avenue, Richmond, California 94805 (head office: 2230 Salvio Street, Concord, California 94520) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 unless sooner terminated as provided in said contract. 4. Pavment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S14,926 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein tj reference. 6. Signatures: These signatures attest the parties ' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By9. aac, Board of Supervisors Designee ' -1Qst: County Cl P�' E'o a� esignate official cap city in business and affix corporation seal ) By ty State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNO'W'LEDGEMENT (CC 1190.1 ) The person signing above for Contractor By known to me in those individual and e ignee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. A 77roved: County Co 00504-u Dated: /3i/�77 Deputy 0 Z�C��1_2, FOR;tt APPROVED D>r Pu l uwT y C1 GRk H C ntrac Adm' tr ROBERT J. PROCTOR BYDes.cnee DcPUI T Y COUNTY CLERK Contra Cotta County, Ctalifornia 404743 Microfilmed with Uoard order I , SPECIAL PROVISIONS t'�+ C Numbez 4 .f 5 J` � 2 I. Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended 11 effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" .. 2. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which' Contractor and County may enter into. covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials: . . fi ,� I I I .1 . I o actor County Dept. , -,,_�_�,-,.�.�;-�-,.�,.�:�,,--.,�-�,�W"�,,.-�;!,,:�-,�.�.:,*,�,,-,:I"---����-,,,�,�---I��-1;---,,,.I-,��",,,�,�,7�:-�-.,;�,-.,.�,,,�,.�_1��-_',�,,��,-,"�,�.,,,-�.,`,��-��--�,_,�,,�!.-�1�,--,�.�i,-�,.�­,,.�-I,-,.I_"��t:�,�;',",,,.-_�.:��,,---;-_:-7,,I,,�,-_���,�:,--,,�--,-,;,,,,-".-�-".,,"I,,.--���_,,",,--�'T-,,�,�,,,-�-!-,*,,,,�.�-�-,..-;,,%,-,�z,,,,,"­��-"",,7,:"..�-,.,��I'e�_:�,,�",�,..,,--,�_��-.:��.-,7I.,��­-��.-,�.,-��,�,,--�"-a,.I I-� III .FJ II III i. 004'77 . .. .. �. i CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: dumber. 2 4-7 d 2 8 $ Department: riedical Services - Ptental Health Subject: Day Treatment Services/Mentally Handicapped (Short-Doyle) Effective Date: July 1, 1976 Effective Date of Contract Extension #24-727-6: July 1, 1977 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: Name: MANY HANDS, INC. Capacity: Nonprofit California corporation Address: P.O. Box 1487, Pittsburg, California 94565 (Handgards Building, Old Pittsburg-Antioch Highway, Contra Costa County) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 24,725 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALLFOP,NIA CONTRACTOR C 8yre_ 4By &A" &k. XkM &X, Board of Supervisors Designee t t: County C Designate official capa 'ness and affix corporation X11) H S By �;� c-CYC A puty State of California ) s, County of Contra Co a ) •r Recommended by Human Resources Agency ACKNOW111GEMEN (Cc 19 1 The person signing a ove Cont ctor By ���. known to me i n those i.. d es gnee business capacities, p n� ed before me today and ackno at he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Dated- 7,7 /?7.7 By Y FORM APPROVED N Contrac Admi trator IYP YuN7Y CLee/< P.O ^T P!?GC AOR 6yDeugnee DEPUTY r C^JU—17 CLERK Ic cn;ra Casio County California 00478 Microfilrnod with board order . 14L ,i : SPECIAL,PROVISIONS. . " I II 1'� 27- Number �. a "' 7 1.. Project. '..For .the purpose of this extension agreement only, the Project;description in Paragraph 8. (Project) of the Contract identified herein . is. hereby am ended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. FY 77-78 Agreement. T@►is three-month contract extension shall be subject to any 'further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contr�3-Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. f ` Initials• Contractor County Dept. I . . �� - _-, . -, '. , " ­-.. -__,1""�,'�_'_1�"I_:�_,_1-,",- I...--I-..­ _.�1"�",�"I 1, -, "'.,_1"� - ,:���J,, -* I ,,. - 1 004"19 a : : ._ ... .. ,,.,__. . _ CCC Standard Form Pay 11,374 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: tiumber 2 4 " d 28-" 8 Department: Medical Services - Mental Health Subject: Day Treatment Services/Mentally Disabled (Short-Doyle) Effective Date: July 1, 1976 Effective Date of Contract Extension v24-728-7: July 1, 1977 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the foliowina named Contractor mutually agree and promise as follows: Haire: RUBICON, INC. Capacity: Nonprofit California corporation Address: 175 - 25th Street, Richmond, California 94801 (Formerly: 1510 Macdonald Avenue, Richmond, California 94801) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 28,144 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By mc,liximM, Board of Supervisors Designee t: Countv Cl Designate offici capaci i By and affix corpora ion sea O J' uty State of California ) 705991 County of Contra Costa ) Recon ded by Human Resources Agency ACKNOWLEDGEMENT (CC 1 Q� The person signing above for B known to me in those individual and Designee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Approved: County Cou Dated: /a - 7- y B7y Notary Public FORNf APPROVL-D H A ntract Admit',sttator t, �' L m s J,TY 01480 Microfilmad with board order i . i I - 'SPECIAL PROVISIONS _ 1.7 _ V Number of this extension agreement- only, the Pro1. Project ` For the purpose ject `description in Paragraph 8. (Project) of the Contract identified herein is herzby aaended effective July 1, 1977, to read as follows: "Contra Costa County dental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2, FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreementI which Contractor and County may enter .into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. ,� Initials: X �-�I.-�t,�.--_I.,:,_,��,-�--_�--I,,.,.�,-4 ",I I��,j,,-,,.I-:1.I,�:,�,,�---,:.."--,.I;,I�.�-­,�I��,-,,i,1."I-.�:,.-,,:I�1--:�-.II,W-,'-�--.-�.._���,,I.,__�,.,-I Contra or County Dept. �i - �n_-,,_I�-�:,,,.,,..I--,�:-1--::1: _. . ', - _. .: , I. II ,._. II II II II 00481 _. 1 I t ,r�„y ✓ r- ­ CCC Standard Form May 1974 EXTENSIm OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: slumber 924 " 7 45 - g Department: Medical Services - Mental Health Subject: Community Services Effective Date: July 1, 1976 Effective Date of Contract Extension 424-745-7: July 1, 1977 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: Name: EL SOBRAVTE VALLEY ACTIVITIES CENTER Capacity: California nonprofit corporation Address: 5145 Sobrante Avenue, E1 Sobrante, California 94803 3. Extension of Term: The term 'of the above described contract between the parties . hereto is hereby extended from October 1, 1977 to December 31, 1977 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 6,533 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By Z By e` tu l i.'cuiN, Board of Supervisors Designee A e 4nte Designate official capacity in business and affix corporation seal ) B Deputy State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By CZ/lo known to me in those individual and e ignee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fo App ed: Co ty Cogtsel / : Dated By APPROVED D ty NRA Contracts Administrator ByDesign ��-u-4 O iawfiimed with board oraeroo•l I, . ......_._ _ ....�..v ..... .,0....., r,�...�.............,. ...w._...�.�.� .. �...,w ._..4 .�.-.,,....,.,.r�..,,....�..,<.�..a ... t . SPECIAL PROVIS20yS: _ - ..(�� �.A �' Nuu►ber + ' 1. , Project. For. .the purpose of this extension agreement only, the1. Project description in Paragraph 8.' (Project) of the Contract identified herein is hereby amended. effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 197.7-78 and any modifications or revisions thereof" 2. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering- the provision of services duzing FY 1977-78, in accordance with the Contra Costa County.Mental Health (Short-Doyle) Plan for FY 1977-78. Initials: ���. - / Contractor County.. Dept. . =a f_ . 0Lf A8J . - 3 D w. ' CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) • 1 . Contract Identification: dumber 2 4 — 73,6 9 Department: Medical Services Mental Health Subject: Residential alcohol recovery program Effective Dater July 1, 1976 Effective Date of Contract Extension #24-736-8: July 1, 1977 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: Narae: SUNRISE HOUSE Capacity: Nonprofit California corporation r.ddress: 2898 Concord Boulevard, Concord, California 94524 (Mail: P.O. Box 5928, Concord, California) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. ^ Pavnent Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S23,320 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Siqnatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTP4 COSTA, C %LIFORNIA COidTRACTOR Sv By ye�� Board of Supervisors 4 Designee tte-s o u n Jerk Desi nate official--capacity-a.n business and affix corporation. seal-)° 8v -6 State of California ) ss. County of Contra Costa ) Reco � �e ed by Human Resources Agency ACKNOLEDGEMEPdT (CC 1190.1) The person signing above for Contractor By known to me in those individual and .:e ghee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. rt?rV, ;; roved: r.. ., , +, r•., .,��t , sy ' eaut � y BOW,!HRA Contracts Administrator G=Lth. t • 00484 MiCr'ofilMed with board order . SPECIAL PROVISIONS .. Number l-J ur ose of this extension: agreement only, the 1. Pro_ j_ ect= For the p p Project- description in Paragraph ;8. (Project) of the Contract identified herein J . to read as follows: I . . is hereby amended ;effective July 1, 1977, "Contra CO, sta County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2, Fy 77-78 Agreement. - This three-month conandcCountynmaynenterlinto subject to any further agreement which Contractor in accordance with the covering the provision of services during FY 1977-7$, Contra Costa County Alcoholism Plan and Program gadget for FY 1977-78. Ini.ti.als: __ -- . - Contractor County Dept. _M-:1'_.-�,'.-.,,,�.-I-.-_ .I,�,-­���,M_,-:,,I_.:i�.I�,;_1" 11 III 004 . _ 4 i CCC Standard Form flay 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 723 - 9 Department: Medical Services - Mental Health Subject: Residential alcohol services Effective Oate: July 1, 1976 Effective Date of Contract Extension x`24-723-8: July 1, 1977 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: ` Name: NEIGHBORHOOD HOUSE OF NORTH RICHMOND, INC. Capacity: Nonprofit California corporation Address: 321 Alamo Avenue, Richmond, California 94801 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 64,659 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRAC By By -v-,--u� Board of Supervisors Designee ` est: Cou Cler Designa a official capacity fn-business and affix corporation seal ) By Deputy State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor f, f known to me in those individual and D , ignee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. XFm App oved: seg Dated: By ` p fl uty kURM ROVED HRA Cont rac Administrator �8C3i�rta. t�4 't� s rder Microfilmed with booed o na4s� I . . SPECIAL PROVISIONS ( G� I Number- w 11 I. Project. For the purpose of this extension.,agreement only, the Pro- 'description in Paragraph 8. (Project) of the Contract identified herein fol is hereby amended effective July` 1, 1977, to read as lows: ''Contra Costa County Alcoholism Plan and Program` Budget for FY 1977-78 and any modifications or revisions thereof" FY 77-78 Agreement. This three-month contract extension shall be subject to -any further agreement which Contractor and County may enter into covering -the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. 11 I Initials:. Co t actor County Dept. . I 1. -: ; r } - :( �:, , _�-'--'-"_-_`___I_',"",,.�'.,�, -,�,� �,, :, M ��,,---� .,-� �� :��_. f �,, :,��1'� �� 1,:--'!�:,..'.,--,�,--,�,-,t",,�;.-_� - 9'.,��,_-�__.:1___1,� :- I �_--:,,-,.,!-,-_,�,-.-'-:� :.,.,,,�,­-�,"',-�-,�---�,�-..,-I I -�;�: .,:,�;--: ,,,�', , 0487 - - __ y ~ CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 2 4 — 7 ,5 1 — S Department: Medical Services - Mental Health Subject: Day Treatment and Residential Rehabilitation Services Effective Date: July 1, 1976 Effective Date of Contract Extension #24-751-7: July 1, 1977 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the followinq named Contractor mutually agree and promise as follows: Name: PHOENIX PROGRAMS, INC. Capacity: California nonprofit corporation Address: 2243 Mt. Diablo Street, Concord, California 94520 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $ 94,754 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR B By Board -of-Supervisors Designee _ tes Cou y er Designate official capacity in business and affix corporation seal ) B Deput State of California ) ss, County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By 41 known to me in those individual and e ignee business capacities, personally appeared before me today and acknowledged that heVthey signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. 4epu Xved: 7nty %de � ` Dated: �& (&C_J �7 B � c NotaryPublic FORAi APPROVED NRA Contracts i is ato ByDesiyaee , OFFICIAL E:�,L ;r \ SANDRA L. McGRAiH # �► i MOZART MUC—M.ItORNIA CONTRA COSTA CGUNTY ' M,Cor.msson E.prr. Jure:,!i i! Mia--filmed with board order 00481� J < ,. SPECIAL PROVISIONS 24- ` y . 1 Number 1-. Project. For .the .purpose of this extension agreement only, the Project:, description in Paragraph 8. n(P.roject) of the Contract identified herei is_hereby 'amended effective July 1, 1977, to read as follows: 1. "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. FY 77-78 Agreement. This three-month contract extension shall be . subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials: �G L O�241 Contractor County Dept. : . 00489 CCC Standard Form Mav 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES -(Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 753 - 5 Deoartment: Medical Services - Mental Health Subject: Subacute partial day treatment program and skilled nursing care Effective Date: July 1, 1976 Effective Date of Contract Extension 1#24-753-4: July 1, 1977 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: "lame: C?,NBIA, INC. Capacity: California nonprofit corporation ".ddress: 9015 Fullbright Avenue, Chatsworth, California 91311 3. ExL'ension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 132,759 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By v, Board of Supervisors Designee XDeput 4Counterk Designate official capacity in business and affix corporation seal ) State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor LIfe known to me in those individual and gnee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. rm A p ved: Co ''Counsel Dated: c e., Xe 7,�;' y Deputy FORAi APPROVED NRA Cont act ministrator L ByDesiE nee Microfilmed with bawd girder 0490 r-(.F+rv`+�.^+`•rrt�Y`..+_..w++r.! F^!"^Y`��1..—rr7v,.-ra,.�+•..w'saw.+,"S'f+?.?^.'.:T•'..-;•ls+.!.++` xf+^.1'!rYw!w.r ar•w++�a.+n,.•-'t^',YnWs_ �.^.+q+++^i^ SPECIAL OR �, "` Number of this extension agreement only, the 1. Project. For the purpose ect description in Paragraph 8. (Project)read tas follows: t identified herein Prod 197. , to is hereby amended effective July 1, yl ) Plan for ''Contra Costa County Mental Health (Srovisionsethereof'' FY 1977-78 and any modifications or 2. FY 77-78 Agreement. This three-month contract extension shall be to an further agreement which Contractorandnuaccordanceenter withnthe subject Y 1977 covering the provision of services during FY ealth (Short-Doyle) Plan for FY 1977-78. Contra costa County Mental H Initials• Contractor County Dept`. r . 0049:1 - CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 722 - 9 Department: Medical Services - Mental Health Subject: hon-medical detoxification services Effective Date: July 1, 1976 f=ective Date of Contract Extension #24-722-8: July 1, 1977 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: 'lame: BIBETT, INC. rapacity: Nonprofit California corporation '.ddress: 1530 Ellis Street, Concord, California 94520 (Mail: P.O. Box 5487, Concord, California 94524) 3. 7xtension of Term: The term of the above described contract between. the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pawrent Limit: As to the extended term of the contract, the maximum amount payable. by the County is increased by the following amount S 100,435 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Sicnatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA C RACTO B ve�� Z/v//LZ By Fra , Board of Supervisors .— Desi_ tt?st County lerk Oesiqnate official capacity in _husineSs and affix corporation seal) _ B - y- State of California ) Ss County of Contra Costa ) Reconr ded by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By known to me in those individual and �s '�nee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. o mo ".p oved. Coin Co sel Dated: q 7 7 By �+� �C FCR�i A PROVED _ HRA Contracts Administrator �s SyDesianee 9 �42 ( plc t o 00492 Microfilmed with board ordLe SPECIAL PROVISIONS Number 1. Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein ." '. is hereby- amended effective July 1, 1977, to read as. follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials: WtractorCounty Dept. 00493 ' 1 CCC Standard Form Mav 7974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 708 - 6 Department: Medical Services - Mental Health Subject: Outpatient Services/Mentally Disabled Children (Short-Doyle) Knolls Effective Oate: July 1, 1976 Language Center Ef-ective Date of Contract Extension 1024-708-5: July 1, 1977 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: `tame: RICHMOND UNIFIED SCHOOL DISTRICT Caoacity: Public Agency Address: 1108 Bissel Avenue, Richmond, California 94801 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 13,376 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Sionatures: These signatures attest the parties' agreement hereto. COUNTY-OF CONTM COSTA, CALIFORNIA CONTRACTOR By By Xh ,a, Board of Supervisors Designee r, -6 T: County Cl Assistant Superintendent, Business Designate official capacity in business and affix corporation seal ) By '_ uty State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) 1The person signing above for Contractor known to me in those individual and �De "gnee business capacities , personally appeared / before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. 7.... ,d:roveCounty CouDated: O aZ FORM APPROVED Motary Public HRAf,ontracts Administrator � $yDesce /env iCIAL SEAL, NOTARY PU13!!C MN.TRA k Microtilmed with board order 00494 I ` . ' . SPECIAL PROVISIONS` Number - 708 - 6 11 1. Project. For the purpose of this extension agreement only, the Project ,description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for 11 FY 1977-78 and any modifications or revisions thereof" 2> FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into I overing the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. 1 . .��. - -Initials: e I ontractor County Dept. ::. . = , , .: 11. N 1 QU49a RICHMOND UNIFIED SCHOOL DISTRICT RESOLUTION NO. 3-7778 (Fiscal Agents) BE IT RESOLVED by the Board of Education of the Richmond Unified School District and hereby ordered that: RICHARD W. LOVETTE and FRED A. .BASALTO be authorized as fiscal agents for the Richmond Unified School District. PASSED AND ADOPTED this 13th day of July, 1977, by the Board of Education of the Richmond Unified School District, County of Contra Costa, State of California, by the following vote: AYES: FULLER, GAY, -HARRISON AND JAGEMAN NOES: NONE ABSENT: SHATTUCK QQ49t) 1 r _ JL CCC Standard Form May 1974 EXTEnSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number 24 - 739 - 8 Department: Medical Services - dental Health Subject: Community Alcoholism Services Effective Date: July 1, 1976 Effective Date of Contract Extension ?0`24-739-7: July 1, 1977 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: Fume: NATIONAL COUNCIL ON ALCOHOLISM--BAY AREA, INC. Capacity: Nonprofit California corporation .ddress: 2131 Union Street, San Francisco, California 94123 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 7,609 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR BY Z6! Byk Rh,nd=i t, Board of Supervisors Designee ;• County Cl _ Designate official capacity in bus n s and affix corporation seal ) By uty State of California County of Contra Costa Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor B known to me in those individual and *1gnee business capacities , personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. roared: County Co Dated: Deputy Notary Public ' FORM APPROVED H Contracts Admin'strator By�esign2� __ K=V to= sox 1cm am My Comm.Expim Sept 1%10 Microfilmed with board order 0044 I � f 3 SPECIAL PROVISIONS 6 c Numbe + :Az ` re7 O -1. Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the:Contract identified herein ' is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials: Co tractor County Dept.. J. 00498 t; r CCC Standard Form R. May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency.) 1 . Contract Identification: dumber 24 - 7 1 0 " 6 Department: Medical Services - Mental Health Subject: REACH--City of Antioch Drug Abuse Project Effective Date: July 1, 19.76 Effective Date of Contract Extension #24-710-5: July 1, 1977 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: Name: CITY OF ANTIOCH (REACH) Capacity: Nonprofit City Government Address: 212 H Street, Antioch, California 94509 (Mail: P.O. Box 273, Antioch, California 94509) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from October 1, 1977 to December 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $ 4,081 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. ' COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By .-- Board of Supervisors By Designee test: my Clerk Mayor, City of Antioch Designate official capacity in business and affix corporation seal) By puty State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By known to me in those individual and es gnee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. orm Ap ved: Co t ouns C Dated: October 26, 1977 By eput Qh Notary Public OFFICIAL SEAL MARY VARGO NWARV pueuc . CauFoaNA CONTRA COSTA COUM Ily Conwloloe.F Noambr 21, i7 Microfilmed witti board order 00499 I � I J a SPECIAL PROVISIONS' Number24 - 7110 1. Project. For the purpose of this extension agreement only, the Droject description in Paragraph S. (Project) of the Contract identified herein is hereby amended -effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY .1477-78 and any modifications or revisions thereof" 2. , FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County 'mental Health (Short-Doyle) Plan for FY 1977-78. Initials Cont actor County Dept. 1 00500 RESOLUTION NO. 77/215 RESOLUTION AUTHORIZING THREE MONTH' S EXTENSION OF REACH PROGRAM AGREEMENT THROUGH DECEMBER 31, 1977 WHEREAS, a three-month extension through December 31, 1977. of the present agreement is determined necessary in order that Short-Doyle funding may be maintained. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ANTIOCH AS FOLLOWS: 1. That the Mayor be and he is hereby authorized and instructed to sign an agreement with Contra Costa County for a three-month extension of the REACH Program in the form attached hereto as EXHIBIT "A" . The foregoing resolution was passed and adopted by the City Council of the City of Antioch at a regular meeting thereof held on the 25th day of October 1977, by the following vote: AYES: Council Members Pierce, Whatley-, Davi , Aguilar, and Mayor Roberts NOES: None ABSENT: None FLORENCE V. RUNDALL, Deputy City Clerk 00501 In the Board of Supervisors r of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT October 11 , 19 J.Z In the Matter of Approving and Authorizing Payment for Property Acquisition Walnut Creek Channel , Walnut Creek Area Work Order 8344-7520 IT IS BY THE BOARD ORDERED that the Deed, executed by Edward W. Leal , Tax Collector, to the parcel of land identified as Parcel No. 148-160-012 is ACCEPTED and the Clerk of this Board is DIRECTED to have said document re- corded in the office of the Recorder of this County. The County Auditor-Controller is AUTHORIZED to make payment, by journal transfer, to the County Tax Collector in the amount of $61 .84 for the sale price of the property and the cost of publication. PASSED by the Board on October 11, 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 Originator: P. W. Department, Supervisors Real Property Division affixed this llthday of October 1977 cc: County Auditor-Controller J. R. OLSSOIV, Clerk Public Works Department County Administrator By /01�� . Deputy Cleric County Tax Collector Recorder (via P/41) N. Pous H-24 3/76 15m 00502 R?.�'` �T.�cr RE'aITESTED BI CONTRA COSTA COUNTY OD 61:1`1. RECORDEM '•IATL TO Public Works Department Real Property Division 6th Floor, Admin. Bldg. Martinez, CA 94553 _ DFF, D THIS rT1DE?T'- .3 made the 22nd day of September, 1977, between ED-L*11D W. LEL, Tax Collector of the County of Contra Costa, State of California, party of the first part, and the County of Contra Costa Flood Control and Water Conservation District, State of California, party of the second part, witnesseth: T-14.T TIMEAS, the real property hereinafter described was duly sold and conveyed to the State of California for the non-payment of taxes which had been legally levied and which were a lien upon said property under and in accordance with law; and VTHEREJkS, in conformity with law, the State of California, acting by and through FDT!LRD W. LEAL, Tar Collector as aforesaid, did sell to the said second party, the said property hereinafter described pursuant to an agreement made in accordance with the provisions of Division 1, Part 6, Chapter 8, of the Revenue and Taxation Code, at *which sale said second party became the purchaser of the whole thereof for the sum of Ten and no/100 dollars (:$10.00); NOI•:_, TEERLPORE., the said party of the first part, in consideration of the premises and and in pursuance of the statute in such case :Wade and provided, does hereby grant to the said party of the second part that real property hereinbefore referred to and situate in the County of Contra Costa, State of California, more particularly described as follows, to-wit: "Sy EXHIBIT All IN 'vFIT'T-,-,SS WHEREOF said party of the first part has hereunto set his hand the day and year .first above written. ED*TARD W. LEAL Tax Collector-Treasurer County of Contra Costa State of California STATE OF C4LIFOIDTIA ) )ss. County of Contra Costa ) On the 22nd day of Septe=mber, 1977, before me, J. R. Olsson, County Cleilk and ex-officio Clark of the Superior Court of the State of California in and for the County of Contra josta, personally appeared t?..D�JARD W. LFa.L known to me to be the Tax Collector of said County and the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same as such Tax Collector. (SaL) J. R. 7-SSM-1 County Clerk and ex-officio Clerk of the Board of Supervisors By Deputy 00503 PEZHIBIT wr Parcel No. 148-160-012, more particularly described as: All that real property in the County of Contra . described as follows: Costa, State of California, Portion of the Rancho San Miguel and a portion of the Rancho Las Juntas,. described as follows: All that portion of Walnut Creek as described in the deed from Albert G. Churchill, et ux, to Contra Costa County Flood Control and -fater Conservation District, recorded November 10, 1969, in Volume 6001 of Official Records, at Page 243, Contra Costa County records which- is lying within the parcel of land described in the deed from�George K. Dorman, et ux, to Albert G. Churchill, et ux, recorded April 19, 19 Of Official Records at �e ds. in Volume 726 - , page 359, Contra Costa County Records. r 00504 In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GOVERNING BOARD OF CONTRA COSTA' COUNTY FIRE PROTECTION DISTRICT October 11 , 19 -77 In the Matter of Approving Inspection Services Contracts with Robert G. Soto for Contra Costa County Fire Protection District Projects. The Board, as ex officio the governing board of Contra Costa County Fire Protection District, APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Robert G. Soto, 985 Kenston Drive, Clayton, for contract documents review and construction inspection services for the following projects, which are effective October 11 , 1977: 1 . HVAC Systems at Station No. 1 , 5, 6 and 14, Contra Costa County Fire Protection District (7100-4696) 2. Apparatus Repair Shop, 2945 Treat Blvd. , Concord Contra Costa County Fire Protection District (7100-4697) PASSED by the Board on October 11 , 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Department affixed this 11 thday of_ October 19 77 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Administrator BDeputy Clerk County Auditor-Controller Inspector Soto H-24 3/76 15m �"�w j CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra CostaCount� b) Inspector's Name & Address: Robert r Soto 985 Kenston Drive, cl a tnn, CA g4�r�7 c) Effective Date: October 11 , 1977 d) Project's Name and Location: HVAC Systems at Station No_ 1 , 5, 6 and is Contra Costa r untie Fire 7 �l6 e) Rate of Compensation: $13.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENCY Contra ('nc+a INSPECTOR 'J!q By jot ,�v6,Publ i c t or s Di rector 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection 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 constructiion supervision of construction pro- jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with booed order 00506. Formed Approved by County Counsel 1-77 8 - b. Status & Relationship with Contractor. He shall maintain a dignified but t understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and- the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations . He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work 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 requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accom- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review-of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of;.the local , State, Federal , NFBU, NEPA, etc. , codes , regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings , specifications , contracts, change orders , directives , etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies , Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. 00507 -2- c. ' Material Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers ' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules , catalog numbers, vendors addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. - 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for - semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of .the parties for good cause shown. 00508 -3- CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions: These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G_ Sntn 985 Kenston Drive. Clayton, CA 94517 c) Effective Date: OrtnhPr 11 x 1977 d) Project's Name and Location: Apparatus Repair Shop. 2945 Tr ,W. 46971 (7100-4697) e) Rate of Compensation: ��� �� Deur 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENCY INSPECTOR B �� y ,,vPublis W r s Director 04 3. Parties. Effective on the above date, the above-named Public Agency (owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection 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 constructiion supervision of construction pro- jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfikrad with board order Formed Approved by County Counsel 1-77 005p v, L b. Status & Relationship with Contractor. He shall maintain a dignified but understanding relationship.with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner' s requirements by fre- quent, regular conferences or other suitable means , especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly. familiar with all con- tract documents including specifications , drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall -attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work 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 requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules ;. he shall evaluate suggestions or modifications which have been made to accor:!- modate on-the-job problems, and report them with recommendations to the Archi- tect; acid he shall review and make recommendations to the Contractor on all pay estimates. ' g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. Sial Duties & Instructions. The Inspector`s duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of;.the local , State, Federal , NFBU, NEPA, etc. , codes , regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings , specifications, contracts, change orders , directives , etc. , which determine work to be done by the Contractor (see also b-d, above) . b. Diary and Reports_ He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies , Architect and Public Agency, which shall be timely and insufficient detail to satisfy the purpose of the report. 00510 -2- r c. Material Records. He shall mai-ntain records of materials and/or equipment delivered at the site, showing manufacturers ' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules , catalog numbers , vendors addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th .and 16th through the last day of the month. Payment will be made on the 10th of the month or -the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. • 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. 9 3 00511 In the Board of Supervisor of Contra Costa County, State of California October 11 —019 77 In the Matter of Approving Change Order -1 , Project No. 5269-926-(43), Foundation Concrete and Structural Backfill - Detention Facility Project, Project No. 5269-926-(43) The Board of Supervisors AUTHORIZES the Public-Works Director to execute Change Order 1 , Project No. 5269-926-(43) , Foundation Concrete and. Structural Backfill . The change order provides for the-installation of sewer lines under the foundation grade beams and is required to resolve plumbing design changes required by the structural and soils engineers. The change order specifies that maximum payment shall not exceed $18,000 without authorization of the Public Works Director. PASSED by the Board on October 11 , 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 Seat of the Board of Originator: Public Works Department Supervisors Detention Facility Proj . affixed this lltMoy of October 01 197 .. cc: County Administrator County Counsel J. R,.r OLSSON, Clerk County Auditor-ControllerBy �• 1 ; :;-J _1 , Deputy Clerk Turner Construction Co. Helen C. Marshall Public Works Director H_243176 15m 0052 In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Appointment to the Citizens Advisory Committee for County Service Area P-1. The Board on September 13, 1977 having accepted the resignation of Mrs. Helen Dworak from the Citizens Advisory Committee for County Service Area P-1; and Supervisor N. C. Fanden having recommended that Mrs. Barbara P. Denton, 136 Alexander Avenue, Crockett, California 94525 be appointed to fill the unexpired term of Mrs. Dworak ending December 31, 1977; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Fanden is APPROVED. PASSED by the Board on October 11, 1977. 1 hereby certify that the-•foregoirig is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. CC: Ms. B. P. Denton Witness my hand and the Seal of the Board of County Service Area P-1 Supervisors Public Works Director affixed this 11 tt-ioy of_ October 19 _Z2 County Administrator Public Information_ Officer J OLSSON, Clerk 3y j Deputy Clerk Ronda Amdahl 00513 H -24 3/76 15m In the Board of Supervisors of ContraCosta County, State of California October 11 19 77 In the Matter of Nomination to the Regional Planning Committee for the Association of Bay Area Governments. Supervisor W. N. Boggess having advised that he had received an October 4, 1977 letter from lair. Revan A. F. Tranter, . - Executive Director, Association of Bay Area Governments, calling . attention to the fact that a vacancy exists on the Regional Planning Committee due to the -resignation of Supervisor R. I. Schroder; Supervisor Boggess having recommended that Supervisor J. P. Kenny be nominated for appointment to the Regional Planning Committee; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on October 11, 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. ec• Mr. Revan A. F. Tranter witness my hand and the Seel of the Board of Supervisor Kenny Supervisors County Administrator affixed this 11ri-day of flimr�hQr ,, l9u Public Information Officer r-\,J. R. OLSSON, Clerk By Y _ -•-�c� c�4�V , Deputy Clerk Fonda Amdahl 00514 H-24 3/76'15rn i IV A, In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Approving Inspection Services Contracts with Robert G. Soto for Various Public Works Projects. The Board of Supervisors APPROVES and. AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Robert G. Soto, 985 Kenston Drive, Clayton, for contract documents review and construction inspection services for the following projects, which are effective October 11, 1977: Community Park No. 1 (County Service Area R-7) Alamo Area Work Order No. 5486-927 Veteran's Memorial Building, 102 Hartz Avenue, Danville Work Order No. 5480-927 North Wing Remodel , Planning Dept. , Admin. Bldg. 651 Pine Street, Martinez 0115-4111 George Miller Jr. Memorial West Therapeutic Swimming Pool 2801 Robert Miller Drive, Richmond (4419-4709) PASSED by the Board on October 11 , 1977. ! hereby certify that the.,foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors affixed this 11 thday of . October j 19 77 cc: . Public Works Department — Agenda Clerk Building Projects J. R. OLSSON, Clerk County Administrator BY_� t,�..) � �?A.�,r��'1�� Deputy Clerk County Auditor-Controller y" �="�"�!" " Helen Inspector Soto C. l�larshal3 H-24 3/76 15m 00515 } . CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G. Soto 985 Kenston Drive. Clayton_, CA 94517 c) Effective Date: OctnhPr 11 , 1977 d) Project's Name and Location: Veteran's N[emnrial BW]dinq. _ 102 Hgrtz Avenue. Danville Work nrdPr Nn 9480_927 e) Rate of Compensation: $1,fi5TPr, hour- 2. our2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGEWY 4Q INSPECT By ; aI. � s Public Works Director 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specia y trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection 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 constructiion supervision of construction pro- jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the. Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Formed Approved by County Counsel 1-77 Microfil 0051 5 med with board order € aQ b. status & P.elationshr aih Contractor. He shall mai-}aim a dignified but nterstanding relat._oship with the workmen on the ;, but he shall conduct �; business only through th_ contractor's job superintendent, and shall not Give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall is ediately advise the Architect of any case where the Public . raancy representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contr_ctor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or l:edifications of or additions to an existing function- ing facility, which must �a maintained as an operating unit during conduct of construction work, and th_refore require special alertness to job conditions 71 ;,hick may affect such continuing operations. He shall coordinate necessary interruptions of normal .rner activities with the Public Agency and General Contractor beforehand. e. Familiarity with Contract_ He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the ar_quacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below) . e_ Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall 'atterd meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being perforred in a skillful manner and in accordance with the re.uirements of the contract documents. ".dvice & Suggestions. "a shall advise Public Agency on all construction mat- ters, such as suggesting Lange orders or reviewina construction schedules; ,e shall evaluate suggest-ions or modifications :rhich have been made to accom- :.odate on-the-job proble:.�, and report them with recomimendations to the Archi- tect; acid he shall review and make recommendations to the Contractor on all pay estimates . e_ ?re-Construction Review of Contract Documents. When so directed by the Public gency, he shall perform 'In-depth review of the contract documents before _enstruction begins, and :make appropriate recommendations thereon to the Public �cancy_ .7. S_acza_l Duties & instructions_ The Inspector's duties specially concerning the -_ or_ e he:,�ork`-i ncl ud_^ -e-tal 1 owi ng.- a. g a. General Records & Files. -e shall maintain a file of, and be aware of the contents of;_the local , S==te, Federal , NFSU, tJEPA, etc. , codes, regulations, directives , requirements, etc. , which are pertinent to this project, and are provided by the Public Azency; and he shall maintain a complete file of all Drawings, specifications, contracts, change orders , directives , etc. , which ._terrine work to be done _y the Contractor (see also o-d, above) . b_ Diary and Reports_ He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and F_Cfera1 agencies, Architect and Public Agency, which gall be timely and in s::�ficient detail to satisfy the purpose of the report. -z- 4051'7 c. Material Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers ' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for . semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on. the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual., consent of the parties for good cause shown. -3- 00518 • CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1. Special Conditions: These special conditions are incorporated below by reference: - a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G. Soto 985 Kenston Drive, Clayton, CA 94517 c) Effective Date. October 11 , 1977 d) Project's Name and Location: North Wing Remodel , Planning Dept. Administration Building, 651 Pine Street, Martinez (0115-4111 ) e) Rate of Compensation: $13.65 per hour 2. Signatures. These signatures attest the parties' .agreement hereto. PUBLIC A NCY� INSPECTO Byy ' 6.Publ i c Works Dire for 3, Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection 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 constructiion supervision of construction pro- . jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Formed Approved by County Counsel 1-77 00519 Microfilmed with. board order r�• b: Status & Relationship with .Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work 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 requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accom- modate on-the-job problems, and report them with recommendations to the Archi- tect; acid he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of,-.the local , State, Federal , NFBU, NEPA, etc. , codes , regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, change orders , directives , etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Feaeral :agencies , Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. 00520 -2- c, " Material Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates , maintenance manuals, operating instructions, keying schedules , catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services.at the above rate, for semi-monthly pay periods of the 1st through the 15th and .16th through the last day of the month. Payment will be made on. the 1.Oth of the month or the 25th of the month following the Day period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual, consent of the parties for good cause shown. 00521 -3- i CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra CnSta Coup4- b) Inspector's Name & Address: go�`rt n«ems„ 905 Kenstan ilrlup, rlaT,,.tan = F c) Effective Date: TC`om—�,�,El,�n�, L�r�ot d) Project's Name and Location: „ ,•�,, „ Alamo Area (.►apls_R22) -7) e) Rate of Compensation: ,s a our 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AG CY INSPECTO .Y 174. ��Public Works Direc 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection 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 constructiion supervision of construction pro- jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. y. 00522 Formed Approved by County Counsel 1-77 Microfilmed with board order b. Status & Relationship with_ Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct .busines.s only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work 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 requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accom- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to the Contractor on all pay estimates . g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of. -the local , State, Federal , NFBU, NEPA, etc. , codes , regulations, directives , requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts , change orders , directives , etc. , which determine *,pork to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Federal' agencies , Architect and Public Agency, which shall be timely and in Sufficient detail to satisfy the purpose of the report. 00523 -2- c. Material Records. He shall maintain records of materials and/or equipment 'delivered at the site, showing manufacturers ' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules , catalog numbers, vendors addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services .at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on,.the. l_Oth of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to_ be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance: Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage off $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. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual,,; consent of the parties for good cause shown. 00524 -3- a CONTRACT Special. Engineering-Administrative Services Construction Supervision & Inseection 1 . Special Conditions. These special conditions are incorporated below by reference• a) Public Agency: Contra Costa Cminty b) Inspector's Name & Address: gohPrt r,- sntn 985 Kenston Drive= Clayton- CA 94517 c) Effective Date: nctnher 11 , 1977 _ _ d) Project's Name and Location: George Miller Jr- Mamnrial We4zt (4419-4709) e) Rate of Compensation: $13.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGEMY INSPECT 8y 4;�Je� Pub is Works Directo 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4.. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- a vection 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 construttiion supervision of construction pro- jects. 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 Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with board order Formed Approved by County Couns4l 1-77 11052 J l b. Status & Relationship with 'Cobtractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct bu-s-Iness only through the contractor's job superintendent,' and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications , drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a , below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work 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 requirements of the contract documents . f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall. evaluate suggestions or modifications which have been made to accom- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins , and make appropriate recommendations thereon to the Public Agency. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of;.the local , State, Federal , NFBU, NEPA, etc. , codes , regulations, directives , requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, change orders, directives , etc. , which determine work to be done by the Contractor (see also b-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. 00526 -2- "c. Material Records. He shall maintain records of materials and/or equipment delive'red at the site, showing manufacturers ' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules , catalog numbers, vendors addresses and telephone contacts , etc. , of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for . semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on ,the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. 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 en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . AdJustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. -3 00527 f i In the Hoard of Supervisors of Contra Costa County, State of California Occtnbpr 11 �9 _ In the Matter of Authorizing Acceptance of Instruments for Recording Only IT IS BY THE BOARD ORDERED that the following Offers of Dedication ,are ACCEPTED for recording only: Instrument Date Grantor Reference . 1. Offer of Dedication for drainage purposes 9/30/77 . Harry W Leighton`, etal Sub. MS 62-75 2. Offer of Dedication for drainage purposes 9/27/77 Marion McKeown, etal Sub 4997 PASSED by the Board on October 11, 1977. 1 hereby certify that the..,foregoirig 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 Originating Department: affixed this 11th day of not-r hp,- 19 u_ Public Works Land Development Division J. R. OLSSON, Clerk cc: Recorder (via PW) By Deputy Clerk Public Works Director �� L. ldielso Director of Planning H -24 3/76 15m 00528. i In the Board of Supervisors of Contra 'Costa County, State of California October 11, :19 77 In the Mctter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following 'instruments ,are ACCEPTED: Instrument Date Grantor Reference 1. Grant Deed 9/29/77 Larry L Freels, etal LUP 2162-76 2. Grant of Development Rights 9/26/77 . Danny C. Wells Sub MS 79-76 3. Individual Grant Deed 9/26/77 Albert Hann, etal Sub. MS 277-76 co ac i 0 U PASSED by the Board on October 11, 1977. 1 hereby certify that the.,foregoirig 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 aa�d the Seal of the Board of Originating Department: Public Works Supervisors Land Developmentoffixed this 11th day of October 19 77 Division cc: Recorder (via Ptd) , J. R. OLSSON, Clerk Public Works Director By Deputy Clerk Director of Planning Sandra L. 'Nielson - H-24 3/76 15m OU529 I Ii. THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EY OFFICIO THE. GOVERNING BOARD OF CONI RA COSTA COUNTY 'WATER AGENCY In the ratter of Borrow Pits within ) the Rights-of-,lay Alignment of the ) Proposed Peripheral Canal being Used ) RESOLUTION NO. T;IA-77/3 in the Construction of Interstate 5. Supervisor Nancy C. Fanden having raised the question as to whether or not the County is taking action in connection with the borrow pits lying within the boundaries of the rights-of-way of the proposed Peripheral Canal and presently being used in the construction of Interstate 5; and Supervisor Warren N. Boggess having responded that this County had already noted that the borrow pits were being used for this purpose, that the County expressed strong opposition to this procedure being used by the State, and that within the last week the borrow pits received extensive coverage in Bay Area newspapers; and Supervisor Boggess having suggested that this Board take every opportunity to compliment the news media in alerting Northern California to this situation with respect to the proposed Peripheral Canal; and Water Agency staff having commented that litigation on these borrow pits was instigated by interests in San Joaquin County and that although the lower courts held that the State's procedure was proper, the appeal to a higher court level is still available if any party of interest wishes to pick up the litigation, but that, as of this date, no one has elected to take this course of action; and r Supervisor Fanden having emphasized that the Delta is, in effect, a safeguard for Northern California waters since, if the Delta were not there, the Department of 111ater Resources and the Bureau of Reclamation could then transfer Northern California water to San Joaquin Valley and Southern California without having to take Delta outflows into account; IT IS HEREBY RESOLVED that letters be addressed to the County Legislators and the State of California Department of i'Tater Resources and Department of Transportation with respect to the use of these borrow pits, requesting an explantion of their rationale and the reasons why they are proceeding as they are without prior public acceptance/authorization of the proposed Peripheral Canal. PASSED by the Board on October 11, 1977. cc: Congressman George Miller Senator John A. Nejedly Senator Nicholas Petris Assemblyman Thomas H. Bates Assemblyman Daniel E. Boatwright Assemblyman John T. Knox Mr. Jerome R. : aldi.e, Legislative Representative County Administrator County Counsel Public ;Alorks Director Dept. of :later Resources Dept. of Transportation RESOLUTION NO. WA-77/3 Oo�� �J o In the Board of Supervisors of Contra Costa County, State of California October 11 , 39 77 In the Matter of Vacant Positions on Loan and Grant Review Panel for Second Year Community Development Housing Rehabilitation Program. The Board on September 13, 1977 having accepted the resignation of Mr. Neil G. Nicholson as housing finance represen- tative on -the Loan and Grant Review Panel for. -Second Year Community Development Housing Rehabilitation Program, and having noted that there are now two vacancies in the category of finance representative; and The Board, as of this day, having received four applications for the two vacant positions on said Review Panel; IT IS BY THE BOARD ORDERED that the applications of Messrs . John H. Moulthrop, W. Robert Murray, Conrad H. Johnson, and L. 14. Allen are REFERRED to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) for review and recommendation. PASSED by the Board on October 11, 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. cc' Internal Operations Cte . witness my hand and the Seal of the Board of Director of Building Supervisors Inspection affixed this llthday of October 1977 Director of Planning County Auditor—Controller Director, Economic J. R. OLSSON, Clerk Opportunity Program By /7 =ZL'G =/j��� %r. Deputy Clerk Public Information Helen C. Marshall Officer 00531 H -243 7615m ti I ' L In the Board of Supervisors of Contra Costa County, State of California October 11 , 1977 In the Matter of Contra Costa County's Share of Partial Distribution of Bay Area Sewage Services Agency This Board having been informed that the County Auditor of the County of Alameda, as successor to the Bay Area Sewage Services Agency, is prepared to distribute. some_$500, 000 to the nine counties which contributed to said Bay Area Sewage Services Agency, upon execution by the Chairmen of the Boards of Supervisors of said counties of a receipt and release presented by such Auditor; and This Board having been further informed that the County of Contra Costa' s share of such fund is the sum of $60,555; and The proposed receipt and release having been reviewed by this Board, IT IS HEREBY ORDERED that the Chairman of this Board is AUTHORIZED to execute said receipt and release and the Auditor of the Countv of Contra Costa is empowered to . received said -funds. Passed by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: County Counsel Supervisors cc: County of Alameda Auditor-Controller affixed this 11-th day of Qctobe-r 1977 County Administrator County Auditor-Controller J. R. OLSSON, Clerk ey/ Deputy Clerk ine M. Neuze d H-24 4/77 15m 00532 RECEIPT AND RELEASE The undersiLTled county ("County") hereby acknowledges- receipt of the sum of $ 60 ,555 . 00 , froni the Ccunty Auditor of the County of Alameda, as successor to the Bay Area Sc;-.age Scrviccs Agency ("S::ccessor'). 01 Cowity acknowledges receipt of a letter from Successor dated June 23 , 1977, a copy of which letter is attached hereto, marled Exhibit A, and•by this 'reference is incorporated herein as if set forth at length. In that letter, Successor explains to County that the sum-of $500,000 is now being distributed to the nine counties which contcrbuted to the Day* Area Se:vage Services Agency, and Successor further t;,-,-- computations :,acomputations made with respect to each county, indicating the amount each county is to receive. In consideration of the sums hereby paid by Successor to County, County releases Successor of any and all claims which County might have with respect to the $500,000 now being distributed, except for the sum herein distributed to County, the.amount of which is noted above. . • 4 Should ali or any poriion of the ;P'500,06u be required to be paid to o"Lhet-s,-ei'cher bv reason of settlement, payment, or compromise of any claims of any -persons, governmental entities, corporations, or the like, o: otherwise be required to be paid, then County will, on demand, pay to Successor its proportionate share of the amount or amounts so required to be paid, wNch shall be computed in the same proportion as is set forth in the attached letter marked Exhibit A. ,ou.nty ackno.,iled�es that this payment of its share .of the aforementioned $500,000 is a partial distribution of all of the cash and -other assets belonging or appertainin f; to the Bay Area Sewage Agency, as required -by Ch. 652, Statutes of 1976, and that final distribution will be made at some time in the future. County agrees to execute a receipt and reici:se in.similar form %ith respect to that future distr.,butica. . 3 Dated : October 11 , 1977 TM Co IN. j,Y r. CO`,1TRI A COSTA y G` G/+.NBoggess Chuirnuu:, 1•t5ardo' L;aervisors , Microfilmed with boar@14&23 COUNTY COUNSEL'S OFFICE,. �'f CONTRA COSTA COUNTY' MARTINEZ. CALIFORNIA Date: September 2, 1977 �=3wra Costo round To: Arthur G. Will, County Administrator` Attn: Tom Welch �.� From John B. Clausen, County Counsel r' �e of By: Michael D. . Farr, Deputy County Counse5oUnly Adm!ni r Re: Partial- Distribution of Bay Area Sewage Services Agency Assets You have requested that this office review. a ."Receipt and Release" prepared by Alameda County as successor to Bay Area Sewage Services Agency for the distribution of agency funds to this County, among others . We note that the document adknowledges receipt of a letter from Alameda County, a copy of which is incorporated in the document as Exhibit "A". We have not been furnished a copy of Exhibit "A" and therefore make no comment on it. We also note that the release binds the County to pay on demand to Alameda County a portion of the distributed funds should some settlement , payment or 'compromise of claims against the Agency be nedessary. - There is no time limit on this liability. We. assume - that you have no administrative objection to the. potential future liability. With the above understanding, we have no objection to the form of the receipt and release. Following is the text of a proposed draft Board Order: "This Board having been informed that the County Auditor of the County of Alameda, as successor to the Bay Area Sewage Services Agency, i.s prepared to distribute some $500,000 to the nine counties which contributed to said Bay Area Sewage Services Agency-, upon execution by the Chairmen of the Boards- of Supervisors of said counties of a receipt and release presented by such Auditor; and this- Board having been further informed that 'the County of. Contra Costa's share of such fund is the sum of $60,555; and the proposed. receipt and release having been reviewed by this Board, "IT IS HEREBY ORDERED that the Chairman of this Board is authorized to execute said receipt and release and the Auditor of the County of Contra Costa is empowered to receive said funds . 11 , 'RECEIVED MDF:g OPT ;'1977 Microfilmed with board order J. R. OLSSON ' CLERK BOARD OF SUPERVISORS CONTRA COSTA CO. n � m *,S C0Id�11T7 -. 4UF)jTO1�-CO-N(1 L OLL j L 1 3-E Donald JK Parkin,AuditolCorAroller *r?inert yvCoenran Chiet Gep�scv*Auy'o. ICEjC — 1221 Oal�Street, Oal ar_d, California, 9?612 Telephone: (�ls�s��- 7905 June 23, 1977 Exhibit A Chairman, Board of Supervisors County of Contra Costa Administration Bldg. , 651 Pine Street - Martinez, Calif. 94553 Re: Partial Distribution of BASSA Assets Pursuant to Chapter 682 California Statutes of 1976 (AB3041-copy attached) I am preparing to disburse to each County its proportionate share of the BASSA assets. This is a partial distribution; 'a final distribution will be made when all claims by and against BASSA have been settled. Your County's share of the distribution is $60,555.00. Your proportionate share was computed according to section 7 of Chapter 682 per the details listed below. 75/76 Contributions X To Amount To County To BASSA Total Be Distributed Alameda $131,411.00 22.657% $113,285.00 Contra Costa 70,244.00 12.111 60,555.00 Marin 25,740.00 4.438 22,190.00 Napa 101417.00 1.796 8,980.00 San Francisco 81,426.00 14.039 70,195.00 San Mateo 68,777.00 11.858 593290.00 Santa Clara 141,334.00 24.368 121,840.00 *Solana 22,144.00 3.818 19,090.00 Sonoma 28,507.00 4.915 24,575.00 Total $580,000.00 100.0002 $500,000.00 *Solana County's portion will be reduced by $1,628.00 which is the value of the BASSA persona•1= property acquired by that county. See my Letter of aril 29, 1977. Microfilmed with boader 35 _2- I would like to rewind each County that Section 7 of Chapter 682 states that..... "If a county, during the 1975-76 fiscal year, apportioned 'all or part of its apportioned share of the costs and expenses' of the agency among local agencies within such county pursuant to the provisions of Section 16809 of the Water Code, such county shall divide any moneys received pursuant to this section between such local agencies in the proportions that the individual contribution of each such local agency bears to the total contribution received by such county pursuant to Section 16809 during such fiscal year" - (emphasis supplied). . Before your warrant for $60,555.00 can be prepared, it will be necessary for your County to execute the attached .receipt and release and return it to me at 1221 Oak Street, Oakland, CA 94612. Upon receipt .of the executed receipt and release your warrant will be mailed. If you have any questions, please call me at 874-7985. Very truly yours, DONALD M. PARKIi1 Auditor-Controller .+ of Alameda County DM_P:hk ' Attachments 0053 i r In the Board of Supervisors of Contra Costa County, State of California October 11 9' ZZ In the Matter of Report from County Counsel with Respect to Change in Speed Limits and Installation of Stop Signs on County Roads. The Board having received a September 28, 1977 memorandum from Mr. John B. Clausen, County Counsel, commenting on applicable. law with respect to requests for change in. speed.limits and installation of stop signs on county roads; IT IS BY THE BOARD ORDERED that receipt of the ,aforesaid memorandum is ACKNO-,tLEDGED. PASSED by the Board on October 11, 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 cc: Countv Counsel Supervisors Public Works Director affixed thisllth day of October 19= Di-rector of Planning County Administrator _ J. R. ©LSSON, Cleric By •► Deputy Cleric � CS ' Ze _Z ierre? 00537 H-24 4/77 15m COUNTY COUNSEL'S OFFICE MARTINEZ, CALIFORNIA -� CONTRA COSTA COUNTY RECEIVED f •C f� I V E )� ! ` Dace: September 28, 1977 . I 0C i 3 19/ To: Board of Supervisors _ CL:2K 3�A:•v � �Uc*:ZViSOZS C^ri::RA 5.A CO- FroRr: John B. Clausen, County Counsel By: Georgene G. Barnes , Deputy County Counsel Re: Necessity for traffic and engineering reports Recently, there has been an increase in the number of requests for changes in speed limits and for installation of stop signs on the county roads made to the Board of Supervisors. For this reason we would like to call to the attention of the Board the applicable- law. Vehicle Code §22358 governs the decrease of local speed limits . It provides : "Whenever a local authority determines upon the basis of an engineering and traffic survey that the limit of 5 miles per hour is more than is reasonable or safe, the local authority may by ordinance determine and declare a prima facie speed limit of 60, 55, 50, 45, 40, 35, 30 and 25 miles per hour, whichever is found most appropriate to facilitate the orderly move- ment of traffic and is reasonable and safe . . . . . . " (Emphasis added. ) (Sec. 32 allows use of resolutions instead of ordinances , and was enacted at our request. ) The required contents of the required engineering and traffic survey are set out in Vehicle Code §627. The survey must include, at least, a study of the prevailing speeds as determined by traffic engineering measurements, accident records for that particular stretch of road, and highway traffic and roadside conditions not readily apparent to the driver. If the engineering and traffic survey does not support the posted speed limit, or if there is no recent engineering and traffic survey, speeding violations in certain instances may not be suc- cessfully prosecuted. (People v. Sterrit (1976) 65 C.A.3d Supp. 49, 135 Ca1.Rptr. 522; People v. Halo off (1976) 60 C.A. 3d Supp. 1, 131 Cal.Rptr. 531; our Opn. #77-61 to the Public Works Dept. ) Vehicle Code Division 11 Chapter 2 governs traffic signs, signals and markings . Vehicle Code §21355 governing stop signs states in pertinent part : "The Department of Transportation and local authorities in their respective jurisdictions may erect stop signs at any location so as to control traffic within an intersection. " Emphasis added. ) 00538 -2- September 28, 1977 Board of Supervisors se of stop signs is to control.' Unlesstrafficanin,n Note that the purpose to control. speed on a road. not be appropriate. an intersection, a stop sign may tersection` is dangerous or; busy, eed limits , like moss ns or lower sP judicial review. The decision to erect stop sig is subject to J other local governmental decisions , to require that most appellate courts are tenthegfacts presented to the The California app supported by s be made. governmental decisions andhat all required finding local legislative body validity of Board traffic controldecisiOns3 the neering findings To assure the vah Y ro riate eng1 facts should be cidouraorder.and PP P available to supportY GGB: g e. 00539 ti In the Board of Supervisors of Contra Costa County, State of California October 11 , 19 77 In the Matter of Hearing on the Proposed Amendment to the County Ordinance Code Which Would Establish a New Zoning District for the Downtown Area of Orinda. The Board on September 13, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with. respect to the proposed amendment to the Ordinance Code which would establish a new zoning district to be known as the Community Business District for the downtown area of Orinda by substituting it for the Planned Neighborhood Business District (Planned N-B) and the Retail Business District (R-B) ; and No one having appeared in opposition; 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 77-102 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 18, 1977 is set for adoption of same. PASSED by the Board on October 11, 1977 . • 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the dote aforesaid. CC • Director of Planning Witness my hand and the Seal of the Board of • County Counsel Supervisors County Assessor affixed this_LLtliday of Q _t-ob r 19 7-L- (�,It LSSON, Clerk By �on-d� ` Deputy Clerk l Ra .Amdahl 00540 H -243176 ism f In the Board of Supervisors of Contras Costal County, State of California) October 11 . 1977 In the Matter of Request to Use San Miguel Road for Seven-Mile Run. The Board of Supervisors on September 27, 1977 having referred to the Public Works Director for recommendation a letter from Kerry Gardette, representing Byong Yu Karate Studio, requesting permission to use San Miguel Road on November 6, 1977 for a seven mile run; and The Public Works Director having recommended that he be authorized to issue an encroachment permit for same upon receipt of a certificate of Insurance; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED and he is AUTHORIZED to issue an encroachment permit to Byong Yu Karate Studio to use San Miguel Road for the seven-mile run upon receipt of a Certificate evidencing that insurance coverage in the minimum amount of $500,000 combined single limit for bodily injury and property damage with the County named as an additional insured under the policy. PASSED by the Board on October 11, 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. CC: Byong Yu Karate Studio Witness my hand and the Seal of the Board of 1839 East Street Supervisors Concord, CA 94520 affixed thisjjtjZdoy of Qrtober 19 ZZ Public Works Director County Administrator �ROLSSON, Clerk Deputy Clerk 4BYli Amdahl H-24 3/76 15m 011541 In the Board of Supervisors of Contra Costa County, State of California October 11 . 1977 In the Matter of Approving Deferred Improvement Agreement for_•Subdivision MS 62-75 in the Brentwood area. The, Public Works Director is AUTHORIZED to execute.a Deferred Improvement Agreement with Harry W. Leighton & Dorothy, Kathleen Leighton permitting the deferment of construction of permanent improvements required as •a condition of approval for Subdivision MS 6275, in the Brentwood area. PASSED by the Board on October 11, 1977. o , U _ EL ttS r' i O U 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. Originating Department• PW (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W.) affixed this llthday of October 1977 Public {Yorks Director Director of Planning J. R. OLSSON, Clerk County Assessor Leighton ConstructionBy Deputy Clerk P. 0. Box 114 Brentwood, CA �flcl� i,. IJfr�l::rit� H-24 =,76 15m 00542 In the Board of Supervisors of Contra Costa County, State of California October 11 . 19 31 In the Matter of Hearing on the Request of Crabtree Engineering, Applicant, (2149-RZ) to Rezone Land in the Oakley Area. Frank and Maddlen Beede, Owners The Board on September 13, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Crabtree Engineering, applicant, (2149-RZ) to rezone land in the Oakley area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40) ; 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 Supervisor E. H. Hasseltine having noted that it was his understanding that no division of property take place until water is available; and The Board having considered the matter, IT IS ORDERED that the request of Crabtree Engineering is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-100giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 18, 1977 is set for adoption of same. PASSED by the Board on October 11, 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 cc: Crabtree Engineering Supervisors F. & i`i Beede Director of Planning affixed thisllth day of October 19 77 County Assessor J. R. OLSSON, Clerk : �..0 Deputy Clerk Sandra . INie on 00543 H -24 3/76.I5m In the Board of Supervisors of Contra Costa County, State of California (let ohPr 11 19 In the Matter of _ Hearing on the Request of Nir. Frank Bellecci, Applicant, (2130-RZ) to Rezone Land in the Oakley area. Mr- Tony c_ntinn The Board on September 13, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of IDZr. Frank Bellecci, ' applicant, (2130-RZ) to rezone land in the Oakley area from General Agricultural District (A-2) to Single Family Residential District-40 (R-110) ; 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 request of Mr. Frank Bellecci is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-101 giving . effect to the aforesaid rezoning is INTRODUCED, reading waived and October 18, 1977 is set for adoption of same. PASSED by the Board on October 11, 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 �y Supervisor cc: Mr.. Tony Cutino ffirFrank Bellecci axed thisllthday of October l9 77 Pai Director of Planning County Assessor J. R. OLSSON, Clerk By d4i?' Deputy Clerk Sandra L. Nielson H-24 3/76 15m 00544 In the Board of Supervisors of Contra Costa County, State of California October 11 , 19 77 In the Matter of Request of The Desco Group, Inc. , Applicant, (2132-RZ) to Rezone Land in the Pleasant Hill BARTD Station Area and Development Plan Application No. 3026-77. Buckley, Friberg, Obert &Tobias, The Board on September 20, 1977 having fixed this time . for hearing on the recommendations of the Planning Commission with respect to the request of The Desco Group, Inc. , applicant, (2132-RZ) to rezone land in the Pleasant Hill BARTD Station area from Single Family Residential District-15 (R-15) to Multiple Family Residential District (M-3) , and the approval of Development Plan Application No. 3026-77 with conditions; 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 leaving considered the matter, IT IS ORDERED that the rezoning request and the Development Plan application of The Desco Group, Inc. , are APPROVED with conditions (Exhibit "A" . attached hereto and by reference made a part hereof) . y IT IS FURTHER ORDERED that Ordinance No. 77-97 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 18, 1977 is FIXED for adoption of same. PASSED by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: The Desco Group, Inc . Supervisors Buckley, Friberg, Obert affixed this 11th day of October _ 1977 and Tobias Director of Planning Public Works Director J. R. OLSSON, Clerk Director of Building By f ,y Deputy Clerk Inspection County Assessor Vera Nelson H-24 4/77 15m 0054 EXHIBIT "A" The Desco Group, Inc. , #3026-77 1. Development shall generally be as shown on plans submitted dated by the Planning Department May 24, 1977, subject to final review.and approval by the County Zoning Administrator prior to the issuance of a building permit and subject to the conditions listed below. 2. A revised plan shall be submitted which complies with minimum and maximum development requirements established in the tiI-3 Zoning District. Building units may be altered to achieve this required revision. 3. Comply with landscape and irrigation requirements: as follows: A. Prior to the issuance of a building permit, a landscape and irrigation CP plan shall be submitted for review and approval by the County Zoning Administrator. A cost estimate or copy of contract for landscaping improve- ments shall be submitted with the plan. Landscaping and irrigation shall be installed prior to occupancy. B. If occupancy is requested prior to the installation of the landscape and irrigation improvements, then either: (1) a cash deposit; (2)' a bond; or (3) a letter of credit shall be delivered to the County for 100% of the estimated cost of the uncompleted portion of the landscaping and irrigat- ion improvements. If compliance is not achieved after six (6) months of occupancy, as determined by the County Zoning Administrator, the County shall contract for the completion of the landscaping and irrigation improve- ments to be paid for by the held sun. The County shall return the unused portion within one (1) year of receipt or at the completion of all work. If droucht conditions exist, the six months' period can be extended by the Zoning Administrator. 4. The proposed building elevations shall be similar to that shown on submitted plans together with the changes suggested in the staff report. Prior to the issuance of a building permit, elevations and architectural design of the building shall be subject to the final review and approval by the County Zoning Administrator. The roofs and exterior walls of the buildings shall be free of such objects as air conditioning equipment, television aerials, etc., or screened from view. S. F_xterior lights shall be deflected so that lights shine onto applicant's property and not toward adjacent properties. 6. There may be one (1) sign for project" identification purposes only permitted, subject to the review and approval of the Zoning Administrator. 7. There shall be perimeter fencing adjacent to existing residential uses. The applicant shall submit fencing details to the Zoning Administrator for review and approval prior to the issuance of a building permit. S. Comply with the requirements of the County Building Inspection Department. 9. Comply with the requirements of the Contra Costa County Consolidated Fire District as follows." ' A. The applicant •shall submit two (2) copies oC the site plans indicating parcel number, street address and city, building use, location on property, 00546 ( : EXHIBIT "A" The Desco Group, Inc., 93026-77 - Continued; si-e, type of construction and roof covering; streets, driveways and parking areas. Plans shall be reviewed and requirements desig- nated by the Fire Prevention Bureau. - B. The applicant shall submit two (2) copies of drawings indicating floor plans, elevations, location and arrangement of fixtures and equipment, for review and designation as required protection by the Fire Prevent- ion Bureau. 10. Comply with the requirements of the Public 11,1orks Department as follows: A: Convey to the County by Grant Deed, 10-feet of additional right-of-way on Del Hombre Lane as required by the planned future width. B. In accordance with Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be conveyed to Contra Costa County shall consent to the conveyance of those areas. C. The above instrument/s; which must be executed by the owner/s before any building permit can be issued, will be prepared by the Public Works Department, Land Development Division. ' D. Submit site grading and drainage plans to the Public Works Department, Land Development Division for review prior to the issuance of any build- ing permit or the construction of site improvements. E. Construct curb, 6-ft. , 6-inch sidewalk (width measured from curb face) , necessary longitudinal drainage, and pavement widening on Del Hambre Lane. The face of the curb shall be located 1.0-ft., from the widened right-of-tray lL e. F. Collect all storm water flows entering and originating writhin the sub- ject property and convey them in an adequate drainage facility to the . existing storm drain on the easterly side of Las Juntas Way about 150-ft., northeast of the intersection of Del Hambre Lane and Las Juntas Way, if adequate, or to an adequate downstream facility if it is determined to be inadequate. G. Submit hydraulic and hydrologic calculations verifying the adequacy of the existing outlet pipe leading from the existing inlet. K. Install all new utility distribution services underground. I. Install two (2) street lights on Del Hombre Lane. The final location of the lights will be determined by the Traffic Engineer. This property shall be annexed to County Service Area L-42, for the maintenance and operation of the street lights. J. Submit improvement plans to the Public Works Department, Land Develop- ment Division For review; play an inspection fee and applicable light- ing fees. Overall curb grade plans will be prepared by the Public Iforks Department for use by the applicant in the preparation of specific improve- ment plans. The review of improvement plans and the payment of all fees . shall be completed prior to the clearance of any building for occupancy by the Public j1;orks Depattment. If occupancy is requested prior to construct- ion of improvements, the applicant shall execute a Road IcTrovement Agree- ment with Contra Costa County and post the bands required by the Agree- ment to guarantee completion of the work. K. An encroachment permit shall be obtained from the Public Works Department, Land Development Division, for driveway connections and qrhhqrt traction within the right of way of Del Hombre Lane. � � 1 In the Board of Supervisors of Contra Costa County, State of California OCT 11. 1977 , 19 In the Matter of Termination of Reimbursement Agreements Lewis Maul Thomas and Lubertha Anderson On recommendation of the County Auditor-Controller ITIS BY THE BOARD ORDERED THAT the Chairman IS �'�'3i Y AUTHORIZED to execute Termi ation of Reimbursement-. '. (1 Agreements which were taken to guarantee repayment of the cost of services rendered by the Couny to Lewis rlaul and Thomas and Lubertha Anderson who have made repayment in full. N Passed by the Board on OCT 1111977 - 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. Originating Dent: Auditor—Controller Witness my hand and the Seal of the Board of cc: County Administrator supervisors OCT 111977 affixed 11977affixed this day of . 19 i J. R. OLSSON, Clerk BDeputy Clerk H 24 12/74 - 15-M ludti�;Q",j.1;cL' • d 00548 1 TERMINATION OF REIMBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on November 1. 1961 by Lewis Haul and recorded in the official records in the office of the County Recorder of this County on November 241s 1961 in Volume 4001 at page 63 is hereby released. n Dated: October 119 1977 By order of the Board of Supervisors. A CHAIRMAN OF THE BOARD OF SUPERVISORS Contra Costa County 0 STATE OF CALIFORNIA County of Contra Costa On (date) October 11 , 1977 before me, T�f�x rse TT_ rJeit_f u-"I d a deputy county clerk of this county, personally appeared W. N. Boggess known 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 by :�IaLne PSI. 14--, eld . Deputy County Clerk (K 2029 11/72) Mlcrofilrnad with board order 00549 TERMINATION OF REIIDIBURSEPIENT AGREEMENT The REIMBURSEMENT AGREEMENT and'NOTICE OF LIEN executed on . February 15, 1962 _ by Thomas and Lubertha Anderson and recorded in the official records in the office of the County Recorder of this County on Ma h 12, 1962 in Volume IL073 at page 61L8 is hereby released-. . Dated: October 11 , 1977 By order of the Board of Supervisors. CHAIRMAN OF THE BOARD OF SUP VISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) October 11, 1977 before me, Plaxine M. Neufeld a deputy county clerk of this county, personally appeared W. i3. Bg -ess known 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 by Maxine M. Nei i f Iri Deputy County Cler�nC�o (H 2029 11/72) Microfilmed with board order BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) ) of the CVC, Declaring a Stop ) TRAFFIC RESOLUTION NO . 2385 - STP Intersection at OCHO RIOS DRIVE ) (#47270) and MIDLAND WAY (4727K) , Date: OCT 11 1977 Dahville Area. (Supe. Dist. V - Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommends- 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 intersection of OCHO RIOS DRIVE (f#4727C) and MIDLAND WAY (4727 K), Danville, is hereby declared to be a stop intersection and all vehicles traveling on Ocho Rios Drive shat-1 stop before entering said intersection. Adopted'aythe Board on__ CT 111977 Sheriff ' California Highway Patrol T-14 00551 _.. 72 • BOARD OF SUPERVISORS OF CONTR� COSTA COUNTY, CALI PO?`F EA J NOTE TO C L U1 L� kNT Claim Against the County, ) The copy o6 tsiz docum e),t 7. tZ2 .to t;ou -tA you,t Routing Endorsements, and ) notice o6 tke action .taken on your c,Zaim by .tete Board Action. (A11 Section ) Boand o6 SupeAvi,sou (Panagxaph 111, be.Zotu}, references ,are to California ) given pauua tt to Govexnment Code Seetion6 911 .8. Government Code.) r ) 913, 6 915.4. PZua4e note-the "wafaring" be.Zow. -.- Claimant: Nancy L. Lynch, 1076 Carol Lane 4129, Lafavette, CA 94549 Attorney: Glenn E. Thompson Address: 151 W. St. James Street San Jose, CA 95110 Amount: .$101000 Hand delivered via Public .gorks Dept. Date Received: September 6, 1977 IW *Fe'r�Kto Clerk on September 6, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim o 'Application _�tto��File Late Claim. DATED: Sept. 6, 1977J. R. OLSSON, Clerk, By `1ee���r Deputy II. FROM: County Counsel TO: Clerk of the BoardppfcSupervisors (Check one only) ( This Claim complies substantially with Sections 910 and 910.2. 1�TT hi"`_''n.. ( ) This Claim FAILS to comply substantially with Sections 910 and 910%-z2 ",wd we are so notifying claimant. The Board cannot act for 15 days (Section 910.$) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim (Section 911.6) . DATED: 'j-/_2,7.7 JOHN B. CLAUSEN, County Counsel, By _ �- Deputy 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 Board's Order entered in its minutes for this date. DATED:00t . 11 , 19 7 7 J• R• OLSSON, Clerk, by Deputy Sandra TNiplqnn- WAR.NING TO CLAIMANT Government Code Sections 911.8 b 913) You have onty 6 moi Qnom the ig op thZA notice to you within whic;t to- 6.i.Ze a coup; actZon on .thi.6 nejected CZa m (nee Govt. Code Sec. 945.6} oh 6 month& 6•tom tJte deniaZ o6 youA dpptccati,on .to File a Late C.Zaim utitt n Leflich to ,petition a coutt Son xeP,i.e6 6nom Section 945.4',& Uaim-bit ng deadline (,&ee Section 946.6) . You may seek ate advice o6 any attonney o6 your choice in connection tui th. thi s mattex. 16 you vizit to conduct an atto: ney, you shcu.Zd do so .%mmediatteZy. IV_ FRO,'-1: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, 6 (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 h_as been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED:Oct , 11 LQ77 J. R. OLSSON, Clerk, BBltf.uC�rz 7',/ zz z4,A,6t 4 Deputy Cantira t, V. FROM: (1) County Counsel, (2) CounyAdministrator, TO: Clerk of the Board (3) Public {':orks of Supervisors Received copies of this Claim or Application and Board Order. DATED: ()CI, ] 107 County Counsel, By County Administrator, By Public Works, By 8.1 Rev. 3/77 u SiP 6 1°i, CLAIM AGAINST A PUBLIC ENTITY PUBLIC WORKS DELPARTr;;_,.i COUNTY OF CONTRA COSTA TF I L September 1, 1977 '� SEP G 1977 CLAIMANT'S NAME: NANCY L. LYNCH J. U. OLSSON CLERK BOARD OF SUPERVISOR$ AMOUNT OF CLAIM: $ 10,000. 00 9 ya&M DOST CO _...oe CLAIMANT'S ADDRESS: . .1076 Carol Lane, #129 Lafayette, CA 99549 Phone:- 286-8057 ADDRESS TO WHICH NOTICES ARE TO BE SENT: Glenn E. Thompson, Esq. 151 W. St. James Street San Jose, CA 95110 DATE OF ACCIDENT: July 9, 1977 LOCATION OF ACCIDENT: Moraga Road, Moraga, California. No nearby cross-street. HOW DID ACCIDENT OCCUR: Claimant was a passenger on a motorcycle traveling. along Morage Road when their vehicle was struck by a patrol car operated by Deputy Selby of the Contra Costa County Sheriff's Department. DESCRIBE INJURY OR DAMAGE: Claimant received injury to her knee and sustained scarring thereon. NAME OF PUBLIC EMPLOYEE OR EMPLOYEES CAUSING INJURY OR DAMAGE, IF KNOWN: Deputy Selby, Contra Costa County Sheriff's Department. ITEMIZATION OF CLAIM: (List items totaling amount set forth above.) Medical Bills, pain and suffering, $ disfigurement and scarring $ TAL 10,000. 00 Signed by or on behalf of claimant: / r,,, Y" s• EPJ1 /jE. THOMPSO .4 `torney NOTE: CLAIM FORM MUST BE FILED IN DUPLICATE. BOTH COPS MUST BE SIGNED. Microflmad with board order 3 a a t BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNEA Board Action - ' 10/11/77 NOTE TO CLAI RL%N Claim Against the County, } The copy oS -tfu:z document ma,&c-'ey to you i4 yo:r1- Routing Endorsements, and ) notice oS the action tahen on you�c c,Eaim by the Board Action. (All Section ) Boand oS Supetviao4z (Pa2agA*h 111, beZotul, references are to California } given puAzuant .to (iovelumeftt Code SeetZona 911.8, Government Code.)- ) 913, 9 915.4. ' PZed4 a note the "waxning" beeow. Claimant: 1114r. and Firs. Donald Harrison, 1707 Lindenwood Drive, Concord, CA 9452[ Attorney: Ring, Amey, Ginocchio & Ring, Inc, , by A. J. Ginocchio Address: P. O. box 97, Walnut Creek, CA 94596 Amount: $10,000.00 HAND DELIVERED Date Received:September 7 , 1977 93K��wp to Clerk on September 7, 1977 By mail, 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: 9/12/77 J. R. OLSSON, Clerk, BYI 1 _ CL y Deputy Patricia A. Bell II. FROM: County Counsel f \t�-� TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substanti T.byl with Sections 910 and 910.2. ( ) This Claim FAILS to comply sub filly with Sections 910 and 910.2, and we are so notifying claimant. The Bo 'd 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 ICY Late Claim ( 'on 911.6) . DATED: J0.- B. CLAUSEN, County Counsel, By Deputy 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. DATED: Oc�t . 11 . 1477 J. R_ OLSSON, Clerk, by dl Deputy Sandri E_. �Jiplfson WARNING TO CLAIRMT Government Code Sections 911.8 F, 913) You have onZy 6 mo 6-tom the =Zutg o6 tki.6 notice .to you ' wf:,i.crc to 6i.Ze a count action on thiA 1c.ej ec ted Cta,im (4 ee Govt. Code Sec. 945.6) on 6 monthA S-tam the den ca.Z o f yowt Appt ication .to FiZe a Late Cta im w,Wi i.n cv{uch to petition a count Son .%eei.ej 6,tom Section 945.414 cta,im-6iZing deadeine (.aee Section 946.6) . You may zee.-, tfte adv-i ee o6 any a,t ohney o6 you of choice .i)L connection ev dL phi mat-teA. It? you want to eomuU cut atte%ney, you 6houZd do so .cmmed.iatay. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (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' h_as been filed and endorsed on the Board's copy of this Claim in accordance with Section 297033. DATED: i'�7 J. R_ OGSSON, Clerk, By ;�ti 7 /� • � O Deputy nnrirn LTi 1- V. FROM: (1) County Counsel, (2) County dministrator, TO: Clerk- of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: mac. 1I i n 77 County Counsel, By County Administrator, By Public Works, By 8. 1 Rev. 3/77 n SL1p(^ • 19-77 i J. R. 01_SSO.y CLERK BOARD aF SUPERVISORS CoN O5T CO. 1 CLAIM AGAINST THE COUNTY OF CONTRA 2 TO: CONTRA COSTA COUNTY AND TO THE CLERK OF THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA: 3 4 1. The claimants ' names and post office address are 5 as follows: MR. AND MRS. DONALD HARRISON, 1707 Lindenwood 6 Drive, Concord, California 94520. , 7 2. Notices should be sent to the following law firm 8 at their address as set forth below: RING, ATHEY,GINOCCHIO & 9 RING, INC. , by A. J. GINOCCHIO, P. 0. Box 97,Walnut Creek, 10 California 94596. 11 3. The date, place and other circumstances of the 12 occurrence or transaction that gave rise to this claim are as 13 follows: On or about March, 1977, claimants orally leased from 14 the Veterans of Foreign Wars, individually and as agent for 15 the County of Contra Costa, those air conditioned premises 16 located at 1250 Locust Street, Walnut Creek, California, for use 17 by claimants as a Bridge Club Monday through Friday, the term 18 of- said' lease to extend until claimants completed construction 19 of a building in Walnut Creek. After moving into the premises, 20 claimants and the Veterans of Foreign Wars manifested a portion 21 of their agreement in writing, a copy of which is attached, 22 marked Exhibit "A" , and incorporated herein by reference. 23 After moving into the premises , the Veterans of 24 Foreign Wars , individually and as agent for Contra Costa County, 25 failed to keep the premises air conditioned, clean or sanitary. 26 In addition, said Veterans of Foreign Wars scheduled events for 27 certain Friday nights creating noise and causing claimants to 28 lose Friday night bridge games and customers. On July 30 , 1977 29 by the conduct of Veterans of Foreign Wars, individually and as 30 agent for the County of Contra Costa, claimants were construct- 31 ively evicted from said premises. 32 RING. ATHEY, GINGCCHIO S RING, INC. ..7 A PRD�CS SIO NAL J - LAW CORPDRAT.DN 1x37 NORT. •RDAD.AY 16NUT CRCEK.CA 94596 ,<151 935-0550 - - 00555 Microfilmed with board order I 1 4. A general description of . the damages incurred by 2 claimants by reason of said constructive eviction is as follows : 3 loss of goodwill, loss of profits and moving expenses. 4 5. The name or names of any public employee or 5 employees causing the damages are not now known. 6 6. The amount claimed as of the date of presentation 7 of this claim is the sum of $10,000.00. 8 7. The basis of computation of the claim is as 9 follows' 10 a) Loss of goodwill 5,000.00 b) Loss of profits 4,000.00 11 c) Moving expenses 1,000.00 12 Total $10,000.00 13 8. RING, ATHEY, GINOCCHIO & RING, INC. , by A. J. 14 GINOCCHIO, are the attorneys for the above-named claimants , and 15 they are designated and authorized to present this claim on 16 their behalf. 17 RING, ATHEY, GINOCCHIO & RING,INC. Attorneys for Claimants 18 Mr. an,4 Donald Harrison 19 � By 20 A. GINOCCHIO 21 22 Clerk of the Board of Supervisors of Contra Costa County 23 Court and Main Streets Martinez, California 94553 24 25 26 27 28 29 30 31 32 RING,ATHEY. GINOCCHIG - i RING. INc. —2— A ►NOCC5510NAt ` LAW CORPORATION - 1137 NORTN BROADWAY P. 0. OOx •VT GRCCK.CA$4$96 015 5S - •a151 93S-0550 EXHIBIT• "A" r °a s ' ;s:�C ��;:.1;: ':.i=:e occ�ss" toNs bus ldi ng..'�:ondey throu�o. Fride Y. ': ' . :. III tbe. d©y;.2 a and luesd®y through Pridgr in the ever-Ings . No loud events will be ache-ailed ori the bc.otom floor that will inte_fesed •qf th bri-3 ,e on tl.e top floor d uri r 6 tr.--se times. Mr. 1 rrison, '**31? _-ive up rriay April. 8th tci PUP to-s.1 low. ' chem.. :F ... . ,bid a ;to notify }heir mcmhers. ' :)3gh .sch:ol to •4o•• vi sceyliA.,work. " '. ..' Aan tyl. v;11 b:• 9865,C-0 . pei• nonth. . 111Ge: ILLYs, VCBC v. 11 5.1i. vsk-e..9-vnilayV3e -to.: Wdfellows ttie sa3'.•)a n1.de roan.. Tire 1$ige side ro 'm w1.17 be' ord . c? -.•r :"r-r.,nts. not- allorved. • � � �-� .to enter. •`_ . � . - •, •' .. , • ..� � • � . • �. .� �.� : .: . : . ... � :..: � • ' IPI �;,K� • • :.j� - Sid - 5 In the Board of Supervisors of Contra Costa County, State of California October 11 , 19. -77 , , In the Matter of Appointment of Linda Oden in the class of Librarian On the recommendation of the Civil Service Commission IT IS BY THE BOARD ORDERED that appointment from the eligible list of Linda Oden in the class of Librarian at the 4th step ($1229) of salary level #347 ($1062-$1290), is AUTHORIZED as requested by the County Librarian effective October 11, 1977. Passed by the Board on October 11, 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 Orig: Civil Service Department Supervisors cc: Library affixed fhis lltixlay of October , 19 77 Auditor-Controller County Administrator J. R. Ot_SSON, Clerk I .t.� r By h '1tw l.( . ���!Deputy Clerk Patricia A. Bell v V t�tj'J H:2> 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Appointment of Linda Oden in the class of Librarian On the recommendation of the Civil Service Commission IT IS BY THE BOARD ORDERED that appointment from the eligible list of Linda Oden in the class of Librarian at the 4th step ($1229) of salary level #347 ($1062-$1290), is AUTHORIZED as requested by the County Librarian effective October 11, 1977. Passed by the Board on October 11, 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 Orig: Civil Service Department Supervisors cc: Library affixed this litIrlay of QCtobEr , 19 77 Auditor-Controller County Administrator /, J. R. OLSSON, Clerk By f%7!h r{'.cr}c 1 0) &94 Deputy Clerk Patricia A. Hell 00559 H 34 3/76 15m I In the Board of Supervisors of Contra Costa County, State of California October 11 , 19.7L . In the Matter of Approval of Contract Extension for Ambulance Service (Tri-Cities Ambulance) aka Fremont Ambulance IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to . execute Contract Extension #22-082 with Tri-Cities Ambulance (aka Fremont' Ambulance) for ambulance service during the period August 25, 1977 to October 31, 1977, at rates previously set by the Board. PASSED BY THE BOARD on October 11, 1977• y 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Superyisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this lith day of October , 19 County Auditor-Controller d. R. OLSSON, Clerk County Health Dept. Assistant Medical BY !�. Deputy Clerk Director Maxine M. N ttf d Contractor 00560 EH:dg H 24 8/75 10M CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1 . Contract Identification: Number .22 - 082 s Department: Health Subject: Ambulance Service Effective Date: August 25, 1975 to August 25, 1977 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: Name: TRI-CITIES AMBULANCE (aka Fremont Ambulance) Capacity: Address: 37525 Glenmoor Drive, Fremont, California 94536 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from August 25, 1977 to October 31, 1977 , unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount SNOT APPLICABLE-. 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated 'herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COU:V 0 tiT TTA, CAL NIA CONTRAC OR Boggess Y By Chairman, Board of St;pervis rs Attest: County Clerk � es,e2�,v Designate official capacity in business and affix corporation seal ) By u " State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1 ) The person signing above for Contractor By known to me in those individual and Designee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: FORM APPROVED By HRA Contracts Administrator Deputy - � 1. � l <v► t3yDesigoee Notary Pub _011 �utctautttcutn:tctct:�actcutttzt»„SEAL tt p1 rlCiaL S� t.�M�d`�ZiS4SJ,`eS KARYM E M M No 1Y c9e c� 1 a a ires July IT, 1919 �m0 = My Commission fxPHtNRt1N1 INNNNWt'�N1tNMM . 00561 Microfilmed with board order In the Board' of Supervisors of Contra Costa County, State of California October 11 19 In 77 In the Matter of Standard Agreement #29-003-4 with the State Department of Education To Provide Funding for the County's FY 77-78 Child Day Care Programs The Board having considered the recommendation of the Director, Human Resources Agency, regarding the child day care programs operated by the Social Service Department, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Standard Agreement #29-003-4 with the State Depart- ment of Education for the term from July 1, 1977, through June 30, 1978, to provide a total of $430,898 in funding from the State under Title XX of the Social Security Act for the continued operation of the child day care programs operated by the County Social Service Department, under terms and conditions as more particularly set forth in said Agreement. PASSED BY THE BOARD on October 11, 1977. 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: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed thisl1thday of October fq 77 County Auditor--Controller County Welfare Director State Dept. of Education �„ r J. R. OLSSON, Clerk By / � ./ ! Deputy Clerk Maxine M. Neuf Ad RJP:dg 00562 H-24 3176 15m y t�,i {� r' �( coN TRAGrOR l .'��LJ rI�J 4 V��^ �l�T ♦Pow J OY cN f_ 1 h C• ATYJ GE:V_FaL . , . a STATE AGENCY ':t TATE.aF.CAL.FO R.N.A oepr. OR GEN. SER. XT✓. _ !FtEV_ 11/7]1 ❑ CONTROLLER 71115 AGREEME1iT. made and entered into this is t day of '1!111 Ig 77 ❑ is tate State of Ca!ifortia. by and between State o: Ca!ifotnia. through its duly elected or appointed, ❑ gu,ali sed and acting Tt TLF-OF OFF-CER AC--"4G FOR STATE AaENcY NUMIf EIi Wilson Riles Deoartrent of Education ca!!_d µie Sate.cn d (for its 2 4 Contra Costa Countv(Social Service Department) �erye;e:called the Contractor. rTi-,N SSLT'r?: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State be-_inafter exptesse±, does hereby agree to fu.:�isn to the State services and materiais, as follows: tSet forte service:a be rendered by Contrttctor.(-,tncunt to be putd Contractor.time for perfarrnunce or completion,and attach plans and sP ctfica+tons,it any.) i^..rrsuarlt to California Education Code Section 8244, this agreement is entered into by the State Depart-rent of Education. hereinafter referred to as Education (State) , and the County or Contra Costa hereinafter referred to as County ( Contractor), For the puroose of Droviding a payment system for care/development of children pursuant to the Child Development Act, Education Code 8200 et. seq, and Part 2 of Division y of the :tel1are and institutions Code. ?his Agreement is entered into in accordance with provisions of: Chapter ii, Title 45, Code of Federal Reculations, Part 228 - Social Services Programs for individuals and Fa.miiies: Title XX of the Social Security Act; Education Code 8244; R`gulations of State Departments of Health and Education; and such other federal and state regulations which may apply. FORM APPROVED JOHN B. CIAUSEN, County Counsel DdNLE:� _ by[kputy C.FLyNN The provisions attached hereto constitute a part of this agreement_ Page 1 of 9 Lt WITNESS UNI EREOr. this a_--eemerc has been executed br ;he carnes hereto. upon the date fust 2:ove w;iz!en_ STATE OF CALtFCRNIA CONTRACTOR AGENCY C0NT 04 ur w Tn A+ •� •+DI•II r)t/JL. 9TArC --E--CA a rpa>pnAr1 O)I PAJI M 1i• [� Depart:ient of Education a ounty for Social Servioe Deoc. 3Y IAJTHORIZEC SIGNATURE) t)Y l�►U rUREI _ 71TLE j' TITLE - Superintendent of Public Instruction 171 airman Board of Su er ' OCT 111977 1 AODRF-53 'CONTINJE� ��.—S�«=S =_A-•- a_=_,=��a •�a,t� Q� - 651 Pine St. , Martinez, Calif. _94553 . +.•v.,�:T ..:Cr!.1 tfERE3 .tiF?RO PRIAr10N FUND Deportment of General Srrvicer Use ONLY UNENCUMbEAEO VALANCE. ! Ter./ CHAPTER ( STATUTES FISCAL YEAR ADJ. #"C.•C+at.c C4Cuvfl.a4CCFLNC TION ADI.DECRCA71w1- Er c_..nR++cE i LINE tTEM ALLOTMENT I r.A.A. No. e.R. NO. I hereby crrtify upon ^tv town per.-,oral iurnwletlaer that budte_ted fund.4 are avcilah:r lr'r thtr y-rrt.l t=d i:crnnie,rt :4o r1r;om,:r::rre Lsurtr:d c!;"—j StGNA7URF CF ACC3C:NrING OFFtCSR 'OAT= i h•_•rrby certify that ail rt.ndt-wns fnr r.xemptrun set/firth in State adlrrint.trntrve :'nruuf Secttt•n t_uy Etta:1-tat- e »•:•:r::rd :!cis dwrurent is ersrnlpt from review !Y ' n trl Ftm:arr. SrGNATURF OF OF:ICER SoaN1NG ON O MALT r TAGENCY OAr Aicrof irnaH c� with board crcr _ PROVISIONS . 1. The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all claims and losses - accruing or resulting to any and all contractors, subcontractors, : materialtren, laborers and any other person, firm or corooration fur- • nishing or supplying work, 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. 2. The Contractor, and the agents and employees of Contractor, in the perfor- mance 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 cove- nants herein contained at the time and in the manner herein provided. . In 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. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. 5. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contract shall be valid un- less made in writing and signed by the parties hereto, and no oral under- standing nderstanding or agreerent not incorporated herein, shall be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractor's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so pro- vided. 8. The State agrees that, in the event the programs established hereunder are subjected to audit exceptions by appropriate State and Federal audit agencies due to: a. Conflicts or discrepancies between State and Federal regulations and guidelines; or b. Failure of the State to provide adequate and timely notice of changes in State and Federal regulations affecting the programs hereunder established; or c. Failure of the State to execute this agreemnt in a timely manner; 00564 2 of 9 1 a • the State shall assume full responsibility for complying with such ex- ceptions, and the liability resulting from such audit exceptions. In such event, the State further agrees to excuse the contractor fror. any financial liability and agrees to indemnify County from any losses of Federal funding resulting from such audit exceptions. 9. County agrees to develop a County Plan for the purposes of deliverina child care services in compliance with conditions set forth by the State Department of Health for its Annual Statewide Social Services Plan. 10. County and State agree that, for.purposes of developing the Title XX State Plan, each will share child care needs information Upon request of the other party. 11. The Fair Employment practices Addendum marked Exhibit A and the Affirma- tive Action Addendum marked Exhibit a, are attached hereto and made a part hereof. ADDITIONAL PROVISIONS 12. This agreement is effective from July 1, 1977 through June 30, 197811 contingent upon continued availability of state and federal funding. Either party may terminate this Agreement upon thirty (30; days` written notice to the other party. Education shall reimburse County for all allowable costs pursuant to Education Code Section 8380 that are incurred in the performance of this Agreement. The parties recognize that late claims will be made subsequent to the term of this agreement by eligible families and providers of child care ser- vices rendered during the term thereof. Pursuant to California GovernMent Code Section, 16304.I , Education will reimburse County for such claims and costs attributable thereto for a period of two years following the ter- mination date of this agreement. 13. Reimbursement for Child Development Services pursuant to Education Code Section 8211 shall be made for eligible children of current recipients and income eligibles who ouaiifv for reimbursement under Federal Social Services Regulations and the California 'Cororehensive Annua—i Services rogra.m Pan. Sucn child development services must meet the oojective of. providing care in one of the child care delivery systens for children whose parents are emoloyed, in training, seeking employment, or otherwise unable to care for their children. 3 of 9 00565 A County shall Dra*6- a pa -ent syster.. for child cW services to eligible fa :ilies or child care providers. The system. will include aut-horizin g and processing child care pay .gents, controll-Mg. expenditures, including making F 0CR assessments, and other services as necessary, to meet the objectives pursuant to this Agreement. COS is to operate C.d:e program frill be reimbursable costs under the tens o- this Agreer!e.,M. _ 14. Child Cevelopment Services provided pursuant to this Agreement shall be available to all eligible children recardiess of sex, race, religion, cr ethnic background and no such program shall -be used, in whole or in part, for rel iglac;:s worship or instruction. Plo funds herein' Drovided may be used for general support of any private sectarian school system. 15. County will assure that its child development services programs are in compliance with applicable federal , state and local regulations and standards. In event of conflicts, Education's regulations/interpretatiars shall cavern. Education retains the righz to monitor and review records pertaining to tha expenditure control and pay:ient systan. - 16. The maximum reira ursable ariount of this Agreement-shall not exceed $ 430,898 unless County is notified in writing by Education that the allaccaticn has been increased to Dermic an additional exoerditure. Reimbursement for services purchased under this Agreement will be (a) on a child-hour cost basis pursuant to Education Code 8380; and (b) based on the costs attriNU-- table to such child devetopnenL services as defined within the provisions of this Agreement'. P.eim:.bursement for vendor payments for child care shall not, exceed the actual cost incurred for an eligible child up to t e legal maxinun. Pursuant to Education Code Section 8382, •Education shall make prorated monthly advance apportionients of the above amount to the County. Such monthly apportionments shall not be less than County's actual costs. of providing services pursuant to this agreement. Costs Attributable to Child Care to be Paid by Education to County are: AccoUnt 1500 Welfa.rd Salaries $ 33,840 3000 Employee Benefits 5,452 2900 Other Classified Salaries 3832498 3300 Old Age, Survivors, Disability Health 2,019 Insurance 3520 . Unemployment Insurance for All Other 778 Employees 4210 Otter Books 30 . 4500 other Supplies 120 4710 Food 56 5100 Contracted Consultants , 3.20 5200 Travel & Conference E.tpense 1,285 5700 Audit 3,200 6400 Equipment 500 - Total Reimbursable Cost (Total of all Services Costs). $430,898 it is und,rstood that individual item costs are estimates and that funds may be tr?nsferred fre-m one iter to another without prior consept" iron the Department of Education. ' *Payments .to care providers 00566 4 of 9 . r e v 17. The following specific services shall be provided under this agreement: The continued operation of the child day care program operated by the Social Service Department- including: 1. Direct payments to eligible 'families to purchase child day care services' either in-home or in licensed day care facilities for individual.children . because: A. Children are -in need of protection and the need for child care has been _ established as part of an active and ongoing protective services plan. B.• Parents or usual caretakers and children are status eligibles (AFDC or _SSI/SSP) and require child care as part of an approved training or edu- cational plan. , C.—Status or Income Eligible families who are incapacitated, seeking work, or have other- special child care needs. 2. Child development services offered by the Family Day Care Programs, including, but not limited to: A. Direct payment to family day care providers dor care of children enrolled in the programs. . B. the purchase of consultant -services, -toys, rental of building. space, and training materials to facilitate child development goals-of the program. The above child day care services shall be provided in accordance with applicable Department of Education and Social Service Regulations and the California Annual Services Program Plan, as part of a Title XX social service case plan, to eligible children during a portion of .a 24-hour day. Parents/usual caretakers and day care providers shall report at least monthly to the County Social Service Department the number of daily hours care was provided to each child. 161?:mn 00567 5 of 9 3 18. County will report the total costs paid under this Agreement as required by Education, will maintain a current list of children certified for child pare services as protective services, AFDC current and/or incoaie eligibles, family public assistance identification numbers, the number of days and number of hours each child was enrolled in each tripe of child care delivery - system cited in this Agreement for each quarter and other related data. as required by Education. 19. For purposes of-determining the number of days counted for each certified child enrolled in a program, verified absence on account of illness or quarantine will be considered to be regular attendance. 20. Within fifteen (15) days following the end of each quarter, County shall submit a claim provided by Education for all reimbursable expenditures paid in the preceding quarter. Education shall pay an amount not to ex- ceed the contract a^cunt to County, as provided in Education. Cade Section 8380 and the 1977 Budget Act, unless Education determines that ;.ate ac^ount claimed is not in accordance with the provisions of this Agreement. Pay- ment by Education shall not preclude a subsequent determination that all or a portion of such claim was not ailowable. :Within sixty (od) days after re- ceipt of notification of an unallowed claim, County shall either (a) mace repayment, or (b) notify Education of an exception to the disallowance. Re- payment after billing for unallowed claim is required within 45 days after billing date. . 21. County is required to have a financial audit submitted to Education by November 15, 1973, on the child development services provided by Count, per this Agreement. An audit by the County Auditor is acceptable. Cost of the audit will be a reimbursable cost under the terms of this Agreement. 22. Costs allowable for reimbursement will be in accordance with the provisions of the following U.S. Department of Health, Education, and Welfare document in addition to applicable State regulations and statutes. OASC-8 A guide for Local Government Agencies - Establishing cost allocation plans and indirect cost proposals for Grants and Contracts with the Federal Government. This document will be used to implement General Services Administration, Office of Federal :danagement Circular t;o. 74-4, which provides principles and standards for determining costs applicable to grants and contracts with state and local government agencies. Should the U.S. Ueoartr:,ent of Health, Education, and 14elfare revise Federal Regulations regarding the purchase of services, this Agreement may be re-negotiated in accordance with the re- visions of the regulations when they are issued. 00568 6of9 DIRECTORY AND SITE DATA Robert E. Jornlin, Social Service: Department Director, County Public Socia— Service Agency 2401 Stanwell Drive, #200. Concord, CA 94518 (415) 671-4100 Address: Street City Lip Telephone Warren N. Boggess - District IV hairman, Board or Supervisors 651 Pine Street, Martinez, CA 94553 (4151 372-2371 Address: Street City Zip Telephone Don Cruze, Fiscal Officer (415) 671-4193 Fiscal Contact Person Telephone Edna Hiity, Chief, Services Policy _ (415 ) 671-4108 Chid Care Services Contact Telephone It County Public Social Service Agency operates or will operate group child care programs, please provide the site data below. 1) Social Service Department F_ami 1 v Dar Care Teenage Parent -Program (blest 'rnUni-- Name of Child Care Facility 100 - 37th St. , Richmond, CA 94805 cress: Street City Llp Doris Mack (415 ) 231-3435 Name of Program Director Telephone 2) Social Service Department Subsidized Family Day Care Program (East-Central County) Name of Child Care Facility 85 Cleaveland Road, Pleasant Hill , CA 94523 ( ) Address: — Street Ci ty Zip Telephone Elaine Brown (415 ) 944-3035 Rama of Program Director n{ ��e one 7of9 1, o i. • - .EXHIBIT A FAIR E tPLQYME-W PRACTICES ADDE'JDUM 1. In the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, or national origin or phvsical handicao. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, ancestry, sex, age, or national origin or physical handicap. Such action snail include, but not be limited _o, the following: empioyrrent, upgrading, Ce::otion or transfer; recruitment or recruitment advertising; layoff or termination; rates or pay or other forms of connensation; and selection for training, including apprentice- ship. The Contractor shall post in conspicuous places, available to em- ployees and applicants for enplaya:ant, notices to be provided by the State setting forth the provisions to this Fair Employment Practices section. 2. The Contractor will permit access to his records of employment, emoloymen. advertisezents, aD-1ication for-.,s, and other pertinent data and records by the State Fair Employ^ent Practices Commission, or any other agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Prac- tices section of this contract. 3. Remedies for tiiiful Violation: (a) The State• nay deter-mine a willful violation .of the Fair Erpl'oy.m. nt Practices provision to have occurred upon receipt of a final judg- ment having that effect from a court in an action to which Contractor was a party, or upon receipt of a written notice from the Fair Em- ploymen . Practices Cammissio.n that it has investigated and' deter- mined that the Contractor has violated the Fair Enoloyrant Practices Act and has issued an order, under Labor Code Section 1426, which has . .become final, or obtained an injunction under Labor Code Section 14290. ' (b) For willful violation of this Fair Employment Practices provision, the State shall have the right to terminate this contract either in whole or in part, and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for by the Contractor and by his surety under the performance bond if any, and the State nay deduct from any moneys due or that thereafter may become due to the Contractor, the difference between the price names in the contract and the actual cost thereof to the State. "It is unlawful employment practice for an employer to refuse to hire or employ, or to discharge, dismiss, reduce, suspend, or demote, any individual bet-teen. the ages of 40 and 64 solely on the ground of age... (Labor Code Section 1420.1). 005'70 8of9 " 640 6 •ct�tsts11i�1 .+ii^� > rtjilltuttulo.3lct:+.3x}rtttst)Jtlt!7 ui I.3ujtti'1tnt1.3:1,1.31:.)jr)1111;/11 tttr3:t:,o3 WI-3 -?11 a£ (9X6) 6to I1•39-87$£ (916) qv �tcn. xtto . o11t 11111: •slootlas Jo �ttal)tt,rttltJa(titc .{]111111.3 alit its a.nlit.) tial.4moltr:r too pjazj 1,1)101 4004,1(00 t pj; •1111,1 In 1ttatillJl•cl.+(I ;1trjS:+i{1 stle"Im#,Aml.n9v tintll-atill.,,11t11it1,. {.3t 6ttiptzv�J��t vu s� 1,b anrn( I t�tr,�ui��ixBy •Ja.u)Ittttr-1 .1111 jo 611.4.+11 .1mit:litticltll dill! 'm!jrjtii'tltl r11j Ili yorl .+1-1.11 .� ala1 1 111,1 c+(�l 111111161+ticucl +tilts Ja cr1(tilt) tat►:i1t:c r 1,r• ,111111 n t 11111•, p c'n �S {� , ., r �ua��t�npzauq E1vt"i i 1 i i.1,.'•' i . ,. 1 ' .) ' 7 I { .t x3 ,�'o s8ad puo�as tcxa� q 0� :1111:!ttn!:t:,a 1,t ttititl.0 .\.111.1:s.,(tti., Jcl :Itttutrst .1111111=)J+1111: ti�tlu,stit i'•`tJ tet �.t6i� iu ,�S o� 87 n a •111.111) .+;us).+;111 ,(1:111 J0 11+111111a1b :/J1:otl,\\ sut)c.l,�l!,Itl .ijtittls•11r,11• + 111 11111: q 14; .7.M.I .Iln,1\ .1111 UI JJ.1t)t11111 rJj.). Ixo Atil 11.1.11.] Jllllt.11{,1C .,111.1.1(! 1: Ito • „ . p-mill-Ill! JCI Ill Stttll'A :)Iillpa pill! dill! 11.1111=)11 (t) 111.1111 ' . . :,1111111:J Ji) 61.,.111 .\\.111 I),1j.).+i�lstt 6111:.1111 „r•ilili:i.+inti 11tH! c1ra•�„ 1111 10111111 11111! 11.+1tI01A ijl•tll. . 15I•)1 1 1 t rift 1, 1 1 1 t .14111.11'.3 pill' �inttitl il,yu it 111.1 iil.30A., I tit J.1 joll1u1.1=ill- .(clluatl Jn ua •:4611 n!'\ill •.31! 1+Jit111%11% 11111! ,)tjaiit.tt .1 'il, irl*l)11a11t 6,tlili�l.+1 11.111.11 .+\111•u1J1f1%. .. 'JStrl'.7 111 J+1.r.,11t1A\ 'Unhtil.'�.l :1111 Apoltt,1J Ill i)Jtltite.til .tt1 111t1rn1t Stiii'J.it1Jt! 11.)111; ,butt Jtt Iljt:tt.11 .1111 •t:uc,•;r..1s a u111jin\ J:)u.•+it./clxJ Ju liutun:al .►11:IJtl(uclrll' 1{;+1111111] 111:111+•ti!) 011111.).1(1 .{1:111 ao Ih,t1111!I11) 1111. 1111.11 .it.liltll•Ail)(]%.)I 11,) ♦1.11.11 \IUtlli•,\ .1111 _ • Ill popiliJC.1 ApatusnJ siilloili Jt►cs.,(iitiJitl 411,1111old 1)111! .rtii(till.) •11116.).11 01 y1JtijI.1 It:tiolliill)t: : )mit n1 J.tXoplitin .rtlj .1.111111.11 dill"nitilti ti•ttt%. .J1•a.{ire\1J;�t1ti1,1.3,aci Iii;3lnnrr aaucl)u�t1t:�1it:l).151..1:1.11. lu shun iCt�'i; 1,1111..1.1.7 ilr:til J.I.\1.11 Mai ti:)it{,t\ I otl?111Ci.iltr sill J:+1)Itir s), -cip iooli�C l".1111utl Ill rut!1)11]1!.31111.1.)1 1111)(1'1)1!1% ill: JC11.tijtllill lartrla 1111111.{altllrl.l (l!tl�hr 1111tH: I.111t: 'Jri1.{ (1.1.11 iitttll.m.1 (t .1111 ':ittpili1 ;1,atii:it11.111 i . 1p l) olti: om-Jo 1-]11111 171 ,{ltlt)tlttlt!llitt•litl 1!.It1 11.1`1)!1 ti.i}S.111-i.tri)1•rll'tilt►i,iciltt,l 1!%1 11 Siltitit'Jii 1()i;111411 s.+.51.41 t)l:tl 11.)11{.11 uultativallif sill J,+11tu1 (•1.1111si ) Inollas t{+itti ill •}1;)1!(1 .1111111.1 Hill= Irialu .0po(llut Io tllosio t pill: uatilti.\\ .11tilil(tJ(t •illi pull 11:.1•{ 1•.751 i)Ili 1.1.1,1J(t .11 . )ilitJil 1 :17th! 111•) t: . I1! 1 1)i I:J.i 1! 0 C Illu ' 1 ' i 1 i J 1 ( i 1 1) (1, i i .1 1, ;)Jill `1614190111.1ueit4.,11satli,rlj.1111. 11111'1{!Si11•Jut,•tsn!J1iaa11 ]11,111111)11 111.3 lf)T 111111 1J.\\.rl pull 11.,111.\\110111t{lmlifsill J.'+11tlil 51.31.1)''11){11(111.)¢.{Jrjll.,il 1,1011.311 J,1t11M1.111J�•.. lr? 111 11.1111 5V 'SuutJ!IIlp(l •1:1: •:ii.+ n1, Sttt1!s:trlJt! ItlaitlAol lttt4' lurltj:li' I.N111,111.11•IJi! ;itiilu.tttl.+1(iilti 111111 5111dol.,.vill ill al.)Inl1SI�t1' s.11lttns 111:;1, spolp;J0 1t1.111tl.tjitiJ.ltltic .ttt)ii():) ••(ttlitlt4tl()tt�.1J Itt sp.l•tl Ill: )1,: tiitl5ratt .111.1++1111!1 11111 I1.11tl.).1S 1C'.I 'SIt1tI111� 11,, t11A111Ia11111:1(f11S .(lllntl,y 1c1 f{1111flICIt11t1V.111 •(?!+ Jn s1J(lllllltl 1til ;hltct:.).i.ltit .It1•i SUI!Il 111.+utalftUit lilt;. 1tit'lrl• 1,,t t:11.,ttai)i: 1ta1Ulj1!.)Ir1)1 :111111).+J nj 111t11i!J111Y,) •in 111/(111 aj1!iy .tllj .IU tltallli .1111 Cl it '6.111(1.11./ c1111 Jr) 1tlilt I illib.)s .+til )till itt)t.{a.tl!.? tit $.11%) 'JJttit)tl.341111 i{(iijti(tit{'.tti '1111111:t111.11t Aptilltl(uitin 11.1111\r iii {llitlt:tiltin 1 •11.1111! 11,illti 111 a,)111!ltititl: s.tllil"i Illaiti 1)111: N11116i{11.1(! 111.ti11AIlldillil litltl•jt) ., 1, 1)111111 tit ,11.t,1ilals J,ritje 41,11! jettiti .,.11 11'i11 tntl ]11.111)1111111»a t)1, .,11.1 a.+itrttilt1ll! VIII)ti.tlli.111fill! 11111: 1111111=)1,1.\.,11 1st $,il,ill.lill! 1�)Ils 1`tecis (11, It111a,iSt11 1nI1 t►1)'ti1,1.((1l(ltlt.l.?ticiutl 11-til 111t1!I.1t,J(i ()1 tl�hlt)tl.r 111111,1 it trip z'111i'+1111)+1 wpliolb. tprtjs:.1111}J ,111r111c1 ill Jjulliti1.)tiSt1) �tt11: t 111.1•\4111 11111:1 S1)%Illlin.3.11 u11111al%P'i J') pil:l)ll Ill.1%- .111.1. •111.11111 11) it1.1ttlait!jS 'Z.I: u(tljlxttllr.l Ja 1u.1111]1111.1(1 ,111.1. •111,11111:1.1!.1(1 Jit dlsii(ItS1It)tt5all 'Sr •11116;(1161! 111.4•:t{Hifi {irti�Si tl'.itltlJtjl {11~11] X11atj.7at� .lila:) jii.iinu.iJ.lrrlt 1:14 sluo.- 11" ° •111.4 11(1111)6 il.%Illlt11J1(I1: )ttltl1tt11ut7:1 t! 1 1311011{1 •(llllt111i1lttta ttt,tltl(111rttlta .31 (t111, t:IttJn1t1r•) 411Ij in lill(tt•.1111 11,{) Ulf{)!m iit1aac •NitIIttl I: .l1,i 1,1111t 11-111my) tlgili!%111!,1 i1in1 :1111 .71111111)1( 1)1 11111. !%slat inlcllsl.) Jo )1):111111•.1ij tr1•ltl .111,1. 'Ua111!tll.li11.r1t[till sit Jnl t.rlcit:)•)ulll 1)1116 sll!llii .1.1!:11 !Hulls ullili I)tu6 '1ti.tut.)lltt!,\Ili6 'lttlljt(1t,1.1.\.tll tjt).tul.(ttiltit)J Ill .1011.1iud 11111! .(.)1 •olct 111.1111.{njctt11l 11.111.71 .i.riil:tlil..ilu all .11olwilm.111( 611 till{1t,1\ A1tt!(l1+111111)6161(1 11,) j.3.+ctstt A1J.\i1 tit tll,ttstr 1111(111111 1n'.tis1s+lJ11t! '(lr.1(1+1111{ iSttdttS611 Jo 61.1\•1i ill:it:11111:s)tull)illill!1.,t 11 lilt JtiJ ltif6.liillJtl jU.11I1.1aitt111:' 1!11\•{1 (i '.1111: 'tlUtiil .1J '1C! O.3 '�+15 �.1.31!J UQ )Sl:( U(il 1: 1 ! i i r• i ) uit111J.1%111 tlrlltj 11011.10 .0AItt:ltiltl.)lt til; jti.,itt.11ctt11t rttl. (toi.m.lp Ilii r{mia"itt (1Utivatir:) •Hitt 111 t11111 51104.11(1 1111 a0J IuJw.{0ldilla tit Ajitl113l0dd0 1111111.1 11)114111 0llc{t1d ({J11'� •itU1r1:101d 10 Utitllttu.7ltt.11tt1(11 riiu t11attitltila.%ocl '1'C 01 i{atji)ti 611 Sit 511111titiitl6 t70111!Jnr;1 Jo 1111.311 .111.15 ally `A'!loJ '1,t; I • {tt�t t--9i'ON 01.01.1-41 'oN't[1001616*U) •CI-(1 st+t aoud LNUtIA01tinu No=v u,ti13.Ynu uAv :1'1~1.1. V 91111.1.E houvona3 zt•Q flfl 1 flIliX3 t In the Board of Supervisors of Contra Costa County, State of California October 11 , 19 In the Matter of Agreement Governing Use of Community Room of Coast Federal Savings and Loan Association #22-089 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED • to execute "Agreement Governing Use of Community Room of Coast Federal Savings and Loan Association," #22-089, for the County Health Department to conduct its Child Health and Disability Prevention Program Advisory Board meeting on November 2, 1977, with no rental or use fee, and under terms and conditions as more particularly set forth in said application agreement. PASSED BY THE BOARD on October 11, 1977• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervis'ora on the date aforesaid. Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts $ Grants Unit Supervisors cc: County Administrator affixed thisllthday of_Qctaber 1977 County Auditor-Controller County Health Officer Coast Federal Savings J. R. OLSSON, Clerk and Loan Association By ti.r� ` Deputy Clerk Maxine M. Neuf �d SD:da 00572H-24 /76 15m AGREENIEI� OVERNING USE OF C01111�IUNI100ONI OF 2 COAST FEDERAL SAVINGS AND LOAN ASSOCIATION (COAST FEDERAL) _ t The undersigned warrants that(he)(she)is the duh- authorized representative of Child Health and Disability Prevention Program, Health Department, County of Contra Costa (Organization) arid agrees that said Organization shall be bound by the rules and conditions set forth below governing the, use by Organization of Coast Federal's Community Room at its branch office located at 622 Contra Costa Blvd. , Pleasant Hill, CA Reservation date: November 2, 1977 Date(_) required: (LIMIT4 RESERVATIONS) Time of meeting(s) from 7:00 A\1t o 10:30 AM/ :11. Number of anticipated attendees 25 (Minimum group size allowed ). RULES AND CONDITIONS: 1. The undersigned will be'responsible for picking up the door key(s) prior to the meeting and returning same to Coast Federal no later than the following business day. Date key received 11-2-'77 initials 2. No food or alcoholic beverages will be served in said Community Room. 3. No games of chance will take'place therein. 4l•. No admission charge will be imposed for attending meetings held therein. 5. Nothing will be taped, glued or nailed to any of the walls of the Community Room. 6. The Communitv Room will not be used for parte purposes. 7. No candles will be, used therein. 8. The Organization assumes full responsibility for any damage or loss of furnishings or equipment resulting from use thereof. 9. The room and any kitchen facilities,chairs,tables,etc.,will be left in a clean and orderly manner. 10. The Organization shall hold Coast Federal and its directors,officers and employees,harmless and .hall idemnify said parties from any and all claims against them or anv of them, whatsoever in nature, arising out of the use of the Community Room by said Organization. 11. Coast Federal reserves the right to cancel this reservation at any time with or without prior notice to the Organization, and Coast Federal shall not be responsible for any loss or damage sustained by Organization as a result of said cancellation. 12. Attendees will not park in Coast Federal's customer parking area while, attending meetings held during regular Coast Federal business hours. 13. The Organization agrees to vacate facility in accordance with agreed upon allocated time noted in this agreement, and in any case, no later than 10:30 p.m. 14. Organization assumes responsibility for the security of facility during use ofsame. lS. Thr.undersigned will promptly notify Coast Federal's Branch Manager immediately if Organization cancels any scheduled meeting. 16. Undersioned certifies that Organization is tout-profit in nature and -tructurr and understands that this Community Room is provided as a service to the covinmunity by Coa::t Federal Sa%ing.. THE COMITY OF COITRA COSTA FOR ITS HEALTH DEPARTMENT'S =CHILD HEALTH AND DISABILITY PREVENTION PROGRAM NAME OF PftGANIZ ON (TYPE) �A2 Xain L-C Martinez CA 94553 ORGANYZAT DRE p CITY W. �. Borgge.a ZIP CODE f / zairman, Board-4 - L1I 7 'SIG U,WCSF ORGANIZATIO RE T E TITLE" c DATE 372-2685 NAME OF REPRESENTATIVE (TYPE) BUSINESS PHONE HOME PHONE IDENTIFICATION APPROVED BY (COAST FEDERAL REPRESENTATIVE) TITLE DATE Microfilmed witl=i board order I In the Board of Supervisors of Contra Costa County, State of California October 11 ,,19 7 In the Matter of Appeal of The Orinda Association from action_ of the Board of NOTICE OFHEARING ON APPEAL Appeals on Application for M.S. 112-76, Orinda area. J.H. and M. Bronson, Owners TV1HEREAS on the 23rd day of August, 1977, the Board of Appeals approved Application for M.S. 11.2-76 of Schell & Martin, - Inc. ; and 11HEREAS within the time allowed by law, Mr. Gerald Tyson, President of The Orinda Association filed with this Board an appeal from said action; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Administration Building, Martinez, California, on Tuesday, the 1st of November, 1977, at 2:30 p.m. , and the Clerk is directed to give notice to all interested parties. PASSED by the Board on October 11, 1977- - , 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc: The Orinda Association Witness my hand and the Seal of the Board of Schell & Martin, Inc. Supervisors J.H. & M. Bronson affixed thisllth day of October 19 77 0. & A. Bentley R. L. Coffman The Orinda Association J. R. OLSSON, Clerk Planning Committee, B v'� 'L De u Clerk Director of Planning y x.4 Deputy Public Works Department, Sandra L. Nielsn� Land Development Building Inspection H 24 3/76 15m 00573 RECEIVED CONTRA COSTA COUNTY PLANNING DEPARTMENT J. R. OLSSON CLERK BOARD OF SUPERVISORS CONTRA C,QSTA CO. TO: Board of Supervisors DATE: September 26, 1977 1f FROM: Anthony A. Dehaesus-1 SUBJECT: APPEAL - Minor Subdivision 142-76 Director of Planni 'g' Schell' & Martin, Inc./Bronson & Bentley (Orinda Area) APPLICANT: Schell & Martin, Inc. , 3377 Mt. Diablo Blvd. , Lafayette OWNERS: J. H. & Mary Bronson, 42921 Corte Caracas, Fremont 94538 0. & A: Bentley, 2122 Shattuck Avenue, Berkeley 94704 APPELLANT: Gerald Tyson, President, The Orinda Association P. 0. Box 97, Orinda 94563 PUBLIC HEARINGS: 6/13/77: Zoning Administrator Meeting Approved with Conditions; E.I.R. , Responses adequate 7/12/77: Board of Appeals (Anderson, Stoddard, Phillips, Young„-,— Compaglia, Walton, Milano) Closed Hearing; Field Trip, 8/19/77; Decision on 8/23/77 . 8/19/77: Planning Commission Field Trip Closed, for Decision; Decision on 8/23/77 DECISION: Approved for 3 lots, with amended conditions APPEALS FILED: June 15, 1977 and September 2, 1977 The following people should be notified of your Board's hearing date and time. Gerald Tyson, President J. H. & Mary Bronson The Orinda Association 42921 Corte Caracas P. 0. Box 97 Fremont, Ca. 94538 Orinda, Ca. 94563 0. & A. Bentley . Howard J. Martin, Jr. 2122 Shattuck Avenue Schell & Martin, Inc. Berkeley, Ca. 94704 3377 Mt. Diablo Blvd. Lafayette, Ca. 94538 (See attached list for additional names and addresses) AAD:dh Attachments: Letters of Appeal, Planning Department Acknowledgment, Resolution of Approval , Minutes, Staff Report, Public Works' Conditions, EIR, Map. cc: File M.S. 142-76 board order ,. i Board of Supervisors -2- September 26, 1977 Harvey E. Bragdon 4 Barrie Way Mill Valley, Ca. 94941 Ralph L. Coffman Coffman and Sautter Attorneys at Law = 57 Post Street San Francisco, Ca. 94104 Orinda Assn. Planning Committee -Joyce Hawkins, Co-Chairperson 43 Tappan Lane Orinda, Ca. 94563 Orinda Assn. Planning Committee Michael Halloran, Co-Chairperson 17 Bobolink Road Orinda, Ca. 94563 Public Works Department, Land Development Division_ Fourth Fl oor County Administration Building Building Inspection Department Third Floor, North Wing Microf0mrd -with board order PIC111111ily (�COi11ll1IC:1l Nr„a1rnpCrmttninlnnMnn,lmis Willitnn L.Milnnu ` �., r � Pittsburg—Chairman Arlrtrinistralion Dttilcling. North t- Co'sla Danald E.Anderson P.O. flax 951 Moragi Vice Chairman Martin(-,-.California 945.53 County Af)ert n.Compagiis Martinez Anthony A.Dehaesus Direclor of Planning Carolyn D.Phillips Rodeo Jack Stoddard Phone' Richmond William V.Walton Pleasant Hill Andrew H.Young Alamo September 14, 177 li ( Gerald Tyson, President The Orinda Association P. 0. Box 97 Orinda, California . Dear Mr. Tyson: This letter acknowledges receipt of your letter of appeal and the !' $60.00 filing fee for Minor Subdivision 142-76, which was approved by the Board of Appeals on Tuesday, August 23,1977. Your appeal is being transmitted to the Board of Supervisors, The Board will notify you as soon as a hearing date is scheduled. Should you have any questions relative to the_ above information, please feel free to tontact us. Sincerely yours, Anthony A. Dehaesus Director of Planning IGS 2l�'t���GG�!.G�i • • i� Gunther Boccius Acting Zoning Administrator GB:lsw cc - Schell F Martin Bronson & Bcntley Public Works ; Building Inspection Orinda Fire District File M.S. 142-76 Microfilmed with board orda 00570 THE ORINDA ASSOCIATION POST OFFICE BOX 97 ORINDA, CALIFORNIA 94563 Telephone 254-0800 RECEIVED September 2, 1977 rEP 1977 J. P OLSSON CLERK BOARD OF SUPERVISORS C TRA COS[A Contra Costa County Board of Supervisors s _ i ty P. 0. Box 911 Martinez, CA 94553 Gentleman & Madam: The Orinda Association wishes to appeal the decision by the County Planning Commission on MS-14476, an application by Schell &. Martin to divide 2.9 acres into 3 lots with a variance. The slope of the parcel is excessive and approval of 3 lots does not conform to the Orinda General Plan. Sincerely, THE ORINDA ASSOCIATION Gerald Tyson, President GT/b1 encl. 01 X-7177 A/v ! Y v 00577..•�. . tilscro"'reed.with board order ?� BEFORE THE BOARD OF APPEALS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA ;i I In the Matter of an Appeal on (Minor Subdivision 142-76 k; Schell & Martin, Inc. (Applicant) - Bronson &' Bentley (Owners) .j WHEREAS, on July 21 , 1976, Schell & Martin, Inc. (Applicant) filed an application (M.S. 142-76) for approval of a minor subdivision to divide 2.90 !j acres into three parcels; one lot less than 120' in average width (108' ); and c. WHEREAS, the subject property is a descriptive parcel fronting 636 t feet on the southeast side of Wanda Lane, approximately 220 feet northeast of 1 11 Muth Drive, in the Orinda area; and it WHEREAS, a public hearing was held in this matter, after giving notice sas required, by the Zoning Administrator on June 13, 1977, whereat all persons ii interested therein might appear and be heard; and ?} WHEREAS, the Zoning Administrator, having fully considered the same as it relates to the health, safety and general welfare of the County, the. ilorderly development of land in the County, the preservation of property values_ 1the effect upon the neighborhood, the effect upon the General Plan, and the . << i special conditions applicable to the instant case; and ' f i! WHEREAS, the Zoning Administrator, on June 13, 1977, APPROVED Minor ` Subdivision 142-76 with conditions; and i WHEREAS, on June 15, 1977 the Orinda Association appealed the Zoning JAdministrator's decision on the basis that on May 19, 1977 the Orinda Associa- tion Planning Committee net and disapproved Minor Subdivision 142-76 for the ;l following reasons: (1 ) The average slope is 33% and the average parcel size is grossly ,, insufficient to neet the slope density requirements of the Orinda General Platt i (2) This parcel is near the freeway and the noise from the freeway -1Mould appear to exceed the noise element standard. 005'78 _ �v't'l board order I. ,r�;cra�slm_cs � j S �� ll H.S. 142-76Ii Page 2 (3) As set forth in the Environmental Impact Report, there is con- siderable evidence of soil instability. It seems highly inappropriate to grant ! the small parcels requested in such circumstances (Parcel C, for example, would probably require a lot width variance). We urge the County to give careful 1! ( consideration to the EIR. ; and Ij WHEREAS, a public hearing was held by the Board of Appeals on July 12, 1977 at a closed hearing, at which time the Board of Appeals decided to give a proper decision on August 23, 1977, following a Planning Commission Field Trip on August 19, 1977; and i WHEREAS, the Board of Appeals having fully considered and evaluated the request of Schell « Martin, Inc. , and observed the site and its contours t ` on a Field Trip on August 19, 1977; and WHEREAS, the Board of Appeals on August 23, 1977 APPROVED the request to divide 2.90 acres into three parcels; one lot less than 120' in average •- ,, width (108' ) , as listed in Exhibit ,- V, which is attached hereto and made a part thereof; and A motion was made by Commissioner Anderson, seconded by Commissioner ;i Walton, to approve Minor Subdivision 142-76 for tvlo lots; and subsequently a second motion was made by Commissioner Young, seconded by Commissioner Phillips, to approve M.S. 142-76 for 3 lots, with amended conditions, by the following !t vote: 11 AYES: Commissioners Young, Phillips, Stoddard, Milano. �f NOES: Commissioners Anderson, Walton. i! ABSENT: Comriissioner Compaglia. �i F1 WILLIAM L. MILANO Chairman of the Planninn Commission County of Contra Costa, State of California V579 +I. lti:�,4z,:;.mod vvit'L board. order A 'M.S. 142-76 Page 3 34 ATTEST: Anthony A. Dehaesus !t Director of-Planning !� Gunther Boccius t Chief, Zoning Administration !i . i j4 l _ 1, _ ��0580 Mflcr6iimac. with board,-.,order �� l � s . EXHIBIT "A" Conditions Approved by the Board of Appeals 8/23/77 1. This request is approved for three (3) parcels. 2. Comply with the requirements of the Contra Costa County Public {Yorks Department as stated in their attached letter. 3. Pave the access easement to Parcel C to a width of ten (10) feet. Paving shall consist of 6-inches of base rock and 1'h-inches of asphaltic concrete and conform to all County private road standards. The applicant is referred to Section 922-4.604 of the Ordinance Code and to the County Building Inspection Department for procedures to be followed- in connection with the required improvements which have to be fulfilled prior to recording the Parcel Map. Section 922-4.604 provides in part that required improvements can be either constructed or secured by ade- quate cash deposit or corporate surety bond. 4. The zoning variance is approved as requested; it meets the requirements of Section 26-2.2006 of the County Ordinance Code. 5. The cut slope along the Wanda Lane frontage of Parcels B and C shall be repaired to the satisfaction of the. Planning Department's Geologist prior to recording the Parcel Map. PARK DEDICATION FEE Park Dedication fee, as shown below, must be paid prior to the filing of the Parcel Map. Under the provision of County Ordinance #71-84 (Park Land Dedication) , dedication of land or payment of a fee for park and recreation purposes is required as a condition of subdividing property. Therefore, when the Parcel Map is filed with the County Department of Public Works for checking and recordation, the applicant shall pay the following fee for park and recreation purposes to the Department of Public Works: (P.D. #281-77) Parcel A - $105 Parcel B - $105 The amount of land to be dedicated is determined by multiplying the number of dwelling units to be included in the development by 500 square feet. The fee is required in lieu of land dedication. This fee is based on the current fair market value of land as determined by the Planning Department. The following formula is used to arrive at the fee required for each parcel: Current Fair Market Value = Value per sq. ft. X 500 sq. ft. = FEE Area of Parcel (sq. ft.) COMMENTS ON THE DEVELOPMENT OF THE MINOR SUBDIVISION In addition to the above requirements for dividing your property, various County agencies have submitted the following comments which you should be aware of before you apply for a building permit to embark on other improvements to your property: 00581 -------- Microfilmed with board order - Conditions Approved by JOBoard of Appeals 8/23/77 • l M.S. 142-76 -2- a. The plans accompanying the application for building permits shall -show existing contours, the extent of the proposed grading and drainage improve- ments, and be reviewed and approved by the Zoning Administrator and the Grading Section, Building Inspection Department, prior to issuance. b. A licensed soil engineer may be required to control grading operations and to report on the ability of the site to support the improvements anticipated. C.- Central Contra Costa Sanitary District advises that the minor subdivision is within the Central Contra Costa Sanitary District boundaries, and sewers are available. A gravity flow sewer system shall be provided. The pumping of sanitary sewage will not be permitted. d, Prior to development of the site, additional soils and geologic studies should be made. A soils engineer should work with the applicant on all improvement plans to minimize disturbance to the hillside, encourage pre- servation of specimen trees and promote "long-term stability of• the site. e. Driveways and residences should be located and construction executed so. as to preserve the mature native oaks on the site. It should be recognized that protecting the oaks required that the area within the drip-line of the tree be respected. f. A portion of the property is within the 60 dBa CNEL contour area. Design control and orientation of structures should be observed to mitigate the noise factor. BH:smx/dh 5/31/77 6/2/77 6/8/77 9/19/77 Microfilmed with board order. 0052 " +. r l � In the Board of Supervisors of Contra Costa County, State of California October 11 : 19, 77 In the Matter of Approval of Contract 135069 with Judith David, Ph.D. for Crisis Intervention Training for Probation Department Staff The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County Contract 135069 with Judith David Ph.D. for Crisis Intervention Training for Probation Department Staff for period October 12, 1977 to October 18, 1977 at a cost not to exceed $240.00 County funds. PASSED by the Board on October 11, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. EH Witness my hand and the Seal-of the Board of cc: County Probation Officer Supervisors Attn: Wallace C. Donavan, Jr. affixed thislltndoy of October 1g 77 Contractor --- c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator ' Deputy Clerk Mai r_e M. N u eld 00583 H 24 3/76 15m STANDARD CONTRACT (Purchase of Special Services) 1. Contract Identification. Number 35069-3000-2310 Department: Probation Subject: Crisis Intervention Training 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: Judithann David, Ph.D. Capacity: Consultant Address: P.O. Box 860, Vacaville, CA 95680 3. Term. The effective date of this Contract is October 12, 1977 and it terminates —Uctober 18, 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. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 240.00 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 which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 40.00 per service unit: hour; or ( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 6 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Crisis Intervention Training 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. 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, whether or not resulting from the negligence 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. 11. Si t s. ; hese signatures attest the parties' agreement hereto: �! A COSTA, IFORNIA CONTRACTOR 6Y BoggBy ess r ,, l ' Chairman, Board of Supervisors Attest: J. R. Olsson, County Clerk a. Designate Official Capacity B� Deputy RecgTended Tb Dep �ment By v_ - (Form approved by County Couns� . X584 Microfilmed with Soard order In the Board of Supervisors Of Contra Costa County, State of California OCT 11 1977 , 19 In the Matter of Authorizing Suit to Recover Costs Due Contra Costa County IT IS BY THE BOARD CRDERED that legal action be initiated.in the Small Claims Court by the Auditor-Controller's Office against the following persons to . recover the cost owed Contra Costa County: Jeanne Evelyn Costa Public storks $ 17.91 Carla Jones Public Works $'51.15 John Franklin Rawls Public Works $.51.15 Passed and Adopted on OCT 111977- i 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. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of cc: County administrator Supervisors OCT 111977 affixed 11977affixed this day of 19 L J. R. OLSSON. Clerk Deputy Clerk H 24 12/74 - 15•M Maxine M. 00585 s In the Board of Supervisors of Contra Costa County, State of California October 11 , 19 77 In the Matter of Contra Costa County Advisory Council on Aging Membership Appointments The Board on October 4, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) correspondence from the Director, Human Resources Agency, and the Contra Costa County Advisory Council on Aging with respect to Council membership appointments; and The Internal Operations Committee having recommended that the Board approve adoption of the attached membership roster, which reflects the following actions: 1. Reappointment of 18 members as recommended by the Council., . for the terms set forth in the roster. 2. Appointment of 6 new members as recommended by the Council, to serve two-year terms as set forth in the roster. 3. Appointment -of 1 new member as recommended by the Nutrition Project for the Elderly, to serve a two-year term as set forth in the roster. 4. Modification of the previously-designated membership term of Mrs. Lofton_ Fowler, to reflect membership terms of no more than two years in compliance with the Board's appointment policy of March 29, 1977. S. Redesignation of the remaining 9 membership terms to expire on a specific date. The Committee having further reported that the above actions will complete outstanding appointments to the 35-member Council on Aging, specify that all 35 membership terms expire on September 30 of the stated year, confirm that the Council is in compliance with the Board's policy as related to the length of terms and staggering of same, and continue the existing categories represented on the Council, and having noted that although the roster includes identification of the supervisorial districts in which the members reside, appointments are not allocated solely by district; IT IS BY THE BOARD ORDERED that the recommendations of its Internal Operations Committee be APPROVED. PASSED BY THE BOARD on October 11 , 1977 . 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: HRA Director Supervisors cc: Council on Aging Appointees affixed this ll.ttday of October 1977 Mrs. Lofton Fowler Jane McClelland -_�� J. R. OLSSON, Clerk Nutrition Project County Administrator By l Deputy Clerk Public Information Officer _ Ronda Amdahl County Auditor-Controller 0058 LIIi-24 3/76 15m he hoard of Supervisors ContiY Count Clark n James Clerk an and ' CO /� Ex Officio Clark of the Board County Administration Building V�LI Nrs.Geraldine Russet) P.O. Box 911 Chief Clerk Martinez, California 94553 County (415)372-2371 James P.Kenny-Richmond - District IstNa RECEIVED Nancy C.Fanden-Martinez � �' ;� 2nd District +i Robert 1.Schroder-t3fayette �' 3rd Distric: j I 1977 Warren N.Boggess-Concord OCTV 1 4;h District October 11, 1977 J. OLSSON Eric H.Hasseitine-Pi st)urg CLE B OF SUPERVISORS 5th District RA COST ._...De REPORT OF INTERNAL OPERATIONS CObA%fITTEE ON APPOINTMENTS TO THE CONTRA COSTA COUi1 ADVISORY COUNCIL ON AGING On October 4, 1977 the Board of Supervisors referred to this Committee a memorandum .from the Human Resources Director transmitting recommendations of the Contra Costa County Advisory Council on Aging with respect to Council membership appointments. The Committee met with the Human Resources Director and the Director of the Area Agency on Aging on October 5 and reviewed the membership terms of the Council on Aging including those expiring in September 1977, the Council's recommendations for new appointments and reappointments, and the recommendations of the Nutrition Project for the Elderly with respect to its representative to the Council. As a result of this review, the Committee recommends that the Board of Supervisors adopt the attached membership roster, which reflects the following actions: 1. Reappointment of 18 members as recommended by the Council, for the terms set forth in the roster. 2. Appointment of 6 new members as recommended by the Council, to serve two-year terms as set forth in the roster. 3. Appointment of 1 new member as recommended by the Nutrition Project for the Elderly, to serve a two-year term as set forth in the roster. 4. Modification of the previously-designated membership term of bars. Lofton Fowler, to reflect membership terms of no more than two years in compliance with the Board's appointment policy of March 29, 1977. S. Redesignation of the remaining 9 membership terms to expire on a specific date. h j1*,,::J'i'rr,r-d Vi;h boord order 0058 Board action on these recommendations will complete outstanding Q that all 35 membership appointments to the 35-member Council on Aging, speci fy terms expire on September 3o of the stated year, confirm that the Council is ed to len in compliance with the Bos and ard s policy as rtcateQoriestrepresented on the staggering of same, and continue the existing Council. It should be noted that although the roster includes o�ntmentsaaren :of the supervisorial districts in which the members reside, app not allocated solely by district. X-A ✓ Nancy C. Fen w Eric H. Hasseltine . a. ii Supervisor, District V Supervisor, District II 00588 ... NAf'1C OF MEi lI3ER ADDRESS TELEPHONE Ric—PRESENTING DISTRICT TERM EXPIRES is i 12 Garden Estates Drive LOCAL COMMITTEE: Mrs. Edna Se11ey Alamo 94507 837-5764 Alamo-Danville 5 30 September 1978 2 44 1528 Woodland Drive LOCAL COMMITTEE: Mrs. Lela K. Sater � Antioch 94509 757-8710 Antioch 5 30 September 1978 r, Ln 3 2603 Vargus Court LOCAL COMMITTEE: Airs. Thelma C. Dahlin Concord 94520 685-8768 Concord 4 30 September 1978 Ms. De1ma M. Webb 505 Balfour Rd. Sp 57 LOCAL COMMITTEE: Brentwood 94513 634-2538 East Contra Costa County 5 30 September 1978 Ms. Hazel 6400 Moeser Lane X13 LOCAL COMMITTEE: ShirleyI 1 30 September 1978 El Cerrito 94530 524-6948 El Cerrito G ~Airs. Bett Parkany 4132 Los Arabis Drive LOCAL COMMITTEE: y 3 Lafayette 94549 284-2419 Lafayette 3 30 September 1979 • Fy 7 1702 Estudillo Street LOCAL COMMITTEE: Mrs. Mary H. McDonald 2 30 September 1978 Martinez 94553 228-3243 Martinez w William G. Diffenderfer 134 Warfield Drive LOCAL COMMITTEE: ~ Moxaga 94556 376-5373 Moraga 3 30 September 1978 y > CZZ 3917 Milton Drive � LOCAL COMMITTEE: Peter H. Singlet' 2 30 September 1979 E1 Sobrante 94803 223-1192 Pinole p 10 Airs. Zola V. Williams 30-D West Boulevard LOCAL COMMITTEE: 5 30 September 1978 Pittsburg 94565 458-2679 Pittsburg Cr Mrs. Pauline Doherty 342 Gloria Drive LOCAL COMMITTEE: 3 Pleasant hill 94523 685-4606 , Pleasant Hill 4 30 September 1978 12 437 - 22nd Street LOCAL COMMITTEE: Mrs. Lucy D. Donly 1 30 September 1978 Richmond 94801 233-0793 Richmond C Mrs.�Mattie NHarrison `._.-_. 52.7 Suisun Avenue '..._._...__..._._.._____....___ ..."'LOCAL COMM.ZT2'EE.....�_._._. 2 30 September 1978 Rodeo 94572 799-2190 Rodeo-Crockett 7; hT_ r. Dorian Edwards 990 Mano.Tr•Rnad - ~� LOCAL COA1d1TT2'EL'. �r T A El Sobrante 94803 222-3768 San Pablo-El Sobrante 2 30 .September 1978 �� �; 5 . :1..'�_.__._..._....__...____._.._........__....__�...._.__ _21 Inverness Court._.....__..__._._.._.____..._._. _._....LOCAL COAlAfITTEE. Mrs. Agnes L. Bardin 5 30 September 1978 ,r, <• v San Ramon 94583 828-0214 San Ramon 'X10.n.r.�w.►.wl.r_..r.. ..nws.....•.rv.•.c.!'i ry.�tl.l•l'..••w. .^h'R�+•I•rv,evr...'l...e+•we ls_wti,e+N,.M.T•.•]wl'w.•M.1M.l....w!Y.•s+.m•n Miltwti,M •_w�.T.n....,a.n1,'r.+..'!/..Y,Nii..V—,.,•N#w,ww.rmvwp.•�. sW/.rnnww...w_s»+w ww..r.•.u._n � •• .y NAME OF MEMBER ADDRESS I TELEPHONE REPRESENTING DISTRICT TERM EXPIRES 16 1548 Golden Rain Road LOCAL COMMITTEE: Mrs. Beatrice Martilla Walnut Creek 94595 939-1120 Walnut Creek 17 1?65 Almendra Court NUTRITION PROJ COUNCIL 4 30 September 1979 Mrs. Blanche Perkins Concord 94518 686-2194 Cd a , 18, 5900 Sutter Avenue RETIRED SENIOR Mr. Ralph J. Guidi Richmond 94804 526-0155 VOLUNTEER PROGRAM 1 30 September 1978 19 130 Leanne Lane 4 30 September 1978 Mr. Clarence H. Craig Concord 94520 825-0109 SENIOR FORUM p 20 9565 Broadmoor Drive September Mrs. Josephine Haas SENIOR FORUM 5 30 Septemb_ 1978 San Ramon 94583 828-6596 H cn 21 432 Clarence Street 9 Piz. Cleophus Brown MEMBER AT LARGE 1 30 September 197 Richmond 94801 232-1317 d cx, 22 185 Madoli.ne Street Apt D Ms. Juanita K. Bartlet Pittsburg 94565 432-2696Cn CA MEMBER AT LARGE 5 30 September 1979 23 260 South 9th Street Mrs. Coxa Burch Richmond 94804 232-8379 MEMBER AT LARGE 1 30 September 1978 24 200 Village Drive Apt 1-P Ms. Vernice Justis Brentwood 94523 634-2285 MEMBER AT LARGE 5 30 September 1979 0 25 1301 Ulfinian Way Mrs. Beryl Crow � MEMBER AT LARGE 2 30 September 1978 Martinez 94553 228-3459 0 _ V 26 6920 Snowdon Avenue Heizo Oshima El Cerrito 94530 237-0323 , MEMBER AT LARGE 1 30 September 1979 Q ty Z r 27 167 South 8th Street Mrs. Lofton Fowler MEMBER AT LARGE Z 30 September 1979 Richmond 94801 232-7479 i 28 � c 1978 Lucille Lane MEMBER AT LARGE 4 30 September 1979 Mr. H. H. "Bud" Harr 1978 Hill 94523 689-1414 cn u p E.. R; 29 1425 - 19th Street MEMBER AT LARGE 2 30 September 1978 V)Mrs. Marie Perez San Pablo 94806 234-1654 u :u F 30 2157 San Miguel Drive MEMBER AT LARGE 3 30 September 1978 Air. Laurence S. Posey Walnut Creek 94596 934-5907 " NAME OF MEMBER ADDRESS / TELEPHONE REPRESENTING DISTRICT TERM EXPIRES ; 31 706 Seaview Drive Mr. Art Schroeder El Cerrito 94530 525-0177 MEMBER AT LARGE 1 30 September 1979 M 32 914 - 6th Avenue Mr. Charles Wind Crockett 94525 787-1571 !!EMBER AT LARGE 2 30 September 1979 33 4662 Springwood Way Mr. Roger Spaulding MEMBER AT LARGE 4 30 September 1978 v Concord 94521 689-8931 L 34 136 Los Cerros Mrs. Ruth Mary Whelan Avenue MEMBER AT LARGE 3 30 September 1978 Walnut Creek 94598 935-6408 35 276 Linda Vista Street Maurice Williams, Sr. MEMBER AT LARGE S 30 September 1979 �-• Pittsburg 94565 432-0877 • E: u d ti. s, H • r` r. I oM 0 s In the Board, of Supervisors of Contra Costa County, State of California October 11 , 19, 77" In the Matter of Additional Funding of Third Year -(1977-78) Community Development Activity Number 12 (North Richmond Frontage Improvements) The Board having this day. considered the recommendaton 'of the Community Development Advisory Council and the- Director of Planni.ng .that it approve additional funding for Third Year Community Development Activity #12 in the amount of $38,000 in order to carry out the intent and-purpose of the Housing and Community Development Act of 1974; IT IS BY. THE BOARD ORDERED that an additional $38,000 be .reallocated from contingency to Third Year Activity #12. PASSED by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of.Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Planning Department Supervisors cc: Public Works affixed thisllthday of October 19 77 Administrator's Office Auditor-Controller J. R. OLSSON, Clerk By f /`' Deputy Clerk 1.1` zine N. _:eu eld 00541913 /1� 24 3/76 15m PUBLIC rt'OK!-S Urir'AR'rME.NT CONTRA COSTA COUNTY r Date: September 28, 1977 1-0: : A. Dchac•su: - P l ann.i ng Director Attn: Dennis Franscn From: T. E. Burlingame, Assistant Public Works Director - Road Design 1 Subject: Porth Richmond Frontage Improvements -- Project. No. 0565,6403-925-77 ALLached find bid asbstract, Orel iminary and revised cost estimates for the Worth Richmond Frontage Improvements - 1977 project. The Engineers estimated contract cost for the project was $104,435.20. After contingencies, preliminary engineering, construction engineering and other costs were added, the total project cost came to approximately $140,000. As you know, this project was to be financed by a $120,000 grant from the Community Development Block Grant Program, and a $20,000 grant from the Housing Authority of Contra Costa County. Hess Construction of Vallejo submitted the lowest bid of $135,029 which was the lowcsL of the L:--o bids received. The Lotal projccL cost fora contract awarded in this amount would need to he $177,648. This is approximately $38,000 more than what is currently :iveii lable to us. The e several alternatives available to us at ' this time are as follows: 1) Obtain the additional funds n,..•cessary to award the contract now. This would insure Chat Lhe project is constructed now, before the CDBG funds expire. We would also avoid running up any additional preliminary engineering costs due to further delays and •readvertisement of the project. To proceed t•:ilh m the contract not-r would provide imediate physical results in Lhe .North,arca This would be the first step. IF construction results are favorable it could encourage interest of the public to pursue and continue improvements and upgrading of the area. ConscrucLion now would serve as a guideline for future CDBG frontage improvements in other selected target areas in the County. All.huugh ilcss CunSLruCtion' s bid is on Lhe high side it is not an uni-casonable <amoun1. . We feel that- Lhce gest alternative is to award-the contract noir and proceed with construction as soon as possible. 2) Do not award the eontra3ct at this time. Assuming the Funds.would not be lost, we could readvertise the project. This process would delay the project a mininium of six to eight weeks, extending the project even Further into the t-:inter months. This would increase the difFiculty of constructing Lhe improvements. Also, there is no assurance that new 9"Md be lower than Hess Construction' s bid. JJ�� Miuotilmad with board order } September 28, 1977 The project could al:;(� deIayccl unti I' next spring, which would : a l l ow tike to e l�, an-up any prob l carp. ;;i the p roposa1. and a l l ow cons t ruc t i on to _ be performed under better wcathcr conditions. . On the other hand, inflation -would surely drive up costs for this a l*ternat i vc. 3) A►,�rrd the conLract nowand decrcase the contract quantities to match the avai 1a1)1C funds. The problem here is that an.y unbalancing-in the bid might be amplified under such a treatment. We could end up paying -inflated prices for -certain -items.' If we decide to go this route, a meeting should be held with the contractor prior to award to determine if he has any objections to this proposal . This is the least desirabie alternative.' These are the alternatives as we see them: They can be used as a- basis for your recommendations to the Board in applying for additional funds. One additional observation applicable to future projects which may be of interest is LhaL the Federal Government' s requircment of a 1009 Materials and Libor Bond virtually eliminated any minority or small business participation in this project. Severalofthe plan holders t•:ho did .not bi"d'•on the project cited the inability to mcct the bonding rcquircinenLs as- the primary reason for not sub- mitting a, bid. Through other convcrsaLions it was learned that additional parties. did not even bother buying plans for- Lhe same reason. It might be recommended that future projects should' not exceed the $100,000 figure in order to allow more minority and small business participation. If a project were broken up into several parts the contractor can bid on `: one segment or entire job depending on his qualifications. The 1009 bonding requirement v:ould no longer eliminate potential bidders. This would open up the project to more minority and .small business participation. If you have any further questions please contact Bob Agnew or David- " Lennon of our Road design Division at 372-2131 . DTL:bI Attachments 00594 CONTRA COSTA COUNTY P11111 IC WORKS DLPARTMENT Iy12ELII•tlttAlY CO:, i LSTIr�7ATE PAGE 1 --------------------------------------------------- ---------------- ----------. OAD rdn;•tC- NUKTH R i CHNiUND ROAD GI:UUI? PROJECT LENGTH AUGUST + . 1977 -)ROJFCT I.U.- 0565-44103-90715-77 !WAD 3565. PREP-UTL CHKD-RDA ------------------ ----------------------------------------------------- ---- NOc"UH RIC104OND FRONTAGE IMPROV.LMENT5 ---------------- ----------------------------•---------------------------T----- .. i.TEtii UN I T •.U. DESCR I PT I OI' QUI.%T I TY UT:I T COST AMOUNT ------------------------ ---------------------- ------------------- --------------- i s V-) I :G 'A 1) r;:,1rr i c CONTROL 1 LOT ' LS :2.+000.00 2 CLC nR I NG AND Gt:UT1t3 t N 1- LUT C.s 19000400 . 3 RCI OVE: CONCRETE CUR13 AND GUT.TER: : 704 LF 5.0.0. 3.+520.00 4 CONFORM PAVING 2.933y . .SOFT 1 .60 3+736.00 5 UTILITY TILOCKOUT 15 EA 15.0.0 225.00 6 RED O00 RLTAUNING WALL . 48 LF 9*50 456s0.0 7 MINOR CUI)CRE TF ( TYNE 51-6 CUltfV) 2. 7.22` LF 5 w0 13 +610.00 8 !air;Ult CU•ICRCTt' I S I DE•e1ALK ) 62 9.760: 5()F.T. 1.15' 72 +174.00 9 [41NOR CONCRFTI. •(DRI':EtiAY). 5.9040. SUFT 1..40 7056s0U 10 MINOR CONCRE=TI' UTALK:v'AY) 46fi.. ..SOFT 1.1.5 5309ZO 11 S I r:EVIALK DRA t,y 4 . .EA 30: .00- 120400 .ti :v e4 gas CSS Cosi Ca..T'dcT Su� Zo��� J3S�o.Zq. 00. Of1,r.- Ccsfs .29 37 9. 00 On C.tC,Y S ----------------- -------------- --- -----+---------------+-- ------+------------ ;)T11CR COSTS CONTRACT SUBTOTAL 104 +435.20 PRFLI-MINARY rr.GII I r;?I NG 1t1.+0(10..0(?. OTHLit COSTS 23 +554.40 CUU?JTY LAFtOR9 . (:QU111 MATUItIALS .�+. 500.00. SUBTOTAL 127+989.60 CU;.5TUkICTIU,d rNGI %r1:RI INXi AT 16 p, ?B.vO CONTTNGEF;CIE:S - .- 12 . 5 PCT OF 'CUNTRACT COST * -13 99 .44)-- ( 10 PCT OF HEM *) 00ma9(l .96 TOTAL ()T1 tCR COSTS Z -0395 ; - TOTAL S 1399788956 . 71I9nt, RCRTH RICHMOND ROAD GROUP P OJ. N0. 0565-4403-925-77 NORTH L�:HMUND FRONTAGE IMPROVEMENTS-1977 - - -- _ - _ �HES5 CONSTRUCT IJON.. VALEP�T I NE CORP -- ---'-�"` 3 �) ENGINEER ESTIMATE 4505 BROADWAY 48 SIM1 5 ST . _ V_ALLEJO t CA SAN RAFAEL 94901 ' _ __ _ ITEM -- UNIT QUANTITY BID Ah10UwT BID AMOUNTBID AMOUNT -- - BID _AMOUNT - - • 1 SIGNING AND TRAFFIC L5 1. 2000 .000 2000 .00 1000 .0;)0 1000 .0C 5288 . 000 5288 .00 CONTROL --_.- I 2. CLEARING AND GRUBBING LS 1 • 1000. 000 1000.800 10000. 000 10000 .C0 4000 .000 4000 .00 3 __704.__'5', 000_ -- 3'520.00 ~-_3 '000 2112 .OU... . ._ . _'_2112_f_0'0**__ .... _ 3 . 000. . • .� AND GUTTER 4 COI:FOR.X,, PAV'k NIG SF 2335. 1 • 60C 3736 .00 10000 2335 .00 4 .000 9340 . 00 5 'JTILITY 5LGCKOUT EA 15 . 15 . 000 225 .00 10 . 000 150 .00 40 .00U 600 .00 ) 6 REf)`•+10'JrJ�RETAiMI ";G t•:A.LL LF --- 48 9 . 500 456 .00 20.e000 960 .00 10. 000 480.00 © - - jt•; 7 h111140R CON_CR_ETE CvRB LF 2722 • 5 .000 13610.00 5 . 000 13610 .00 10.000 27220 .00 ( TYPE 51-6 _ _.. _ ® 8 �!I +\OR CONCRETE SF 62760. 1 . 150 72174 .00 1 . 500 94140 .00 2 .400 150624 .00 ( SIDEWALK ) 9 YI++NOR CONCRETE 5F 5040. 1 .400 7056 .00 1 . 750 8820 .00 3 .000 15120 .00 (DR IVEW!LY ) 10 YI.iOR CONCR=7TE 5F 468. 1 . 150 538 . 20 1 . 50U 702 .00 3.000 1404 .00 , © 11 SIDEWALK DRAIN: EA 4• 30.000 120.00 300.000 1200 .00 40. 000. 160 .00 tJ - - -- - ------- TOTAL - ------- -- i -------------------------- ------- .-135029 .00 __-_-----2163=,8 .00 --- � ) cil S .� l.o:'►t;a Co;tU County REcr ED UC T - 7 1977 CONTRA COSTA COUNTY Office of PLANNING DEPARTMENT � . 1%dMinistrotor TO: Arthur G. Will DATE: October 7, 1977 County Administrator FROM: Anthony A. Dehaesus SUBJECT: North Richmond Director of Planni Frontage Improvements On February 1 , 1977 the loard of Supervisors approved the Third Year Community Development Program upon the re.coi*+mendation of the Community Develoaraent Advisory Council . Included in the Third Year Program was a `40,000 allocation to the County Public Works Department to construct frontage improvements in the north Richmond area (Third Year Activity7#12). A $10,000 allocation for 'this activity was also included in the Second Year Program. In June of 1977, the Community Development Advisory Council recommended that an additional $70,000 'be allocated to the frontage improvement project. The Board took the recommended action on June 21 , 1977.. The total amount of Community Development funds allocated for the project with the reallocation was $120,000. An additional $20,000 grant was . obtained from the Housing Authority of Contra Costa County bringing the total amount available for this project to $140,000. In August, the Public 111orks Department completed the engineering and developed an estimated cost -for completing the work. The engineers estimated contract cost for the project was $104,435.20. After contingencies, preliminary engineering, construction engineering and other costs were added, the total estimated cost came to approximately $140,000. On August 23, the contract was advertised. Two bids were received, both of which were over the engineers estimate. The low bid received was for`$135,029. The total project cost for a contract awarded in this amount would be $177,648, or approximately $38,000 more than the $140,000 avail- able for ;:reject. n copy of the bid abstract, ;preliminary and revised cost estimates and a cover memorandum from the Public Works Department is attached. The Public Works Department indicated that several alternatives were available for consideration by the Community Development Advisory Council . The preferred alternative was to obtain the additional funds necessary to award the contract to the low bidder. This would ensure that immediate physical improvement would result, and would also avoid additional costs due to further delay. The Community Development Advisory Council considered this item at their October 5, 1977 meeting. The recommendation of the Advisory Council is to reallocate $38,000 from Contin- gency to the North Richmond Frontage Improvement Project'in order that the activity may proceed on schedule. I endorse the above recommendation. .� � RECEIVED U1, 1/ 1977 57 J. R. OLSSON CLE' 80 OF SUPERVIW4 COSTA.50, / October 7, 1977 ' ,f\rthur G. VIM t.hat ber 17 1977 ;Soard agenda Pleas ton be con- se p l ace' this item on the Octoct is � d of the contract for .the Fronaa9eln order for sthe contract topb�f thy_ away don the same agend_ ore' the real l ocati _ � sidered by the Soar awarded,. sufficient funds must be available; ted �t18 L t f=unds shc�ul it be .considered prior to the a%�ardi ng of the Compun ��f Dev��l c.p, en contract. A draft board- Order is attached. ANN KQ AAD/cad Attachments ` - � ' OLLQ598 r In the Board of Supervisors of Contra costa County, State of California October 11 ,19M In the Matter of Fire Hazard Correction and AS EX-OFFICIO THE GOVERNING Abatement Work in the BOARD OF THE RIVERVIEW FIRE Riverview Fire Protection PROTECTION DISTRICT OF District CONTRA COSTA COUNTY iTotal Bidder ;Amount Bond Amounts Spilker Tree Service, Inc. $88,519.37 Labor & Mats $88,519.3'7 - 2368 Bates Avenue (total Faith. Perf. 88,519.37 Concord, California composite bid) J. Spray Corp. 2710 Monument Court Concord, California The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Chief, Riverview Fire Protection District, recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; R and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Riverview Fire Protection District 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, and the County Counsel. has reviewed and approved them as to form, the Chairman of the Board is authorized to sign the contract for this Board; IT IS FURTHER ORDERED that, upon signature of the contract by the Board Chairman, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. Passed by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisars on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: Riverview Fire Supervisors Protection District affixed this 11th day of October 19= County Counsel County Auditor Contractor J. R. OISSON, Clerk �.UL&,,�, By Deputy Clerk rlaxine M. l.euffeld 00599 ' H-24 4177]Sm .r. AAtirF��:IT C3NT1LkCT I, (Agreement) ' 1. SPECIAL TE,R-IS. These special terms are Inco orated bpji c Nr� by ref erer:ce. ,; so,,a c: uaEsn�i�oa (9§2,3) PARTIES: (Public Agency) Riverview Fire Protection District (Contractor) SDjjken srje.a.sfarjaa---------- 2358 Bates Avenue Concord, Ca November 1 1 (32) EFFECTIVE DATES - � Was 34 for starting date.) 03) THE WORK: The Contractor will at its own cost and expensa, in a workman- like manner, faithfully and fully do all the work and furnish all the equipment and materials necessary to complete, in accordance with the Abatement Specifications and related contract documents hereinafter mentioned, to tha satisfaction of the Fire Chief of the Public Agsncy, the correction and abatement of fire hazards from the properties sat forth by the Public Agency. (34) MTLLTION TIME: The :cork shall be completed as set forth by the Public Agency in Orders to be issued. (35) PUBLIC AsE1t1CY'S AGENT: Fire Chief of the Public Agency. (§5) CONTRACT PRICE: $ 88,519.37 (for unit puce:contracts; more or less, in accordance vith�fi.nished quant hies at unit. bid prices.) 2. S1014ATUcR_E.S & PUBLIC AG-,�'Cf L.B w`� - Chairman or 1 lother ;;esignated Representative) f)c'17Ui1 C3eC CONTRACTOR, hereby also acknowledging awareness of and complia-rice -' with Labor Code 31$61 comerning Workmen's Gonpeti5ation Law. By1..%� r�''c .Desi,nate official capaciW in the business] By: j)asignate of icial capacity in the business (NOTE TO CONTRACTOR (1) EXECUTE ACKI110I92.DGE:-MT FJAI4 MwW An (2) if a CG L%-;UTIuN, AFFIX CORPORATE SE,.AL.) State of Califoi:iia �� _ w _ AMG10l:Z;,T.�''T0Wj1 (by Corporation., County of // � �,-i i ) ss. Partnership, or Indivisual) S - The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before ne today and acknowledged that he/they executed it and tha"ze corporation cr nartner- ship named above Bated: J43TAD_S Aid` :�� LT - r I'. AP'PR.OYM: J- B. :C�.A'.���J f '... ._ x; .r,.. :.13 3 �'�.p --•ter --� County �,oiiriscx ._ . ::::c„� , .s Deputy 00600 istr^v3`! lli l with :ayd Or-1 liability imposed by law, for damages on. accoilnt of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly .from the performance or execution of this contract or any subcontract there- under, and, also to protect said contractor and the Public Agency, its yL='?cers, employees or agents against loss from liability imposed by law or damage to any property, caused directly or indirectly by the performance or execution of this contract or any subcontract thereunder. THE POLM OP. ?CLICIES, OR RIDE-1k ATTACHED THERETO, SHALL NAIL THE RIVERVIEW FIRE PROTECTION DISTRICT AS A NAMED INSURED AND PROVIDE FOR AT LEAST A TEN (10) DAA'S WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT. Said public liability and property damage insurance shall be maintained by the contractor in full force and effect during the entire period of per- formance under this contract in the amounts of not less than the following: (1) Limit of liability for injury or accidental death: One person ... ... .. .I. . ..... .. .. .. . . . . .. . . . . .... . . ... . .$500,000 one accident . .. ..... . ... .. . .... ... .. .. .. . . .. ... . .. . ..$500,000 (2) Limit of liability for property damage: One accident .. . .. .... ... .. .... ... .... . . . . . . ... . . . .. . ..:300,000 If the contractor fails to maintain such insurance, the Public Agency may -terminate this contract and deduct and retain a sufficient amount of money from any sums due the contractor under the contract to cover any damages whien the Public Agency may be liable to pay as a result of any uninsured operations by the contractor thereunder. Nothing herein contained shall be construed as limiting in any way the extent to which the contractor may be held responsible for payment of damages to persons or property resulting from his operations or the operations of any subcontractor under him. c. Contract Bonds. The contractor shall, at the time of signing the contract, furnish two good and sufficient surety bonds of a surety com- pany or companies authorized to do business in the State of Californaia and satisfactory to the Public Agency. A bond in an amount equal to one hundred (100) percent of the total bid for one year's work for the payment- of just c"alus for materials, labor and subcontractors employed by' him thereon, and s hoed in an amount equal to one hundred (100) percent of the £iii �o��at of tke total bid for one year's work and as surety for the faithful performance of the contract. 2. The contractor shall comply with all local, State, and Federal regula- tions applicable to labor, wage rates, hours of work, apprentices, aliens, subcontractors, and preference for materials. Wages pais} shall not be less than the current prevailing wages obtained by the Board of Supervisors of Contra Costa County from the Director of Industrial Relations of the State of Ca?ifernia in the locality in which the contract will be performed, ;which prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, t1he same as if ser forth in tui? erein. 3. The contractor shall furnish all equipment, material, supplies and labor where ordered, and pay all fees necessary to complete the work to the satisfaction of the Public Agency. 4. The contractor shall complete all abatement and correction work in the Orders to be issued by the Public Agency. The Orders will consist of parcels identified by County assessor parcel numbers and will include copies of assessor map book pages for location of parcels. The type work to be com- pleted on each parcel will be specified in thtse Orders. 0cly those perceis indicated for abaci:_ment work In such Orders will be abated :ander the c_mtract (Agreement) and said parcels shall be abated by the date specified in the Orders for the abatement work on such parcels. 5. The contractor shall return the work order(s) no later than one (1) week after the work completion date specified in the order(s) . -2- 00601 8. INSURANCE. (Labor Code §§1860-61) On *Signing this contract, con- tractor must give Public Agency (1) a certificate of consent to self-insure issued b the Director of Industrial Relations. or (2) a. certificate of y % Workmen's Compensation Insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Work- man's Compensation Law. 9. BONDS. On signing this contract, Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amouz,.t(s) specified in the specifications or special. provisions, guaranteeing his% faithful p.erformance of this contract. and his payment for all labor and materials hereunder. 10. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more. after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. The Public Agency may terminate this con- tract by registered mail where the Contractor fails to provide suffl-clent workmen and equipment as previously ordered. The Public Agency's determlna- tion shall be final and conclusive as to sufficiency of work-men and equipment. 11. 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 in- eluding Secs. 1735, 1777.5, & 1777.6 for bidding discrimination. ) and Jntend that this contract complies therewith. The par-Lies specifically Stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1,775 & 1813, concerning p--revalling wages and hours, shall apply to this contract as though fully stipulated herein. 12. SUBCONTRACTORS. Government Code H4100-4113 are Incorporated herein. 13. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of wages per diem, and for holiday and overtime work, in the locality In which this work is to be performed for each craft, classification, or type of workman needed to execute this contract, and said rate is on th file W �_ i _ the Clerk of the Board of Supervisors, and is incorporated by reference thereto, the same as if set forth in full herein. (b) This schedule of wages is based on a working king day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. if It becomes necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minim— vase rate is specified, the Contractor shall immediately notify the Ilublic Agency vhich small �_Motjy determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such e--ploymen-, . 14. HOURS OF* LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided In Labor Code Secs. 1810-1815. -3- i 15. A.PPRc:TICES. Properly indentured apprentices may be e--ploy-ad on the uor*c in aecordmce with Labor Code Secs. 1777.5 and 1777.6, forbidding dia crimination. 16. PR FERI ENCS FOR HATERL S. ' The Public Agency desires to prac;ota the :Lndustrics c:nd economy of Contra Costa County, and the Contra--tor tasraf=3 pic to use the products, wor3aacn, laborers and mechanics of this County, Ir. -avary case where the price, fitnass and quality gra equa-1. 17. A-8SIGNHENT. Thia agreement bi^da the heirs, succeasora, assigns, end reptesr :atisteg .of the Contractor; but ha cannot assign, i, to vola or is pari, :ar any monies du: or to becoma due under its without the prior Written -c n.s=nt of the Public Agency and tna Contractor'a Burety or sureties, unless they have valved notice cf asaignmzttt. IS. No WAIVER BY PUBLIC ACENCT. Inspection of than work and/or materia- a, or approval of work wad: =r materials inspected, or state:aeas by any officer, &Scat or employee of tb; Public Agency indicating the work or any part tharaor c=plles with the requirements of this contract, or acceptance of the bola or =y Dart of said work and/or materi.ala, or payments tharefore;, or any ;�- b•inatian of these acts, shall not relieve tha Contractor of his oal.3.gati= tz fufi13 this contract as prescr_bed; nor shall, the Public Agency ba thszaby catoo*ped from bringing any action for da sges or enforcment ariaiag frog na u fsllra to comply -with any of the teras and conditions hereof. 1.9. BOLD HRMMS b IND7-4NITY. (a) Contractor promisees to and shall hold haralea.s and indeasnify from the liabiliti.as as defined in this section. (b) The indemnitees benefited and protected by this promlaa are the PubLc ASency and its elective and appointive boar43, cosmmiasiona, officer*, agents and employees. (c) The liabilities protected against are any Ii-Ability or claim for d=age o, any kimad allegedly suffared, incurred or threataned bacauaa of .ac_i=s desl2nd below, including personal injury, death, property damage, {aaeraa cardava- ►tiou, or any combination of these, regardlAss or whathar or not such 1?abiZi p, claim or d=ags was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the impravementx are compl.s:s- Q�?, .znzd including the defense of any suit(!) or action(s) at lass or equity conce:.-ning these. (d) The actions causing liability are any act or omission (nagligsat or non-negligent) in connection wIth than Watters covered by this eontract 4n3 attributabla to the contractor, subcontractor(a). or 2ny officar(a), a3bnt(3) o:: e=ployee(s) of one or more of theta. (a) Non-Conditions: The promise and agre+emeat in this pectins is not conditioned or dependent on whether or not any Indamnitae hes prepared.. supplied, or approved any plan(s),draving(s), specification(s) or spacial p v3.e3o?z(a) in connection With :bis work, bas iaaurance or other ind*amifi-� =veriag any of these mattars, or that the alleged damage resulted part Zram any negligent or willful misconduct of any I da=itsg. raw 00503 FILED - Iv 0'J 1 117 J. R. OLSSON Y CORK BOARD Or SUPERVISORS - ONiRA COSTA Cfl:, 8 _ ........De ; NATE COMPENSATION P.O.aOX 807,SAN FRANCISCO,CALIFORNIA 94101 INSUR^NGE FUN _ CERTIFICATE OF WORKERS'COMPENSATION INSURANCE October 11, 1977 Riverview Fire Prot. Dist. 315 10th St. Antioch, Ca. 94509 This is to certify that we have issued a valid Workers'Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer. We will also give you TEN days'advance notice should this policy be cancelled prior to its normal expiration 44-77 Unit 10859 (10-1-77/10-1-78) JOB: Weed Abatement of R.F.P.D.-77-78 EMPLOYER RESIDENT Spilker Tree Service 2368 Bates Ave. Concord, Ca. 94520 sh SCIF FORM 262A(REV.2-76).fir. 00604 ' - Microfilmed with board order DUPLICATE PAYMENT BOND—PUBLIC WORKS Bond No. C- 6305306 IS FIREMAN'S FUND INSURANCE COM FIREMAN S L"� THE AMERICAN INSURANCE COMPA ) FUND NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATI N 0 AMERICAN AMERICAN AUTOMOBILE INSURANCE OMPANY J. " OpERVI50R5 INSURANCE C O 11 P A\1 t$ HOME OFFICE:SAN FRANCISCO.CAL ORNICAL�R Bt�At:l7 o'S7U CO AC � U B ... KNOW ALL MEN BY THESE PRESENTS: That we, SP I LKER TREE SERVICE as Principal, and FIREMAN'S FUND INSURANCE COMPANY , incorporated under the laws of the State of CALIFORNIA and authorized to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto any and all persons named in California Civil Code Section 3181 whose claim has not been paid by the contractor, company or corporation, in the aggregate total of E I GHTY E I GHT THOUSAND F I VE HUNDRED N I NETEEN AND 37/100 Dollars, ($ 88,519.37* �• 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 OCTOBER 11 ' 1977 , with the R I VERV 1 EW FIRE PROTECTION DISTRICT to do the following work, to-wit: CONTRACT FOR THE ABATING OF WEEDS, RUBBISH AND OTHER FIRE HAZARD CONDITIONS WITHIN THE RIVERVIEW FIRE PROTECTION DISTRICT BOUNDARIES AND UNDER ITS JURISDICTION FOR THE PERIOD OF NOVEMBER 1 , 1977 THROUGH OCTOBER 31 , 197$• Now, Therefore, if the above bounden Principal, contractor, person, company or corporation, or his or its sub-contractor, fails to pay any r_laimant named in Section 3181 of the Civil 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, that, the Surety on this bond will pay the same, in an amount not exceeding the aggregate sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, _._L:_L _L_lt L_ __.__�_J 1___ ♦L_ ___._• •_ ♦L .____._.t•.. _. . . .. t .. . • • .. NOTARIAL ACKNOWLEDGMENT-ATTORNEY IN FACT STATE OF CALIFORNIA On this_. th October •___ �._ __._ _day of..--•---_--_----•._.__.....__---_---•--•--._... , 29_2.7..._,.before County of S.S. me, debractd___ -_--- ________---------------a Notary Public in and for Contra Costa said._._____Contra_Costa•___•-•County,State aforesaid,residing therein,duly commis- __________________...__..___._ sioned and sworn, personally appeared----------Ja eg.-E-...._Campana....___-.._-----•--------------•--- known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE CO-IIPANY thereto as principal, and his o«•n as attorney in fact. IN WITNESS WHEP.EOF, I have hereunto set my hand and affixed ray official seal, I (01-C.M. ;£AL ( California ? /v>, at my office in the said County of._-.Contra Costa CT(i CL1 I't,CgR;?idD - - ----- unt California the day and year in t ' t ca rst above written. �1 `^ CL' ? r, COSTA CCU,ITY L. '�'�- ' ''��'"''•'"•�►��-v,►�.r-�•� Notary Public in and for the______California Contra Costa__ ..................__............County of......... __.__......___. State of California. My commission expires..........._....__..............................._......._.......006atz 360042-5-65 Microfilmed with Eioard order DUPLICATE PAYMENT BOND—PUBLIC WORKS Bond No. C- 6305306 AWN IS l A NCE COM S FUND INSUR FIREMAN S FIREMAN' FUND THE AMERICAN INSURANCE COMPA 1 FT T� ■ NATIONAL SURETY CORPORATION I /l 1197 7 ® ■�J' L ASSOCIATED INDEMNITY CORPORATI N i AMERICAN AMERICAN AUTOMOBILE INSURANCE OMPANY OL;,�Ji t INSURANCE C OM PAN I ES HOME OFFICE: SAN FRANCISCO,CAL ORNIeBOA D O; SUPERVISORS LERKCo A C ST De u B KNOW ALL MEN BY THESE PRESENTS: That we, SP I LKER TREE SERVICE as Principal, and FIREMAN'S FUND INSURANCE COMPANY ,incorporated under the laws of the State of CALIFORNIA and authorized to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto any and all persons named in California Civil Code Section 3181 whose claim has not been paid by the contractor, company or corporation, in the aggregate totalof EIGHTY EIGHT THOUSAND FIVE HUNDRED NINETEEN AND 37/100 Dollar, 88,519-37* ). 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 OCTOBER 11 ' 1977 , with the R I VERV I EW FIRE PROTECTION DISTRICT to do the following work, to-wit: CONTRACT FOR THE ABATING OF WEEDS, RUBBISH AND OTHER FIRE HAZARD CONDITIONS WITHIN THE RIVERVIEW FIRE PROTECTION DISTRICT BOUNDARIES AND UNDER ITS. JURISDICTION FOR THE PERIOD OF NOVEMBER 1 , 1977 THROUGH OCTOBER 31 , 1978• Now, Therefore, if the above bounden Principal, contractor, person, company or corporation, or his or its sub-contractor, fails to pay any claimant named in Section 3181 of the Civil 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, that, the Surety on this bond will pay the some, in an amount not exceeding the aggregate sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, which shall be awarded by the court to the prevailing party in said suit, said attorney's fee to be taxed as costs in said suit. This bond shall inure to the benefit of any person named in Section 3181 of the Civil Code of the State of California so as to give a •ight of action to them or their assignees in any suit brought upon this bond. 'his bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in :ivil Code,Sections 3247-3252 inclusive,and all amendments thereto. igned and Sealed this 19th day of OCTOBER ;.19 77 SPILKEvimSERVICE Air Pr' ipal "TREMA 'S FUND INSURANCE MPANY et By att1e5 E. Campana Attorney-in-Fact X0089-1-71 00606 do- i med with Eioard order DUPLICATE FIREMAN'S FUND INSURANCE COMPANY Bond No. SC 6305306 T, THE AMERICAN INSURANCE COMPANY <_4%%��1 NATIONAL SURETY fVRPORAT1ON ASSOCIATED INDEMNITY CORPORATION F/WMM'S FUND AMERICAN AUT014001LE INSURANCE COMPANY - ru�rnwu,n ea..we. r..•mrn s......c.co HOME OFFICE=SAN FRANCISCO.CALIFORNIA - F L E D f'lov PERFORMANCE BOND J• CLERK BOARD O: SUPERVISORS ITRA CO TA CO. B KNOW ALL MEN BY THESE PRESENTS: That we, SP I LKE R TREE SERVICE (hereinafter called "Principal") as Principal, ander REMAN!S l UND-1-1+1.S11RANC-E--G8R ANY a corporation organ- ized and existing under the laws of the State ofCAI I FOR j A, and authorized to transact business in the State of (hereinafter oiled "Surety"), as Surety, are held firmly bound unto R I VERV I EW FIRE PROTECTION DISTRICT (hereinafter called "Obligee"), as Obligee, in the Penal sum of E I GHTY E I GHT THOUSAND F I VE HUNDRED NINETEEN and 37/100--------------------------------------------------------- Dollars ($ $$,519.37'* ), good and lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors,and assigns,jointly and severally, firmly by these presents. Signed, Sealed and Dated this 19th day of October 1977 Whereas, the above bounden Principal has entered into a certain written contract with the above-named Obligee, dated the 11th dayof OCTOBER. , 1977 for CONTRACT FOR THE ABATING OF WEEDS, RUBBISH AND OTHER FIRE HAZARD CONDITIONS WITHIN THE RIVERVIEW FIRE PROTECTION DISTRICT BOUNDARIES AND UNDER ITS JURISDICTION FOR THE PERIOD OF NOVEMBER 1 , 1977 THROUGH OCTOBER 31 , 1978 NOTARIAL ACKNOWLEDGMENT—ATTORNEY IN FACT STATE or CALIFORNIA On this_-J.9.Xh day cL October _�_ ___- .._...__, 19.17.......before Patricia Hildebrand ..............---.____...___........ .County of S.S. me, - -- -- ----- -- _._...._--._.__..-., a Notary Public in and for Contra-.Costa__-_ ____._-_S said___. pt-ra Cosh-----------County,State aforesaid,residing therein,duly commis- sioned and sworn, personally appeared_-James__.EA.._Campa 1.a---......................................_ known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to nie that he subscribed the name of FIRE3IAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. �i— or•:ICIA:.SCAL IN WITNIESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the said_ California ___...._County of..Contra Costa �. PfiG''tA ,!cLLEGRAtdD .................... c?Iltr. nib i the day and year in this crerti nate above written. CC;;1"A COSTA COtN"I Y ` t• t.'Y Fcb.3.1930 _.. Notary Public in and for the...._._�a... fore i a County of.._Gont Contra Costa State of California. 31y commission expires...........______.............._-..........................._.._.._.__ _�-.__-. 360042-5-65 Microfilmed with boaw"7 DUPLICATE FIREMAN'S FUND INSURANCE COMPANY Bond No. SC 6305306 THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION - F11MMMIS FWD AMERICAN AUTOMOBILE INSURANCE COMPANY - .0 run��u caw.uus ru.mnu u..owcwco HOME OFFICES SAN FRANCISCO.CALIFORNIA F1 LED 1I10v /I PERFORMANCE BOND J. u_� u;1 RK BOARl3 t SUPERVISORS TRA.CojITA CO. B _ u KNOW ALL MEN BY THESE PRESENTS: That we, SP I LKER TREE SERVICE (hereinafter called "Principal") as Principal, and FIRFMA+l_'$__FUND—LNSIJRANGE—WtiP-ANY a corporation organ- ized and existing under the laws of the State of CAI I EARN j l , and authorized to transact business in the State OL-CAL I F8RN I A (hereinafter called "Surety"), as Surety, are held firmly bound unto R I VERV I EW FIRE PROTECTION DISTRICT (hereinafter called "Obligee"), as Obligee, in the penal sum of E I GHTY E I GHT THOUSAND F I VE HUNDRED NINETEEN and 37/100--------------------------------------------------------- Dollars (s 88,519.37^ ), good and lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors,and assigns,jointly and severally, firmly by these presents. Signed, Sealed and Dated this 19th day of October 1977 Whereas, the above bounden Principal has entered into a certain written contract with the above-named Obligee, dated the 11th day of OCTOBER. - 1977 for CONTRACT FOR THE ABATING OF WEEDS, RUBBISH AND OTHER FIRE HAZARD CONDITIONS WITHIN THE RIVERVIEW FIRE PROTECTION DISTRICT BOUNDARIES AND U14DER ITS JURISDICTION FOR THE PERIOD OF NOVEMBER 1 , 1977 THROUGH OCTOBER 31 , 1978 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That if the above bounden Principal shall well and truly keep, do and perform, each and every, all and singular, the matters and things in said contract set forth and specified to be by the said Principal kept, done and performed at the time and in the manner in said contract,specified,,and shall pay over, make good and reimburse to the above-named Obligee, all loss and damage which said Obligee may.sustain by reason of failure or default on the part of said Principal, then this obligation shall be void; otherwise to be and remain in full force and effect:_- SP_UJ(ER—T-REE--SERV I OE Pri pal BXIft V. / FIREMA ' FUND INSURANCE MPARV ret By mes E. Campartt ,n-Fa 360121-8-67 t t In the Board of Supervisors of . Contra Costa County, State of California October 11 0, 19 77 In the Matter of Authorizing Legal Defense. IT IS BY THE BOARD ORDERED that the County provide legal defense for the following persons in Superior Court Action No. 179495, Maria Rose Arias, Plaintiff, reserving all the rights of the County in accordance with provisions of California Government Code Sections 825 and 995: NAME AND DEPARrIVENT Charles J. Leonard Director of Personnel Roy K. Jarrett Engineering Technician IV Public tlorks Department z PASSED by the Board on October 11, 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 an the date aforesaid. Witness my hand and the Seal of the Board of cc: Director of Personnel Supervisors County Counsel affixed thisllthday of October i9 77 Public 11orks Director County Administrator J. R. OLSSON, Clerk /By Deputy Clerk Sandra L. �Ie- son H-24 3/76 15m 00609 In the Board of Supervisors of Contra Costa County, State of California October 11 19 In the Matter of Ookoronise Settlement of �iedica.l Services account Felicita Diaz 0n recommendation of the County Lien Cormittee, IT IS BY 'Td- BOARD ORDERED THAT the County Auditor-Controller IS HMEBY AUTHORIZED to accent the wam of $126073 as Cormromise Settlement of -Medical Services account with Felicita Diaz totaling $190.05. Passed by the Board on October 11, 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 Originating Dept: Audi tor-Controller Supervisors CC: County AdmirLstrator - McGraw Count; Counsel - Flynn affixed this 11th day of October 19 77 J.' R. OLSSON, Clerk H 24 12E74 . 15-M Deputy Clerk MaxineISI. Neuf d 00610 In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Approving and Authorizing Payment of Claim for Relocation Assistance from Leoleon M. A1bro Center Avenue Project No. 3471-4342-663-76 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 Payee Amount Center Avenue September 17, Leoleon M. Albro $450.00 Project Number 1977 243 Center Avenue 3471-4342-663-76 Pacheco, CA 94553 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Real Property Division. PASSED by the Board on October 11 , 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors)on the date aforesaid. Originator- Public Works Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this j t11Joy of o ct ob e r �. 19 cc; Auditor-Controller County Administrator • / i J. R. OLSSON, Clerk By / .J G- ��G!'�{ Deputy Clerk Helen C. )Marshall 00611 H 24 3176 15m 1 t r 1. In the Board of Supervisors of Contra .Costa County, State of California October 11 In the Matter of - Commending the OAKLAND TRIBUNE. On the recommendation of Chairman W: N. Boggess IT IS ORDERED that a letter be sent to Mr. Frank Finney, Executive Editor of -the OAKLAND TRIBUNE, expressing the Board's apprecia- tion for the newspaper's excellent coverage of the controversial Peripheral Canal project and in particular for an October 6, 1977 editorial calling attention to the fact that construction of the canal is proceeding even though the project has been neither authorized nor funded. PASSED by the Board on October 11, 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. cc: Public Works Director Witness my hand and the Seal of the Board of County Administrator Supervisor affixed this_JJtJ-day of October — 19 u J. R. OLSSON, Clerk BDeputy Clerk Helen C. Marshall 00612 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 11 , 19' 77 In the Matter of 4 Approval of Agreement for Private Road Improvements in I-linor Subdivision 277-767 Danville Area WHEREAS an agreement vd.th George Case, 132 La Gonda Way, . Danville, Ca for the installation and completion of private road improvements in 11nor Subdivision 277-76, Danville area, has been presented to this Board; and WHEREAS said agreement is accompanied by a cash deposit in the amount of $9,800 for the full amount of the costs for com- pletion of the improvements required by the Board of Adjustment in approval of said minor subdivision, plus the amount of $1 ,900 required by Section 66499.3(b) of the Subdivision Map Act. (Building Inspec- tion Department Receipt No. 144503, dated October 5, 1977). 110111, THEREFORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOAP�D ORDERED that said agreement is APPROVED and the Chairman is. AUTHORIZED to execute same on behalf of the County. PASSED by the Board on October 11, 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 cc: George Case Supervisors Building Inspection (2) affixed thigl day of nr-f-nhPr 19 ?� QJ. R. OLSSON, Clerk B` Jt C d b tl. �Y �` x'14 O�� , Deputy Clerk Patricia A. Bell H-24 3/76 15m 00,613 MTIJ0? SUBDIVISION AGDEEIMIEDIT (§1) Minor Subdivision: (51)Y--Subdivider: Com. C4Z . 43Z Qr- (Private Improvements ) Ji L_U (§1) Effective Date: o (§2 ) Completion Period: - -� (53) Deposit : (faithful perf. / (va mens bond) S c&-bt� Po5�r Z'o ►' -J�► 4, -c` it* 1. Parties & Date. Effective on r7t:the above date, the County of Contra Costa, California, hereinafter called "County", and the above- named Subdivider, mutually promise and agree as follows concerning this subdivision: 2 . Imurovements. Subdivider shall construct , install and complete private 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 approved parcel map improvement plan of this subdivision on .file in the County's Building Inspection Department. Subdivider shall complete this work and ±mprpvemerts (hereinafter called "work's within the above completion period from date hereof as required by Section 922-4 . 808 of the County Ordinance Code , in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirer..ents of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the -irmrovemert plat: and the County Ordinance Code, the stricter requirements shall govern. 3. Ircrovement Security. Upon executing this agreement , Subdivider shall, in accordance .•rich Sect_an 922-4.604 (3) of `he County Ord-1 - Code, deposit as security with the County at least the above- specified amount, which is the total estimated cost of the work, in ;.he for^ of 2 cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful perfor- mance of this agreement . 4 . Indemmity . Subdivider shall hold harmless and inde..rmify the irde;.nitees from the liabilities as defined in this section: A - The indemn-itees benef=ted 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 belbw .r and including personal injury, death, property damage, inverse condemnazion, or any combination of these, and .regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the parcel map improvement plan or accepted the improvements as cor-mleted, and including the defense of any suit(s) , action(s) or other proceedings ) concerning these; C - The actions cousin. liability are any act or omission (negli- gent or non-negligent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of thea; D - 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 ) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these ratters, or that the alleged da_riage resulted partly from any negligent or ;•riliful misconduct of any Indemnitee . 5. Costs . Subdivider shall pay when due all" the costs of" the work-, including inspections thereof and relocating exioting utilities required thereby. 6. Nonperfo^:-ance and Costs . If Subdivider fails to comple` Workand imnro:cements ivi tin the ti :e specified in this agreA&4r. extenslolns granted, County may proceed to complete them by contract _1_ Microii:mi;s :-Aih board ordor JI g, 1 t or otherwise, and Subdivide.- shall pay the costs and charges there- for immediately upon demand. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys ' fees, costs of suit, and all other expenses of litigation incurred by County in connection . therewith. 7. Assicnment . If before these imp^ovements are completed this minor subdivision is annexed to a city, the 'County may assign to that city the County ' s rights under this abreenenA, and/or any deposit or bond securing thea. 8. Warranty. Subdivider warrants that the said improvement plan is adequate to accomplish this work as promised in Section 2; and if, at any time. before the County's acceptance of the irprovements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 9. No Waiver by County. Inspection of the work and/or materials , or approval of work and/or materials inspected, or statement by any officer, agent or employee of the 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 payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of 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 teres and conditions hereof. 10 . Record Map_ . In consideration hereof, County shall accept said parcel mapf i lino with the County Recorder., GOGiJr'y,�Sd:' TT^iRJ� ,COSTA 'BDIVIDER: (see note below) Chairman, Board of Supe-r1v i sons _ ATTEST: J. R. OLSSOIT, County Clerk By = �/ & ex officio Clerk of the Board Designate official capacity in the business ) By Note to Subdivider: (1.) Execute 57 a iCi t. Deputy acknowledgment or:z below; and (2) If a corporation, attach a certified copy of (a) the by-laws 1977 or (b) the resolution of the Board of Directors , authorizing J. R. OLSSON execution of this contract and CLERK BOARD OF SUPERVISORS CONTRA COSTA CO. of the bonds .required hereby. State of Californi f� ) (Acknowledgment by Corporation, County of ( ice%� js7"a ) ss' Partnership or individual) - On ndividual) - On '% i'✓� - /i"'% "� , the person(,w) whose name (w) is/are signed above for Subdivider and who,{s-known to rye to be the individ- ual and officer or partner as staved above who signed this instrument, and acknowledged to me that heexecuted it and that the corporation or partnership named above exe 'u—ted" it . [NOTARIAL SR.AL] (_Form. approved by Cat ty Co►s*isel ll/7 Votar;� Public for said County and State (CCC Std. Form; Rev. 12/74) iseeKxnurnMan�»r»nae�ex�uuw��nt»ted JB:b i1r -2- _ (ic:iC1At, SEAL "CCURTY(,oFC.:::TR I Microfilmed with board order In the Board of Supervisors Of Contra Costa County, State of California October 11 19 77 In the Matter of Declaring Surplus Property, Riverview Fire Protection District On the recommendation of the Chief, Riverview Fire Protection District, IT IS BY THE BOARD ORDERED that certain equipment (per, attached list) of said District is hereby DECLARED as surplus and of no monetary value, and disposition of same by the District is AUTHORIZED. Passed by the Board on October 11, 1977. I hereby certify that the-.foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness.my hand and the Seal of the Board of Orig: Administrator Supervisors cc: Riverview Fire Protection_ District affixed this 1_ lth day of ontobgr 19_7 J. R. OLSSON, Clerk By a Deputy Clerk Sandra L. Nielson H-24 4/77 15m 00616 r In the Board of Supervisors of Contra Costa County, State of California October 11 19f 77 In the Matter of Waiving the Requirement for a Consent to Deeding for Subdivision MS 179-76, in the Walnut Creek area. It is by the Board ORDERED that the requirement for a consent to deeding for an easement over property being obtained by Contra Costa County by Grant Deed for Subdivision MS 179-76 is hereby waived. Passed by the Board on October 11, 1977. I hereby certify that the.,foregoing is a true and correct copy of an order entered on the. minutes of said Board of Supervisorson the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: Public Work ssu ervisors Land Development Div. F affixed this 11th day of October 19 77 cc: Public Works-Land Development Div. Helen Bryner, et al ' 1895 Castle Hill Rd. � �� n J. R. OLSSON, Clerk, Walnut Creek, CA 94595 By fc,J !�' � Deputy Clerk Viten C,p4a4all H-24 3/76 15m 0061 / In the Board of Supervisors of Contra Costa County, State of California October 11 , 19= 77 In the Matter of Approving Amendment to Lease and Option to Purchase, Orinda Community Center, County Service Area R-6, Orinda Area It Is By The Board Ordered that the Chairman is authorized to execute the Amendment to Lease and Option to Purchase between the Orinda Union School District, Lessor, and the County of Contra Costa, Lessee, for the premises designated as the Orinda Community Center,. 26 Orinda Way, Orinda. The amendment extends the term of the existing 13 year lease for a period of time not to exceed 25 years. This extension of time is required to qualify the County's application for funding under the Nejedly-Hart State, Urban and Coastal Park Bond Act of 1976. PASSED by the Board on October 11 , 1977. 7 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.. Orig: Public Works (SAC) Witness my hand and the Seal of the Board of Supervisors cc: Public Works Dept. (2) affixed thisllthday of October 19 77 County Administrator County Auditor County Counsel �L J. R. OLSSON, Clerk Lessor c/o Public Works By � L) /j� lr� G . Deputy Clerk Recorder c/o Public Works Helen C. Plarshall 00618 H-24 3/76 15m AMENDMENT TO LEASE AND OPTION TO PURCHASE (Orinda {inion School District) 1 . Parties and Purpose: Effective on October 11 1977 the Orinda Union School District, a political subdivision of the State of California, hereinafter called "District" and Contra Costa County, a political subdivision of the State of California, for and on behalf of County Service Area R-6 hereinafter called "County", hereby amend their Lease and Option to Purchase dated December 17, 1974 covering all of that certain real property described as Assessors Parcel No. 260-200-005 together with the improvements thereon known and designated as 26 Orinda Way, as follows: 2. Amendment: Paragraph 4 (TERM) is amended by adding the following: The term of this lease is hereby extended for a period of time not to. exceed 25 years from the effective date of this amendment. 3. Effect: Except for the amendment agreed to herein, the Lease and Option to Purchaseof - December 17, 1974 remains in full force and effect. COUNTY DISTRICT' COUNT , OF CO TRA qQSTA, a political ORINDA UNION SHCOOL DISTRICT,' a sub 'visi of e State of political subdivision of the C/a,Yifor ia � � State of California _. By ! N. 'B , "/ By vV c Chairman, Boar o Supervi or Superintendent By ATTEST: • J.R: OLSSON, Clerk By Deputy Helen C. Marshall RECOMMENDED FOR APPROVAL By - County Administrator By Public Works qTff ect APPROVED AS TO FORM JOHN B. CLAUSEN, County Counsel By y�� Microfilmed w�{�order Deputy In the Board of Supervisors of Contra Costa ' County, State of Califomia October 11 , 19.77 In the Matter of Agreement with Yellow Freight System, `A Inc. to Allow Deferral of Landscape and Irrigation Improvements for Land Use Permit #2121-76 On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with Yellow Freight System, Inc. for deferral of landscape and irrigation improve- ments in connection with Land Use Permit #2121-76 in the Martinez area. PASSED by the Board on October 11 , 1977. I hereby certify that thee-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 Orig: Planning Department Supervisors 177 cc: Yellow Freight System, Inc. affixed this day o _ - �' , 19 _ c/o Planning Department Planning Department (LUP #2121-76) J. R. OLSSON, Clerk County Administrator County Auditor-Controller Bya- 1/ .. Deputy Clerk 00620 H -2a 317615n SEP 2 11977 LANDSCAPE AND IRRIGATIUr•I ii-APROVEMENTS AGREEMENT 1 . Variables. These variables are incoi -cited below by reference: (a) Property Owner's Name and Addicss: yellow freight System, Inc. P.O. Box 7270, Shawnee Mission, Kansas 66207, Attn: Paul Burk (b) Effective Date: (c) Application and Approval Date: L.U.P. 2121-76 32/2/76 (d) Subject Property: 358-030-ptn. 014 (e) Completion Date: 2/1/78 (f) Security Amount: $7 ,,275 2. Signatures . These signatures a#test the parties' agreement hereto: CO T O.= NTRA CO A OWNER Gam, 6a Chairman, Board of Supervi ors Designate official capacity in business Paul F. Burk, Assistant Director of Construction ATTEST: J. R. Olsson, County State of CimWaxhw ) ss Kansas Clerk and ex officio Clerk of Gory maxgeiaft County ) ACKNOWLEDGEMENT Johnson the Board, The person(s) signing above for Owner, known to me in those individual and business capacities, Deputy personally appeared before me today and acknowledged that he/they signed Recomme ded by: it and that the corporation or �! partnership named above executed it. 1 Anthony Aj. Dehaes s,Director of Planning Form approved: J hn B. Clausen, Date: "A i ;��ch_-%i o"A 7 ;'_!'� County Counsel Notary Public My appointment expires 9/1/81 . 3. Parties. Effective on the above date, Contra Costa County and the above named property mutually agree and promise as follows: 4. Purpose. Owner desires to obtain occupancy of a building or buildings at the above location wii-c-F-he has constructed prior to the installation of landscape and irrigation improvements required in approval by the County of the above application for the property where the building is located. County agrees to deferment of such landscaping and irrigation improve- ments if Owner constructs improvements as hereinafter promised. 5. Improvements. Owner shall construct, install and complete landscaping and irrigation improvements upon his property as identified above, improvements which were required as a condition of approval of above described application, a copy of which is on file in the Planning Department. Owner shall complete these improvements by above completion date in a good workmanlike manner in accordance with accepted construction practices. 6. Improvement Security. Upon executing this agreement Owner shall deposit as security with the County the above security amount, in the form of either a cash deposit, a surety bond or a letter of credit, guaranteeing Owner's faithful performance of this agreement and condition of approval for above described application. Microfilmed with board order 00621 . 7. Non-Performance and Costs. If the denier fails to complete the improvements within - The time specified in this agreement or any extensions granted, County may proceed to.complete them by contract or otherwise and Owner shal I pay the costs and charges therefore immediately upon demand. if the County sues to compel performance of this agreement or recover the cost of completing the improvements, Owner will pay all reasonable attorney's fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 8. Assignment. If before County accepts these improvements, the Owner's property is annexed to, or incorporated in a city, the County may assign to that city the County's righis under this agreement and/or any deposit or bond securing it. 00622 a CRUM do FORSTI;R GROUP © THE NORTH RIVER INSURANCE COMPANY C� of Inturana Compania ❑ UNITED STATES FIRE INSURANCE COMPANY SOUND. DEPENDABLE INSURANCE ❑ WESTCHESTER FIRE INSURANCE COMPANY ❑ INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STREET NEW YORK, N. Y. BONDING DEPARTMENT Contract Bond KNOW ALL MEN BY THESE PRESENTS: Bond No...610-01.2498-5-8C Shawnee Miss ion,__Kansas_._66207 .»»._._...--------.._._.______._ (hereinafter called Principal), as Principal, and a corporation of the State of New York, with its Home Office in the City of New York, New York, and duly authorized and licensed to do business in the State of_._ California _ ._..._......__.(hereinafter called Surety), as Surety, are held and firmly bound unto_»_99-U—n--t:Y­of Contra Costa, _Martinez, California -_ _._.(hereinafter called Owner), in the full and just sum of Seven Thousand Two Hundred Seventy:Five».& No/100- ($_7,2 5:00 ), to the payment of which sum,well and truly to be made,the Principal and Surety bind themselves, their and each of their heirs, executors, administrators,successors and assigns, jointly and severally, firmly by these presents. Signed,sealed and dated this.___ 2 2nd .--day of»._SeQtemi�er___»___ A.D.19»��.__ WHEREAS,the Principal has entered into a certain written agreement,dated the __ 22nd day of_ September » , A.D. 1933—, with the Owner plastic Installing all Landscaping as Required. Pipincr shall»be/in lieq_� of galvanized steel. Use bubblers at each tree. Include underM___ ground plastic conduit from building to planter. which agreement is or may be attached hereto for reference. NOW,THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,That,if the Principal shall well and truly perform and carry out the covenants, terms and conditions of said agreement, then this obligation to be void;otherwise to remain in full force and effect WITNEss: Yellow Erei ht System. ane (SUAL) B 'A---E -THI 6F-(65 a h ice''P s WenO) h�..lYax.�h..13.ix��.zr�ux�r�.��_..»(s$►I.) (IF INDIVIDUAL OR FIRM) Company Mary Ann gel, - to � y-1.n-fact (IF CORPORATION) YU.203.—.7 Rev. 1:/01 By..»..» »......».�..... ..».._...»...... 00623 11 I POWER 0 ATTORNEY THE NORTH RIVER INSURANCE COMPANY PRINCIPAL OFFICE,TOWNSHIP OF MORRIS,N.J. KNOW ALL MEN BY THESE PRESENTS: That THE NORTH RIVER INSURANCE COMPANY ("Company") a corpora- tion duly organized and existing under the laws of the State of New Jersey,and having its Principal office in the Township of Morris, State of New Jersey, has made, constituted and appointed, and does by these presents make,constitute and appoint George E. Fleming, Kansas City, Missouri, F.A. Young, Overland Park, Kansas , W.T. Cavanaugh, Kansas City, Missouri and Mary Ann Rangel, Prairie Village , Kansas its true and lawful Agent(s) and Attorneys)-in-Fact, with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver: Any' and all bonds and undertakings-------- ---------------------------------------------------------------------- and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind the Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous powers issued in behalf of the attorneys)-in-fact named above. IN WITNESS WHEREOF The North River Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 28th day of July , 19LL61- SER I"So Attest: THE NORTH RIVER INSURANCE COMPANY iz cc aI g , s -stascretary Vic Presi en A. Newman Har y F. Bott STATE OF NEW JERSEY) COUNTY OF MORRIS ) ss.: On twy.� 44 th day of July 19_ L6 before the subscriber,a duly qualified XIrNI c f 4 a of New Jersey, came the above-mentioned Vice President and Assistant Secretary of The North surance Core�tr�.to me personally known to be the officers described in, and who executed the preceding instru �•giet, ar( QR*e R cknovGle jed the execution of the same, and being by me duly sworn, deposed and said,that they are the '`officers Qf• said Company Dforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said IC pany, and the said:Forporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument the aX -ri4y and direction of the said Company. I A®® }iJREOF, I h v nM and and affixed my seal at the Township of Morris,l�l96/�cf���r first a _�e qi w_4 •ANTµ��I' o '` 1L Np1PRY PUgLt�Ypirestllac.g la' (Signed) ?`mw6s,1� This Power of Attoi ney is granted pursuant to Article V, of the By-Laws of THE NORTH RIVER INSURANCE COMPANY now in full force and effect. ARTICLE V., Execution of Instruments: 'The Chairman-of the Board, Vice-Chairman of the Board,President,or any Vice- President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or an Assistant Secretary,shall have power on behalf of the Corporation: (a) to execute, affix the corporate seat manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including,without limiting the foregoing, any bonds,guarantees,undertakings,recognizances,powers of attorney or revocations of any powers of attorney,stipulations, policies of insurance,deeds,leases,mortgages,releases,satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a),including affixing the seal of the Corporation." This Power of Attorney is signed and sealed under and by the authority of Article IV., Section 9. of the By-Laws of THE NORTH RIVER INSURANCE COMPANY as now in full force and effect. ARTICLE IV.Section 9. Facsimile Signatures: 'The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced.. . . The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued." CERTIFICATE State of New Jersey County of Morris 1, the undersigned, Assistant Secretary of THE NORTH RIVER INSURANCE COMPANY,00 HEREBY CERTIFY that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article V. and Article IV., Section 9. of the By-Laws of the Company are now in full force and effect. In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of77 =���_-'-��' �x_ L��'t 19 BY JAt;� Assistant Secretary Frieda L. Beller ®(RC2 FM 203.0.131 (7-75) CCiP.ar STRUCrTiON, mc, 8-11-77 AREA CODE 415 562-9200 i 800 -77th AVENUE OAKLAND, CA 94621 BUT6.�P� r SUBCO1VIUACT C S B CONSTRUCTION, INC., hereinafter called Contractor;holder of California Contractor's License No. 329362, and Contra Costa Landscaping, Inc. — 229-1060 hereinafter called Subcontractor, agree as follows: For the total contract price of SpyPn thousand t-wo hundred GQvt-n t-v f;va and no/100-------------------------- Dollars(S 7,275-00--- Subcontractor ,275.00-- Subcontractor will complete in the best manner known to the trade the following: FURNIS.I AND INSTALL ALL LANDSCAPING AS REQUIRED. PIPING SHALL BE PLASTIC IN LIEU OF GALVANIZED STEEL. USE BUBBLERS AT EACH TREE (DEDUCT $100 IF SPOT EMITTERS ARE USED) . INCLUDE UNDERGROUND PLASTIC CONDUIT FROM BUILDING TO PLANTER. gip- 20, (show alternates applicable,if any) ��r, CI' for Yellow Freight System situated at 3001 Franklin Canyon Rd. , Martinez in accordance with plans,specifications and addenda prepared by CSB Construction, Inc. Subcontractor will supply all necessary materials, equipment, labor and supervision and will be bound to the extent hereinafter stated by the general contract hereinafter mentioned. This Subcontract is to be performed in accordance with the construction schedule or as directed by the contractor's superintendent or a duly authorized representative and the contract price paid in the manner shown on the reverse side hereof with the following exceptions: Of no exceptions,write"None") None Contractor and subcontractor each stipulates that he has read the General Contract and this agreement and has studied the drawing and specifications above refereed to and by such reference incorporated in this agreement,and that he is fully aware of the contents thereof. The provisions set forth on the reverse side hereof are hereby incorporated herein. IN WITNESS WHEREOF the parties hereto have hereunto set their hands this.���c�ay l t'Ya - ,19 F Contra Costa Landscaping, Inc. P.O. Box 2069 Martinez, CA 94553 CSB CONSTRUCTION, INC. L J . :. . 7 0 6 6 Subcontmddr-1"iceiiee No. �1 35 ? Con iraciar t.icense too.329362 '•M J.ti ALL TYPES OF BUILDINGS FOR COMMS+'CE AND INDUSTRY No. 1 800-77TH AVENUE • (OAKLAND, CALIFORNIA 94621 • 562-9200 -)LD TO CONTF.A COSTA LANDSCAPING INC. DATEOFCHANGE $.119.77 x ��' �EIbQ ita tine r, C-,Lfn -iia 9 453 5OURJOBNO. 4Z(a0 PURCHASER'S Os LOCATION YT,I,T ffi-I VIRF'TC'NT z,TNES T.fAR t'TMP7 ORDER NO. � • 'ANTITY DESCRIPTION AMOUNT C T 2223 2r1�s c� CC- ORIGINAL SORIGINAL CONTRACT PRICE ; :-09— AMOUNT OF THIS CHANGE ORDER ; NEW CONTRACT PRICE ; JAPPROVED FpFj CSB CONSTRUCTION.INC. P RCHASER'S AUTHORIZATION 8 Y / `UPEPV.. SIGNATURE/' TITLE CGs N in the Hoard of Supervisors of Contra Costa County, State of California October 11 , 19 77 In the Matter of Authorizing Attendance at Symposium IT IS BY THE BOARD ORDERED that Duayne Dillon, Sheriff-Coroner's Department, is AUTHORIZED to attend, at Federal Government expense for transportation, meals and lodging and County expense for activity fee, the 5th Annual National. Symposium on Crime Laboratory Development to be held at Quantico, Virginia, from October 16, 1977 to October 20, 1977. PASSED by the Board on October 11, 1977. 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. Originating Dept" Witness my hand and the Seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator affixed this llthday of October , 19 77 County Auditor-Controller J. R. OLSSON, Clerk By h` r rk �_ l � Deputy Clerk Patricia A. Bell 00628 J �4 In the Board of Supervisors of Contra Costa County, State of California October 11 19 77 In the Matter of Authorizing Attendance at Seminar IT IS BY THE BOARD ORDERED that Richard Minden, Sheriff-Coroner's Department, is AUTHORIZED to attend, at National Institute of Corrections expense, the National Institute of Corrections Seminar on "Women Offenders in Jails" to be held at Boulder, Colorado, from October 16, 1977 to October 21 , 1977. PASSED by the Board on October 11, 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. Originating Dept: Witness my hand and the Seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator affixed thisllth day of_ October 19 7 County Auditor-Controller J. R. OLSSON, Clerk By ('# �, t c t_CU C_ , Deputy Clerk Patricia A. Bell H-24 3/76 15m 00629 In the Board of Supervisors of Contra Costa County, State of California October 11 19 , 77 In the Matter of ti Authorizing Attendance at Seminar IT IS BY THE BOARD ORDERED that Evo Chiaradia, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense, the American Correctional Food Services Association Seminar to be held at Sparks, Nevada, from October 18, 1977 to October 21 , 1977. Passed by the Board on October 11, 1977. 2. wd 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. Originating Dept: Witness my hand and the Seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator affixed thiJlth day of October 19 77 County Auditor-Controller J. R. OLSSON, Clerk BY _t r•t_ l� C _ 4o(: t Deputy Clerk Patricia A. Bell H-24.3/7615m 00630 In the Board of Supervisors o Contra Coster County State of California October 11 . 19 77 In the hatter of �. „• ti Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the "person listed below is AUTHORIZED to attend the following meeting, requesting County time only: PTAME & DEPARTMENT MEETING DATES Delmar Williams The Black Child October 26, 1977 Social Casework Spec II Institute to Adoptions/Social Service Houston, Texas October 29, 1977 PASSED BY THE BOARD October 11, 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 Seat of the Board of Orig: Director, HRA Supervisors cc: County Welf Dir affixed thisllthday of October 79 77 Staff Dev Supvr Delmar Williams County Administrator J. R. QLSSON, Clerk County Auditor- E '� Controller { ( . Deputy Clerk Patricia A. Bell i In the Board of Supervisors of Contra Costa County, State of California October 11 i9 77 In the Matter of 1 Hearing on the Request of Mr. Matt Gonsalves, Applicant and OTmer, (2150-RZ) to Rezone Land in the San Ramon Area. The Board on September 20, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Mr. Matt Gonsalves, applicant and owner, (2150-RZ) to rezone land in the Sar_ Ramon area from Retail Business District (R-B) to General. Commercial District (C-1) ; 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 request of Mr. Gonsalves is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-98 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 18, 1977 is set for adoption of same. PASSED by the Board on October 11, 1977 . 1 hereby certify that the.joregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Mr. M. Gonsalves Witness my hand and the Seal of the Board of Supervisors Director of Planning Su P County Assessor affixed thisl1thday of_October 19 77 ai r--1R, [.SSON, Clerk l -v-Y Deputy Clerk Ronda Amdahl H_24 3/76 t5m 00632 i ■ q In the Board of Supervisors of Contra Costo County, State of California October. 11 , 1917- In the Matter of Proposed Lombardi Annexation to the City of Concord. The Board having received a September 29 , 1977 letter from Ms. Bernadette Carroll, City Clerk, City of Concord, trans- mitting a copy of a resolution adopted by the City Council giving ndtice of the proposed annexation (Lombardi Annexation) of uninhabited territory to the City of Concord; IT IS BY THE BOARD ORDERED that said resolution is REFERRED to the County Administrator. PASSED by the Board on October 11, 1977. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: City of Concord Supervisors County Administrator affixed thisllth day of October 19-M J. R. OLSSON, Clerk By Deputy Clerk Ma6 Crai H-24 4/77 15m 00633 In the Board of Supervisors of - Contra :Costa County, State of California October 11 In the Matter'of ` Ballot Pamphlets for June 1978 Primary Election. The Board having received a September 30, 1977 letter from Mr. William N. Durley, Assistant to the Secretary of State, Elections Division, advising that Senate Bill 65 (effective January 1, 1978) provides that the County has the option of mailing one ballot pamphlet to two or more registered voters having the same surname and the same postal address; and Mr. Durley having requested that he be sent a record of the action the Board takes with respect to choice of ballot pamphlet mailings, and an estimate of the number of ballot pamphlets needed for the June 1978 primary should the Board approve the one-per-household mailing; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator for report . PASSED by the Board on October 11, 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 an the date aforesaid. cc•• County Administrator Witness my hand and the Seal of the Board of County Counsel Supervisor County Clerk affixed this_12day of_o n t-oher 197 Registrar of Voters J. R. OLSSON, Clerk Deputy Clerk Helen C. Marshall H-24 3/76 15m V O � IN ME BOARD OF SUPEMSORS OF CONTRA COSTA COUNTY, STATE OF CALIVORNM In the Matter of Award of Contract ) for M WARD RE-ROOF at County ) Hospital , 2500 Alhambra Avenue, ) October 11 , 1977 Martinez ) Project No. 4419-4152 ) Bidder TOTAL AM7UNP Bond Amounts Sparks Roofing Co. $9,704.00 TA & Mats. $4,852 26 Wygel Lane. Faith. Perf. $9,704 Martinez, CA 94553 Bryant Co. 3229 San Leandro Oakland, CA Western. Roofing Company 2594 Oakdale Avenue- San venueSan Francisco, CA Enterprise Roofing Co. P.O. Box 4202 Walnut Creek, CA The above-capes project and the specifications"therefor being appiroved, bids being duly invited and received by the Public Works Director; arra, The Public Warks Director r g that the bid listed first above is the lowest responsible bid and this Baird concurring and so f;rd g; IT IS BY THE BOARD OR==, that the contract for the ftrnishing of labor and. materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices sutmtted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department sha11 prepare the contract therefor. IT IS FUDR ORDERED that, after the oantractor has signed the oontract arra returned it together with bonds as noted above and any required certificates of insurance or other required documents, and the Public Works Director has reviewed and found than to be suffi.ci.ent, the Public Works Director is authptized to sign the contract for this Board. IT IS FURTHER ORDERED that, in accordance with the project specifications and/or upon signature of the contract by the Public Works Director, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for bid security shall be returned. PASSED by the Board on October 11 , 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the mi ices of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 11th day of October , 19 77. originator: Public Works Department J. R. OZSSQN, Clerk :c: Public Works Director County Auditor-Controller ContractorBy /_/, ,J����G�z� . Deputy Clerk k G Form 9.1 (Rev-. 9-77) Helen C. Marshall 00635 r GL.�IG o F �juaa.06 1p; +{ .. :. { CONTRACT - r. (Construction Agreenent) (Contra Costa County Standard Form) 3. SPECIAL TER1-IS. These special terms are incorporated below by reference. (S§2,3) Parties: [Public Agency] Contra Costa County Sparks Roofing Co., Inc. [Contractor] 26 Wv9a1 Lane Martinez,. CA. 94553 [Complete legal name] (52) Effective Date: October 21 , 1977 [See §4 for starting date.). (93) The Work: ..- M-Ward Re-roof at Contra Costa County Hospital , 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 4419-4152, all in accordance with plans, drawings and specifications, Base Bid only, prepared by or for the Public Works Director and in accordance with the accepted bid proposal , (§4) Completion Time: (strike out (a) or (b) and "calendar" or "working"] (adXXWA4 9X XXXXXXXXXXXXXXX (b) Within (LcalendarAX*i+0M days from starting date. (SS) Liquidated D Lr;ages: $, 5.00 per calendar day. (§6) PubZic Agency's Agent: Vernon L. Cline, Public Works Director (0) Contra4ot $ (for unit price contracts: more or laccordance with finished quantities at unit bid prices.) jStrenthetical material if inapplicable.] 2. SIGilATURES & ACX1lOWLEDPublic Agency, By: (President, Chairman or Other Cilne Designated Representative) Public Works Director X131�7C7C7CJpQC:7Y>} .,�,t7, , 'i.. Contractor, hereby also acknowledging awareness of and compliance with `' (�0) Labor Code §1861 concerning Workers' Compensation Lair. - ' P.KS ROOFING CO.I C. By: Presiacn+. i [C69PO ATA Designate o ficial capacity in thebusiness] By: �`z C. L/`+/� t ,'�:.- Secretary ','�; ....•• ' ? " 7• r�Dt e moi,+ f •��'�,.1.gnate o ictal.capacity in a business • `11%%:J71!?1 N�L�� Note to Contractor (1) Execute acknowledgment form below, and (2) if a corpora- tion, affix Corporate SeaZ. _ . State of California ) ss. ACKNOWLEDGMENT (by Corporation,- - County of Contra Costa ) Partnership, or Individual) The person(s) signing above for Contractor, kno to me in individual and business capacity as stated, personally appeared befor me today and acknowledged that he/they executed it and that the corporation or partn r h p namef ve xecute it. Dated: October 26,1977 . [NOTARIAL Alice t.Turek SEAL] Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - OFFtCiAI SEat_ - FORM APPROVED by County Counsel. l'�`�. ;,�,,.,,,�,�. ALICE L.TUREK +iaJ •,' NOTABY PUBLIC--CAUFORNIA (Page 1 of 4) � CONTRA COSTA COUNTY Yr Commrs�on Esp.us Jsawr►22.1511 (CC-l; Rev. I1-76) Microfilmed with board order GAIL attvvS F;dPv 0063.6 :_ .. : _. ..,, a.."w...5a..+.:. .:r.r_c:_: _a.:•... a.:�, � .++..i',.,.• �`=per.,._ '� s..t' n =9+��-�,1.+'� t,�- y��`"';-`� ��i,.[. _. _.._ .�_.., ..�...._.. :✓ ..k..s =;,,,[.�,•w•-• ,fit r ■ r' 3. WORK CONTRACT, CHANGES. (� : By their signatures in Secti� ?, effective on the'�-�e , date, these parties promise an agree as set forth in this cont act, incorporating by.' these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. .7 without such an order. 4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom;' and because, from the nature of .the case, it 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 sane 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 tine, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when. such .delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and. specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. L. , �U1U1t�IIllllill,� 7. ..�'MBME?7�T.c•, (a) For his strict and literal fulfillment of these promises and conditions, and ad,. 41•.compensation for all this work, the Public Agency shall pay the Contractor the, pum. sp6cified in Sec. 1, except that in unit price contracts the payment shall be for fini;sh�d quantities at unit bid prices. �.� J. :- � (b') On br;abbut the first day of each calendar month the Contractor shall submit to tti6, X3u&1i6,Ageincy a verified application for payment, supported by a statement showing ai:L'�i�taeri at4c!ually installed during the preceding month, the labor expended thereon, and.-he,.coQV,t-t reof; whereupon; after checking, the Public Agency shall issue to Conti�93a\\bertificate for the amount determined to be due, minus 10% thereof pursuant to Government Code Sec. 530G7, but not until defective work and materials have been removed, replaced and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work., or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay -subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) O06K e tskyc�wrh. •-. � ;i.. '§-fat -::ti .,:Z t..�� , At s1 work, ;it' shail issue'a certifil _e to the Contractor and pay t!` balance of the contract prize after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the work or site, and provided there are not reasonable inuications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code §51860-61) On signing this contract, Contractor must give .Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or. (2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, •without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Seca.. 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code §54100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work- is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. IiOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) 00638 (CC-i; Rev. 11-76) 17. • PREFLIZENCE FOR MATERIAL. The Public Agency desires to`' smote the industries ahs economy of contra Costa County, and the Contractor therefore promises to use the products,., workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGMIMNT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PliBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARIILESS & INL'EIIIIITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless 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 with�the matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or employee(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) , drawing(s) , specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be-made for worker protection from the hazard of caving ground during trench excavation. (Page 4 of 4) 00639 (CC-1; Rev. 11-76) BOND NUMBER 04-346-2552598 1 Premium: Included in Performance Bond. AMERICAN FIDELITY FIRE INSURANCE COMPANY New York PUBLIC WORKS - LABOR & MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, Thatwe, Sparks Roofing Co., Inc. as Principal, and AMERICAN FIDELITY FIRE INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New York, and authorized to transact surety business in the State of California, as Surety,are held and firmly bound unto: County of Contra Costa as Obligee, in the sum of FOUP THOUSAND, EIGHT HUNDRED, FIFTY—TWO AND NOJ100*******************JIDpLLARS (S 4.852,00**** , lawful money of the United States of America, for the payment whereof,well and truly to be made,we hereby bind ourselves,our heirs,executors,administrators,jointly and severally,firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,that WHEREAS,the above bounden Principal has been awarded and has entered into a contract dated October 21, 1977 with the Obligee to do and perform the following,to wit: M—Ward Re—roof at Contra Costa County Hospital, 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 4419-41529 all in accordance with plans, drawings and specifications, Base Bid only, prepared by or for the Public Works Director and in accordance with the accepted bid proposal. NOW, THEREFORE, if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 318I of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with repect 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 court. This bond shall insure to the benefit of any and all persons,companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California sa as to give a right of action to them or their assigns in any suit brought upon this bond. SIGNED, SEALED AND DATED this 10th day of November 19 77 T Sparks Roofing Co., Inc. s Principal BY ��, �22• AMERICAN FIDE1:JTY FIRE INS CE COMPANY ' BY ober 'A. Skinner, Attorney-,in-Fact 6/74) Microfilmed with board order , . -STATE OF CALIFORNIA � SS COINITY OF SAN FRANCISCO ` ON THIS 1 0-t-LDAY OF J���✓�I r IN THE YEAR 19 , BEFORE ME, A NOTARY PUBLIC IN ANO FOR THE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT Y; SKINNER KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRIMENT AND KNOWN TO ME TO BE THE ATTORNEY-IN-FACT OF AMERICAN FIDELITY FIRE INSURANCE COMPANY AND ACKNOWLEDGED TO MF THAT HE SUBSCRIBED THE NAME OF THE SAID* COMPANY THERETO AS SURETY, AND HIS OWN NAME AS ATTORNEY-IN-FACT; E OFFICIAL SEAL : KATHLEEN M. RAY E C"'RMO COU V T uc ZA4 RRMGSCO - NOTARY PUBLIC M7 tumTkTion Ecpir»1.nwry 9.19111 �aiMMua/�■�yMflM;. i. 00641- Microfilmed with board order.- " AMERICAN FIDELITY FIRE INSURANCE COMPANY New York Premium: $146.00 BOND NUMBER Q4-346-2552599 PERFORMANCE BOND — PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS: That we, Sparks Roofing Co Inc. as Principal, and AMERICAN FIDELITY FIRE INSURANCE COMPANY, a Corporation organized and existing under the laws of the State of New York, and authorized to transact a general surety business in the State of California, as Surety, are held and firmly bound unto:_ County of Contra Costa as Obligee, in the sum of NINE THOUSAND, SEVEN HUNDRED, FOUR AND N0/100*********************** DOLLARS, (S 9,704.00******),lawful money of the United States of America,for the payment whereof,well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH, that WHEREAS, the above-bounden Principal entered into a contract dated the 21st of October, 1977 with said Obligee to do and perform the following work, to wit: •hi-Ward .�Re=roof`..at---Contra Co-sta County_ Hospital, 2500 Alhambra -Avenue, Martinez, California, Budget Line Item No. 4419-4152, all in accordance with plans, drawings and specifications, Base Bid only, prepared by or for the Public Works Director and in accordance with the accepted bid proposal. NOW, THEREFORE, if the above-bounden Principal shall well and truly perform or cause to be performed,each and all of the requirements and obligations of said contract set forth, then this bond shall be null and void;otherwise it shall remain in force and effect. SIGNED, SEALED AND DATED this 10th day of Nnvemher 19_ZZ—. z. Sparks Roofing Co. , Inc. t PRINCIPAL BYYo�SZ -AMERICAN FIDELITY FIDELITY FIRE INSURANCE COMPANY,, BYii�' _r- OSkintlier, ATTORNEY-IN-FACT 5 it 40642 , Microfilmed with board order 321 t5/51 I s } STATE OF CALIFORNIA SS COIXIITT OF SAN FRANCIS7 ON THIS ! DAY OF �C- lU IN THE YEAR 19 , BEFORE ME, A NOTARY PUBLIC IN AN FOR TNE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT W SKIMMER KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND KNOWN TO ME TO BE THE ATTORNET-IN-FACT OF AMERICAN FIDELITY FIRE INSURANCE COMPANY AND ACKNOWLEDGED TO ME THAT HE SUBSCRIBED THE NAME OF THE SAID COMPANY THERETO AS SURETY, AND NIS OWN NAME AS ATTORNEY-IN-FACT; t ppnulrnlplillt1Rrtrltirr•Itm/1uu11YttniRttu q_ - (1Ff�r�n►• SEAL f --► �N M. RAY _ '.&,uscu VOTARY PURL C � M:YT• rri $IM .� C1• IYf f r` _ �` Yr Commisslcn Eap;rr,.)n.uay S.1SDl - - OIIUIIYIIIIII!ltiUtii7/71i1/3i12i111::csi:Zal==t11::G� _ Microfilmed with board order 00643 _ i 4 f L ; CAN FMEUr. FIRE INSURANCE COMPANY" WOODBURY, NEW YORK POOR OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Com y,a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution,adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to brit: "The President,or any Vice-President,or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persona, finis or corporations as such officers may select from time to time,"does hereby make,constitute and appoint: ROBERT W. SKINNER . of SAN FRANCISCO, CALIFORNIA its true and lawful attorneys}-in-fact, with full power and authority hereby conferred in its name,place and stead, to sign, execute,acknowledge and de iver in its behalf,and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding $250 000.00 as to any one project, for or on behalf of this Company,in its business and in accor- dance with its charter,and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby,and all of the acts of said Attorney4n-Fact,pursuant to these presents,are hereby ratified and confirmed. IN WITNESS WHEREOF,the American Fidelity Fire Insurance Company has caused these.presents to be signed by its.President and/or Vice_President,and its Corporate Seal to be affixed. .AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H.Williams,President State of New YorkSL s County of Nassau " - Ori this 10th day of October, 1977,before the subscriber,a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company,to me personally known to be the individual and officer described herein, and who executed the preceding instrument,and acknowl- edged the execution of the same,and being by me duly sworn,deposed and said,that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration,and that the resolution of said Company,refected to in the preceding instrument,is now in force. _ IN TESTIMONY WHEREOF, I have hereunto set my hand,and affixed my official sed at Woodbury,New York the day and year above written. _. 1` Na Public ELIZABETH M.ROSELLE NOTARY PUBLIC,State of New York P .t No.30-8693115 z r Qualified in Nassau County n Commission Expires March 30,1978 State of New York z r M County of Nassau '• ss. CERTIFICATE j t I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore, that the Resolution of the Board of Directors,as set forth in the Certificate of Authority,are now in force. n i pF i p Signed and Sealed at the said Company,at Woodbury,New York,dated this day of.l V� ,1C) Assistant Secretary ` ,y �AAlcfofilmec� hdard.arder , t y aro (100) �, .:..�{ •4� k .'l .•...i*, ...,.- ._ .'h,.. ___..--i...�.t4..'...+L .5.•. _es_ _ •ala..,1at' .Cr':>.^^.-ct Yrs.tt .....•.lti...il"R`� -tr'.7q.__w.+Y.:sMA_..T.%"«..iIYS - k..�•.?..;Y w, - CERTIFICATE OF INSURANCE REISSUED KIND INSURANCE Employee Benefits Insurance Company STANDARD WORKERS'COMPENSATION and Home Office: San Jose,California EMPLOYERS LIABILITY INSURANCE The Company designated above has issued coverage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of.this certificate or the policy designated. Issued To: Contra Costa County Policy * WC DHO18,7 County Administration Bui7ding 681 Pine Street WCB Martinez, CA 94553 • Name of Insured Sparks Roofing LIMITS OF LIABILITY 4943 Laurel Drive Statutory Compensation State(s)of CaZifornia Concord, CA 94521 Employer's Liability—$ 2,000,000 Per Occurrence Policy Period: From October 1, 1977 To October 1, 1978 Standard 12:01 A.M.Daylight Time This policy shall not be cancelled nor reduced in coverage until after 10 days written notice of such cancellation or reduction in coverage shall have been mailed to this certificate holder. Certified this 11th day of November 19 77 -This Certificate is being issued in accordance Employee Benefits Insur a Company with California Labor Code Section 3800 as b PL respects the issuance of a Building Permit, _ Y O.l n Authorized Representative PHS-104(2/77) Microfilmed with board order �' . 00645 INTERIM CERTIFICATE OF INSURANCE When countersigned by an authorized representative of the Company, this certificate supersedes any previously issued certificates and certifies that the following policy(ies) hove been issued to the insured for the coveroge indicated.This certificate is subject to all of the terms, con- ditions area limitations set forth in the described poiicy(ies) and endorsements thereto. It is furnished as a matter of information only and does rat change, modify or extend the policy(ies) in any way. Named PAUL SPAM �rrwen � Address DRA: SPARKS RO0AM COs, im. Policy No.—Workmen's IVE om motion 4943 LAIMM DR95-38-379 55T5 I CONCORD, CA (94521) Agent Po�icyNo.=athercov. I UNLESS REPLACED BY THE COMPANY'S STANDARD CERTIFICATE OR UNLESS CANCELLED,THIS INTERIM CERTIFICATE SHALL BE EFFECTIVE FOR A PERIOD OF THIRTY DAYS COMMENCING 6%00 A M 10-21 19- 77 �, i ❑ 4 Agent: Check here if a permanent certificate is to be issued by the Poiicywrit'tng Office. —" COVERAGE LIMITS OF LIAMEITY COVERED NOT COVERED AUTO LIABILITY ® Owned Bodily Injury $ ,000 each person ❑X Hired $ ,000 each occurrence ® EmployNon-Oer's Property Damage $ ,000 each occurrence ® ❑ Employer s Nan-0wnership Contingent Liability GENERAL M&C- Bodily Injury $ ,000 each person** ® ❑ Owners&Contractors $ ,000 each occurrence ' Contractual* $ ,000 aggregate products. Elevators Property Damage $ 000 each occurrence ® ❑ Products $ ,000 aggregate products— owners&contractors protective*** I —contractuol*e*—completedo erosions*** i Single Limit Liability for Coverages checked above 590,OW-,000 aggregate products $ .000 each occurrence ❑ CARCO® $ ,000 each vehicle I $ ,000 each occurrence Less$ Deductible ❑ ® COMPENSATION Statutory *Includes Goods or Products Warranty, Written Lease of Premises, Easement Agreement, Municipal Or- 3 dinance Agreement, Sidetrack Agreement, Elevator or Escalator Maintenance Agreement only, unless ac- componied by specific endorsement providing additional Contractual Coverage. # ❑ Described Description below ❑ woived OWNED YEAR.MAKE.TYPE OF•O=Y.LOAD CAPACITY IDENTIFICATION HUMOR AUTO- MOBILES, I I F JOB BE:SORIPTIO�1: LAST 3 COVERE M-WARD RE-1WF, COMM COSTA COU�Y FIOSPITAL, BfJDGET LIRE ;� 4419-4152 SHDIGITS OWN 2500 AVE MARTINEZ j. ALL STAT S EXCEPT OKLAHOMA (OKLAHOMA CERTIFICATE) It Is !agreed that upon concolhMen or tenni on In the swat of any rastorial chomp in or cancellation of said paikies.. of this policy of Policies from only come the Cc 1 Pei Y Mrs CowrPany wEl make to ii�� the party to wheal this. will moil 30 - days eotic.in is issued of trudt�or cancans U.but the con"" undertakes no responsiriifty by reason of any failure so to do, writing tfEereaf to the other interest shown below. TRUCK INSURANCE EXCHANGE Other By endorsement to Policy no. 55T5 4o 56 the Truck Underwriters Association, Ally. in fact Interest• CONTRA COSTA COUNZY PUBLIC WORKS DEFAMM, its officers, employees, and agents are naked - ��� as additional insureds solely as respects the r Presidest above listed job. Countersigned ` Authorized Representative .* Not Applicable in Texas. .*Applicable in Texas only. is 7-I6 1251 PwrED rt us^(a I Mcrofilmed with bwrd order ; 00646 . I - TH E • Farmers Insurance Group. O COMPANIES TOM TURNBULL 3135 Clayton Road Concord, California 94519 Bus: 825-0974 Contra Costa County public Works Department Room 112, Courthouse Martinez, CA 94553 Attention: Ted Smith November 15, 3977 Dear Sirs, Pursuant to our telephone coversation of this date, this letter confirms fire insurance to all premises in the amount of $500,000 single limit, thereby protecting Sparks Roofing Co., Inc. to satisfy your contractual requirements. Best regards, Thomas L. Turnbull • TLT: sm Microfilmed with board order. , 00647 I MASTERS CLUB Member n COMMERCIAL l In the Board of Supervisors of Contra Costa County, State of California October 11 In the Matter of Appointments to the Citizens Advisory - Committee for County Service Area M-lb. On the recommendation of Supervisor W. N. Boggess, IT IS BY THE BOARD ORDERED that Mr. Loren Welches, 251 Medburn Street,' Concord, California 94520 and Mrs. Dee Kilcoyne, 140 Norman Avenue, Concord, California 94520 are APPOINTED to the Citizens Advisory Committee for County Service Area M-lb to fill two vacant positions. PASSED by the Board on October 11, 1977. I hereby certify that tha_ foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Mr. L. Welches Witness my hand and the Seal of the Board of Mrs. D. Kilcoyne Supervisors Public Worl:s Director affixed this lltway of_ October 1977 County Administrator Public Information Officer _- . . . J. R. OLSSON, Clerk By Deputy Clerk Rona Amdahl 00648 H 24 3/76 15m r In the Board of Supervisors of Contra Costa County, State of Caiifo rni a -. October 11 I9'77 In the Matter of Approving Deferred Improvement Agreement for Land Use Permit 2086-76, San Ramon area. - The Public Works Director is AUTHORIZED to execute a Deferred L`- Improvement Agreement with Glenn.Kierstead, et aI deferment of construction of permanent improvementsprequired as a condition of approval for Land Use Permit 2086-76, San Ramon area. PASSED by the Board on October 11, 1977. N - - Y O U_ 1.3 c6 - CLU a a 1 hereby certify that the fa oin is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PW (LD) Witness any hand and the Seal of the Board of Supervisor cc: Recorder (via P.W.) affixed this IIthday of October Public Works Director 1977 Director of Planning County Assessor J.�RR. COLSSON, Clerk Glenn Kierstead gy 2701 Crow Canyon Rd, 5andre L. %ieson Deputy Clerk San Ramon, CA 94583 H-24 3/76 15m 00649 In ti�a Board of Superyisors of Contra Costa County, State of California October 11 19 -77 in the Mcnar of Approval of Consulting Services Agree- ment with (Mechanical Consulting Com- pany, Berkeley, California (Work Order 5269-926) The Board of Supervisors AUTHORIZES the Public- Works Director to execute a Consulting Services Agreement with Mechanical Consulting Company; Berkeley, California. The Agreement is for the inspection and review . of all .,plans and specifications for Heating Ventilating, Air Conditioning ' Fire-Life Safety, and all related control systems to be used in the new Detention Facility. The agreement provides for a maximum payment of $3,500.00, which shall not be exceeded without written authorization by the Public Works Director. PASSED by the Board on October 11 , 1977. 1 hereby certify that the foregoing is a true and cornu copy of an order entered an the minutes of said Board of Supervisors_orr the date aforesaid. Witness my hand and the Seoi of the Board of Originator: Public Works Department Supervisors / y Detention Facility Proj . ofxad this.day of 19 cc: County Administrator County -Auditor-Controller J. R. DLSSOV, Clerk Public Works Director By „/,111�J,�-,� /� , Deputy Clerk County Counsel 00650 H-24 3J76 15m i • CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Cnn ra Costa rminty (b) Consultant's Name & Address: Meclianical Consulting Comoanv 702 Harrison Street. Berkeley. California 94710 (c) Effective Date: 0rtnhar 1.1 ,• 1477 (d) Project Name, Number. & Location:-Contra Costa Detention Facility, Martinez (5269-926) (e) Payment Limit: $3,500.00 2. Signatures. These signatures attest the parties' agreement hereto: • CONSULTANT !Designate official capacity in b su�essl State of CZl.iforriia ) ss Contra Costa County ) ACKNOI-MEDGVENT (CC §1190.1) The peruon signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he sigied it and that the corporation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Bocgfc�grs�" _ PUBLIC AGENCY rr?;[1.4I SEAL By: Vernon Cline _ `Y;' ' ' " ' 1,.; H311TON Public orks Director - -L - ICE IN 1:cr;Nia ( ' AIA:.'��A CCUN:Y !i My Comf6=13n EKpP:a; Ceeober 14. 1979 By: _ Z�- Date: �— Notary Public 3. Parties. Effective on the above date, the above-named Public Agency and consultant mutually agree and promise as follows: 4. Employment. Public Agency 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 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 minumum 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 or 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 tthe 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 lirrcit 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 within thirty (30) days after receipt of each statement. 8. Termination. At its option, Public Agency may terminate this agreement at any time by written notice 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 rendered to the date of termination. 9. Stat11:.. the Cc-)n*ultant is an independent contractor, and is not to be considered an employee of Public A)Lency. 10. Inderi-ni£ication. 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 connected with the services provided hereunder by Consultant or any person under its control. Attachments Appendix A Appendix B Microfilrrf6d VA &MA V94 Form approved by County Counsel i 00wi4 6/77 1 SCOPE OF SERVICES 1. General Project Description: Provide overview of plans and specifications concerning the Mechanical Systems proposed for the new County Detention - Center. 2. Description of Services: a. Review the pians and specifications for the HVAC, Fire- Life Safety, controls and related systems to be installed in the project. b. Submit a written report detailing our comments and ob- servations concerning the various systems. c. Meet with County representatives and/or the design engineer to discuss the project and our report. 3. The County wZH provide the applicable drawings and specifications, calculations and other information necessary for our review. 00652 EXHIBIT A P I PAYMENT The engineering services'.as discribed in Exhibit A shall be com- pensated on an as-earned basis. The billing rate will be $35. 00.. per hour and the.total fee will not exceed $3, 500. 00. A record of the time charged against the project will be submitted with each billing. Payment will be due within thirty (30) days after receipt of the statement. _ < F.` F I. _ 3 t t EXHIBIT B 00653 MAO CERTIFICATE OF 4. INSURED > - Commercial Air Conditioning INSURANCE cofxx.0 n a.owoeo w n.s ccr..r.asa..rxo.. s'oc..�we.rc[co•r..r ` 702 Harrison Street Berkeley, California 94710 COMPANY INDUSTRIAL INDEMNITY 1 HOME OFFICE F San Francisco t Contra Costa County ` Public Works Department ! CERTIFICATE • The Company designated above has issued coverage effec- t ISSUED To► 6th Floor, Administration Bldg• live as of the dates and for the periods and limits specified below and subject to all terms. conditions, provisions. exclusions and Martinez, Ca. 94553 limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions Work Location' Contra Costa County in any contract or agreement between the Insured and any other person• firm or corporation will not be construed as enlarging. Detention Center altering or amending the definition of insured or any other terms jor conditions of this certificate or thepolicy d"Snated. ( FOLD _ KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF 11-1-70 STATUTORY CALIFORNIA COMPENSATION-- WORKMEN'S COMPENSATION CB775-9750 ) E,11-1-77 EMPLOYERS LIABILITY---$2.000,000 PER OCCUr RENCE j LIABILITY SINGLE Uhnrww GENERAL LIABILITY S EACH OCCURRENCE (SINGLE LIMIT) EFF $ AGGREGATE AUTOMOBILE LIABILITY EXP r (SINGLE LIMIT) $ EACH OCCURRENCE 0 BODILY INJURY LIABILITY SEPARATE LIMIT PLAN EACH AUTOMOBILE S PERSON S EACH EXCEPT AUTOMOBILE EACH OCCURRENCE > EFF $ OCCURRENCE$ AGGREGATE PROPERTY DAMAGE LIABILITY EXP AUTOMOBILE $ EACH OCCURRENCE EXCEPT AUTOMOBILES OCCURRENCE S AGGREGATE AUTOMOBILE PHYSICAL DAMAGE _ r . COMPREHENSIVE EFF S _ - OTHER (STATE):_ >EXP $ . S COLLISION OR UPSET ACTUAL CASH VALUE LESS S DEDUCTIBLE COMPREHENSIVE.CATASTROPHE EFF 5 000.000 SINGLE LIMIT OF LIABILITY EACH OCCURRENCE- LIABILITY > ANNUAL AGGREGATE FOR PRODUCTS HAZARD - EXCESS OF EXP UNOERLYING INSURANCE LISTED IN POLICY NUMBER INDICATED. FOLD Effective any toswurder Automobile Physical Damage-"o 6ga is payable as interests may appear 10 the Named Insured and the Lienholder named below in accordance with Loss Payable Erdor3arnent on reverse side. MENHOLOER As respects the following described automobile(s): YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER DESCRIPTION ANO LOCATION OF OPERATIONS-(TMs OK"Cafe of tneurence neither ammutlwly or negatively amendc extends Or athfs the corerape.Raided by the policy described h*Mn.) This policy shall not be canceled nor reduced in coverage until after 30 days e of such cancellation Or reduction in coverage shall have been mailed to this certificate older. I r Q Certified this 5th day of October 1977 Producer Clifton & Company By �utnonrr�aefl•.,f.•ran.e X0331 Rtt (5/75) - _ .... ■� E xs B r* 2 / G0 v 1 o C 0 o K � d *� v � o Y { a x u o �' N 0 0 0 w � tc1 < n 3 - - A S -. fq i ,A c!c••i� o� ` Y da c o G o ° wao � CO N ; G S.O, �. r v v C c'o 2 L., r CA CD co t' C•• C9 A to rt �_ ° cl ? o orA 0 � o caaNL CD cz CD co L 0 0 tai C ego -- N °'' `� •4 o O �A cs O e" o c7a ? ,o �'' co N CD 3 a - p CD-oc ° N•v n. 0 o m o CD to O ° i 0 M• 0^ c Ct 7� i :.. 6 t� G ,.,. 7to A y tDco 0 co ti Y' oco r+{ �. U) N ci p d cr f v y Ir 0 •• T co 0 4 3 0. o"c v; C t0 O D N m .« m• `� ° w ra v �'. ; R CD -� 0 c co o Z O' s, O W 3 °� G { � ° CO 0 co '� 7�• o C*3 dj m ti, d. G O n ? C-) tt� N� ` C1 rG r O 000 t7 (n co ,o c, 3 Cy m m N G. " o N O cs O O ti r} R rl co cco O S E O m c � ss.+ '? O\� 3 a O A O c o P m •c1 m ' ° m Z CSco '• n t� tD •^^ rr 1 ej A In the Board of Supervisors or Contra Costa County, State of California Qctober 11 . 19: 77 In the Matter of Approval of State/County Alcohol Service Evaluation Project The Board having received a recommendation by those involved with the County delivery of alcohol services, IT IS BY THE BOARD ORDERED that the County Alcohol Services will participate in a pilot State/County alcoholism program evaluation project whereby the State Office on Alcoholism will assign one full—time technical assistant to assist County alcoholism service providers in gathering data for the evaluation of the County evaluation model. PASSED BY THE BOARD on October 11, . 1977. (This was an oral agreement) 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. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn.: Contracts & Grants- Unit Supervisors cc: County Administrator affixed this 11th doy of 19 77 County Medical Services/ A J. R. OLSSON, Clerk Mental Health BY �l l Deputy Clerk Maxine M. r:eufelc� EH:ag 00656 H 24 8/75 10M i Human Resources Agency Date October 5, 1977 CONTRA COSTA COUNTY Contra Costa County TO Arthur G. Will, County Administrator RECEIVED OCT - S 1977 From C. L. Van Marter, Director Office of Count? Administrator SUbj PILOT COUNTY ALCOHOLISM -PROGRAIM EVALUATION PROJECT The State Office of Alcoholism wishes to select Contra Costa County as one of three counties that will participate in a pilot County Alcoholism Program Evaluation Project. The project is very limited in nature and is expected to provide the legislature with some evaluative information regarding alcoholism programs. I referred to this project in my September 6, 1977 memo to the Board, "Outcome Evaluation Model for Social Services" (copy attached). The State Office- of'Alcoholism will provide one full-time technical assistant who will be employed by the Office of Alcoholism. This person will work with the Recovery Home Program Providers of this County to assist them to gather data regarding some of the objectives which they themselves have already established as part of the County Alcoholism Program evaluation model which is included in the County Alcoholism Plan Fiscal Year 77-78. Once the data is gathered, it will be analyzed and presented in the form.of a report which will be presented to .the legislature, to the Board of Supervisors, Alcohol Advisory Board, etc. This project, though very limited, will be helpful in assisting all those involved in the delivery of alcohol services to begin to implement the. evaluation model designed last year. The purpose of the project is not to -evaluate County alcohol programs, but rather to evaluate, in part, the evaluation model. A sampling of objectives will be chosen and evaluated in light of- data gathered during the project. The State Office of Alcoholism wishes to begin working with Contra Costa County on this project in early October and merely wishes to have a verbal agreement regarding the project rather than a contract. County alcohol staff, the Alcohol Advisory Board, the chiefs of program evaluation for Medical Services and the Human Resources Agency have had several meetings with representatives of the State Office on Alcoholism regarding this project, and these people are enthusiastic about the project. Incidentally, this -project does not entail expense to the County. I am requesting that you include on your October 11, 1977 agenda to the Board of Supervisors a request to approve County- participation with the State in the alcohol evaluation project. CLV"L%I:EH:dg Attachment cc: Dr. Charles Pollack Marvin Ziegler Jerry Nava Steve Harris William Stevenson June M. LarsonhAicrofilrneci with board order In the Board of Supervisors of Contra Costa County, State of California October 11. , 1977 In the Matter of Rescinding Portions of Board Orders Pertaining to Subdivision MS 82-75. It is by the Board ORDERED THAT: (a) that portion of the Board Order dated June 7, 1977, which makes a determination of utility easement rights for Subdivision MS 82-75, is hereby rescinded; (b) that portion of the Board Orders dated September 13, 1977, which accepts for recording only an offer of dedication for drainage purposes and accepts an individual grant deed for Subdivision iIS 82-75, is hereby rescinded. Passed by the Board on October 11, 1977. 1 hereby certify that the,foregoing is a true and correct copy of an order enterers on the minutes of said Board of Supervisors.on the date aforesaid. Originating Department• Public Works Witness my hand and the Seal of the Board of Land Development Div. Supervisors affixed this 11th day of October 1977 cc: Public Works-Land Development —' Donald Davies 2616 Simas Ave. J. R. OLSSON, Clerk Pinole, CA 94564 ByDeputy Clerk Recorder (via p/W N. Director of Planning Pons 00658 H -24 3J70 15m i 4, r" In the Board of Supervisors of Contra Costa County, State of Califomia October 11 , 19 77 In the Matter of Notice of Public Hearings on Senate Bill 346 (Ayala) . The Board of Supervisors having received a Notice of Hearings from Chairman Ruben S. Ayala of the Senate Committee on Agriculture and Water Resources, California Legislature, scheduled by the Joint Conference Committee on Senate Bill 346 dealing with the Peripheral Canal and related water facilities; IT IS BY THE BOARD ORDERED that the aforesaid Notice of Hearings is REFERRED to the Public Works Director. PASSED by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public I-forks Director Witness my hand and the Seal of the Board of Director of Plaruiing Supervisors County Counsel affix-ed this��doy of__ October 19 County Administrator Public Information Officer ,a J. R. OLSSON, Clerk B Y Ld Deputy Clerk Ma ine M. Neufhld 00659 H-24 3/76 15m In the Board of Supervisors Of Contra Costa County, State of California October 11 19 77 In the Matter of AUTHORIZING ANNE LEMONS, HEAD START PARENT POLICY COUNCIL MEMBER, TO ATTEND SECOND NATIONAL CONFERENCE ON PARENT INVOLVDIENT, ESTES PARK, COLORADO, NOVEMBER 3-6, 1977 The Board of Supervisors hereby AUTHORIZES the attendance of Mrs. Anne Lemons, Head Start Parent Policy Council Member, to attend the Second National Conference on Parent Involvement, Estes Park, Colorado, November 3-6, 1977. All costs to be covered by Federal funds from the Head Start Training and Technical Assistance Grant. APPROVED BY THE BOARD on October 11, 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 Orig. Dept. : OEO Supervisors cc: County Administrator affixed this 11th day of October , 19 77 Auditor-Controller J R. OLSSON, Clerk By. 1�C,i,1_ � ,k l ( la _ Deputy Clerk Patricia A. Bell 00660 H 24 8/75 10M In the Board of Supervisors of Contra Costa County State of California AS EX OFFICIO GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT N0. 15 October 11 , 1977 In the Matter of Approving and Authorizing Payment for Property Acquisition - Bethel Island Area Sanitation District No. 15 Work Order No. 5400-927 IT IS BY THE BOARD ORDERED that the following settlements and Right of Way Contracts are APPROVED and Public Works Director, is AUTHORIZED to execute said contracts on behalf of the District: Parcel Contract No. Grantor Date Address Amount 1 Robert D. Gromm 9/ 7 77 P. 0. Box 4473 $400.00 Bethel Island, CA 5 Joseph & Linda 7/19/77 2000 Glenwood Dr. , $100.00 Souza Antioch, CA 6 Raymond L. & Agnes 9/20/77 2060 Asilomar Dr. , $200.00 S. Harris Oakland, CA 13 Gregory & Polly 9/15/77 P. 0. Box 243, $100.00 L. Maciel Bethel Island, CA 21 Frank's Marina, 9/17/77 P. 0. Box 58, $100.00 Inc, Bethel Island, CA 22 Milford L. & 9/12/77 P. 0. Box 21 , $100.00 Dorothy R. Beutler Bethel Island, CA 25 Virginia C. 9/16/77 17 Westall Ave. , $100.00 Whitacre Oakland, CA 26 Carl H. & Elsie 9/19/77 408 Martens Ave. , $100.00 C. Brown Mountain View, CA 31 Flora B. *Klein 7/19/77 P. 0. Box 477, $100.00 Bethel Island, CA 32 Loren W. & 9/20/77 1147 Foothill St. , $100.00 Emily H. Voll Redwood City, CA 34 Robert E. & Jean 9/20/77 P. 0. Box 692, $100.00 L. Severns Bethel Island, CA 36 Flora B. 'Klein 7/19/77 P. 0. Box 477, $100.00 Bethel Island, CA The County Auditor-Controller is AUTHORIZED to draw warrants in the amounts specified to be delivered to the County Real Property Division. The County Clerk is DIRECTED to accept said Easements from above-named Grantors for Contra Costa County Sanitation District No. 15. PASSED by the Board on October 11 , 1977. 1 hereby certify that the.,foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County Auditor-Controller affixed this 11thday of October_____, 197T J. R. OLSSON, Clerk By LL��yir,?� ii'�Lc✓f���� . Deputy Clerk Helen C. Marshall 00661 H -2S 3j76 Ism In the Board of Supervisors of Contra .Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT October 11 . 19 77 In the Matter of Approval of Agreement with McGah and Bailey, a Partnership, for Installation of Storm Culverts Into Grayson Creek, Flood Control Zone 3B, W.O. 8546-7520 North Pleasant Hill Area The Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, APPROVES the Agreement with McGah and Bailey providing for District participation in the costs to install two side drains in the District's right of way through the west levee of Grayson Creek south of Second Avenue South in the North Pleasant Hill area, and AUTHORIZES the Chairman to execute said Agreement. PASSED by the Board on October 11 , 1977. I hereby certify that the,fpregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Flood Control Planning Supervisors and Design affixed this llthday of October 1977 cc: Public Works Director Flood Control J. R. OLSSON, Cleric Business & Services Division gy �f, j��-u.� . Deputy Cleric Auditor 11. rous County Counsel County Administrator McGah and Bailey, 3732 Mt. Diablo Blvd. , Suite 370 Lafay H-24 3/76 1 sm '1 R"rette, California 94549 0!�'1�2 a AGREEMENT 1. PARTIES Effective October 11 1977, the Contra Costa County Flood Control and !dater Conservation District, a political subdivision-of the State of Cali- fornia, hereinafter called "DISTRICT," and McGah and Bailey, a partnership, owning property within the DISTRICT'S Flood Control Zone 3B, hereinafter called "DEVELOPER," hereby mutually agree as follows: . 2. PURPOSE DEVELOPER is improving its property designated as Subdivision 4573, Shadowood,* within the corporate limits of the City of Pleasant Hill . Subdivision 4573 is directly adjacent to a major flood control channel , Grayson Creek. Existing storm culverts constructed by the DISTRICT through the Grayson Creek levee provide drainage into Grayson Creek from a watershed which includes the area upstream, adjacent to, and within the proposed Subdivision 4573. It has been determined that these existing culverts are inadequate to convey the antici- pated storm flows into Grayson Creek. The DEVELOPER has included in the sub- division improvement plans provisions to construct two additional culverts through the Grayson Creek levee to provide adequate drainage of the watershed into Grayson Creek. The DISTRICT will participate in a portion of the costs for the additional storm culverts. The purpose of this agreement is therefore to provide a means whereby DISTRICT may contribute toward the cost of the additional storm culverts. 3. FACILITIES The storm drainage facilities covered by this agreement are a 60-inch diameter culvert approximately 60 feet long draining into Grayson Creek at the northeast end of the subdivision and a 60-inch diameter culvert approximately 75 feet long draining into Grayson Creek at the southeast end of the, subdivision, all as shown on the improvement plans for Subdivision 4573, as approved by the City of Pleasant Hill on August 15, 1977. This agreement only covers those portions of pipe and drainage structures within the District's existing right of way. ' Microfilmed with board order 00663 4. PERMIT TO CONSTRUCT The DEVELOPER shall obtain an encroachment permit for all work done within the DISTRICT'S right of way. This permit may be obtained from the Contra Costa County Public Works Department, Land Development Division. 5. CONFORMANCE TO PLANS AND SPECIFICATIONS The storm culverts shall be installed in conformance with the plans and specifications, prepared by the DEVELOPER, and approved by the City of Pleasant Hill and in accordance to the requirements of the encroachment permit issued by Contra Costa County Public Works Department. The DISTRICT will assume maintenance responsibility for the storm culverts only when the culverts are installed accord- ing to the requirements and conditions described herein. . 6. HOLD HARMLESS DEVELOPER shall defend, save and hold DISTRICT, and Contra Costa County, its officers, agents and employees absolutely free, clear, and harmless from any claims, actions, or costs arising from any and all damage to property, injury to persons, including death, or any type of liability arising as a result of work to be done in accordance with this agreement. 7. INSURANCE 1. The Developer's contractor, before performing any work under the agreement, shall , at no expense to the District, obtain and maintain in force the following insurance: (a) Workers' Compensation Insurance pursuant to State law. (b) With respect to the contractor's operations: The contractor shall provide a policy or po'' icies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the District and Contra Costa County, 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. (c) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their awn behalf; -2- 00664 A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the District and Contra Costa County, its officers and employees as additional insureds, y 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. (d) Without limitation as to generality of the foregoing subdivisions (a), (b) and (c), 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 DISTRICT AND CONTRA COSTA COUNTY 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 District, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by the District of all work to be performed by Contractor under the • agreement. (b) The Contractor shall furnish, or cause to be furnished, to the District 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 District at least thirty (30) days prior to cancellation of the policy. 8. METHOD OF PAYMENT Upon acceptance of the storm culverts, defined herein, by the Contra Costa County Public Works Department, DEVELOPER shall apply to DISTRICT for its contribution. The DEVELOPER shall submit invoices with supporting detail (e.g. , contract quantities) verifying the costs of (1),, (2) , and (3) as listed below. DISTRICT'S contribution excluding engineering shall not exceed $10,000. The District will pay for: ' (1 ) the installation costs of the 60-inch diameter culvert within the limits of the existing District right-of-way at the northeast end of the subdivision; (2) the delivered cost of the 60-inch diameter culvert -3- 00665 within the limits of the existing District right-of-tray at the southeast end of the subdivision, and (3) 7% of the combined costs of (1 ) and (2) above for engineering costs. 9. TERPIINATION OF AGREEMENT This agreement shall expire upon acceptance of the work under this agreement by the DISTRICT and completion of all payments for this ,work and described herein. CO 'JL4 COS:1 A Cp� FLOOD CONTROL LLAT CO _ffiVAT N DISTRI.CT McGAH AND BAILEY G (a parnership) Marren N. Boggess, Chairman ,- Board airman ,-Board of Supervisors, as ex officio *By L the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District * Signature of Developer must be ATTEST: notarized J. R. OLSSON, County Clerk BY Deputy RECOMMENDED FOR APPROVAL: VERNON L. CLINE Public Works Director Tdf' Deputy Pu li-c' Works i rector FORM APPROVED: John B. Clausen, County Counsel BY Deputy STATE OF CALIFORNIA, County of Contra Costa on this 3rd da o f October in the year one thousand nice hundred a-L-3-7-------_._._.before m, Jesse L�. OliT-*er a Notary Pubtk, State 01 California«ddul ommiuwned and stuorn, personally appeared Wesley Basle �NNH71!)�1MN�s7f���7Ni••t��pN:iran#■ec:Jon"S kn to me to be one o the _.--_._____....__..._...,.-�•___ • $$E �.. OLIVE I f partners of the partnership that executed the urithin instrument, NOTARY PUBLIC t and acknowledged to me that such partnership executed thesime, Contra Costa County = IN WITNESS WHEREOF!l�gve f{ereunto ct my ' is L �O S L hand and affixed my ofteiat seal, State of Cakforn4 z in the- g tr f an ra � o 3 a r�the day and year in this My CorarnIeWon Exp:ras May 2. 1978 cntifieate fust above txrritten. ~ ,na:l�; :, .-�: •r r: -'.c Toa• Notar� f California Cowdcry's Form No.29—( �Iedrment—Partnersbip) (C.C.sce. 1189) (Printed 1/15/70)0471.0477 MY Cornmission Expires......_............................. [ti !K :'1 r.��c �: t 7. .� - s.'.. rE• . iA. - wrt -� A.W4Y.Y- - � - ar7' •t r a 1 y 1+` ��.]'.r !' 71_'. • •• y•! •t r'�. +' '1_ r.• 1.:: lr, 7 •Y :.. COMPANIES AFFORDING COVERAGES Insi.4rance Associates of f: ( Northern California Co•IPANY P. O. Box 774 LETTER Aetna--Casualty Se4 Co. Ber?cele Ca. , 94701 COMPANY LEITER Lj Fremont Indemnity Con,pany N-4-ME ANO ADDRESS OF INSURED COMPANY C i•40WITAIN. CONSTRUCTION,_ INC. LETTER P. . O► BOX 116 cornPANvr San..-Ramon.. Ca«, 94583 LETTER �; •. COMPANY E LETTER r. t,+ This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. .; COMPANY POLICY Limitsot Liability in Thousands(000) _... TYPE OF INSURANCE POLICY NUMBER EACH LETTER EXPIRATION DATE AGGREGATE .'_§ OCCURRENCE' ci s, `y GENERAL LIABILITY O r A [ 05 AL 194858 CCA 8/1/78 BODILY INJURY $ 500.. s 50U { COMPREHENSIVE FORM LSPP.E&USES—OPERATIONS PROPERTY DAMAGE S 500 - s 500 C EXPLOSION AND COLLAPSE �} HAZARD :i• l='UNDERGROUND HAZARD �P3CDUCrS.COMPLETED 4r OPERATIONS HAZARD �? �3• BODILY INJURY AND 13 CONTRACTUAL INSURANCE PROPERTY DAMAGE S 5It BROAD FORM PROPERTY COMBINED Lk DAMAGE(ENDEPENDENT CONTRACTORS 12PERSONAL INJURY jyY y , PERSONAL INJURY s AUTOMOBILE LIABILITY BODILY INJURY S 2 5 T7, (EACH PERSON) ' COMPREHENSIVE FGP.'.t 05 AL 194858 CCA 8/1/78 BODILY RUUR'e s500 $4-;j 0'.ti•`+ED (EACH OCCURRENCE) "ra. ! PROPERTY DA..MAGE HIRED BODILY INJURY AND s'f L X NON OWNED + PROPERTY DAXIAG_ COMBINED EXCESS LIABILITY - c+ BODILY INJURY AND A �F IVABRELLA FORM 05 XS 3524 T'1CA 8/1/78 PROPERTY DAMAGE S1, 000 � S1,00 [J OTHER THAN UMBRELLA COMBINED _ r FORM - E. B IWORKERS'COMPENSATION STATUTORY and tiTP 77 82223 8/1/78 EMPLOYERS'LIABILITY }" -s2f, 000 OTHER En! DESCRIPTION OF D 4r ZIONS. ATi�NSNEHICL£S Tract Q_7 i j, nacocac�rood Subdivision jobsit�. IT IS F.EREBY IINDERS`^OOD A_TD AGREED THAT CONTRA COSTA COUNTY FLOOD CONTROL N DISTRICT and COU=2 OF CONTRA COSTA, IT'S OFFICERS AND EMPLOYEES ARE IIFUT ED `* ,., -•, T T . r n , r r �- x AS ADDITIONAL IWSUREDS AS RESPLCTS COMPAki A POLICIES, AS RESPECTS THE JOB rIEfiL21''� ED�JL -- - - — - Cancellation: Jhould any o.* the .bove de_cr_nect'�t Lle� be canLe!!e� be;ore the expiration date thereof, the issuing com r.1ny will x.? ?ll?�?Itb mail 0 days written notice to the below named certificate ho!derxbt'*�*7*ik* ' 9r1"73:'tlit32Ssiia*iC':tlYt.*a3ETle�C`�• 9/drYeO[�;�ti:?,*Jifl9c;9ddY�fl�t.'3f�t�ct:@�N �,:; F}w re NAME AND ADDRESS pr'C£PTI=ICAIEHOLDLP � Contra Costa County ,Flood Control DATE I;,UF' Octob 977 District C 255 Glacier Drive 1iartinez, Ca. , 94553 a Roberti�" A ' Mr. Pao Flynn, Construction Dept. g !order Microfilmed with boa C'OPC. 25 (EC 2-771 i In the Board of Supervisors Of Contra Costa County, State of California October 11 19 77 , In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 277-76, Danville area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Albert Hann, et al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 277-76, Danville area. PASSED by the Board on October 11, 1977. I hereby certify that the.Joi regoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department• Pict (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W.) affixed this lltt4ay of October 1977 Public Works Director Director of Planning County Assessor J. R. OLSSON, Clerk Albert Hann / 432 La Gonda Way By /��' C j�L'`� `"��� Deputy Clerk Danville, CA C,lAjygj-Halt H-24 3j76 15m [J1� 668 In the Board of Supervisors of Contra Costa County, State of Califomia October 11 , 19 77 In the Matter of - Approve Consulting Services Agreement for Diablo Road Design Study, Diablo area. Work Order No. 4344-661 IT IS BY THE BOARD ORDERED that a Consulting Services Agreement with Creegan and D'Angelo, Consulting Engineers of Dublin, California, to provide a road design study of Diablo Road between Green Valley Road and Mt. Diablo Scenic Boulevard, is APPROVED and the Public Works Director is AUTHORIZED to execute it on behalf of the Board. The Agreement has a payment limit of $12,000 which cannot be exceeded without the prior written authorization of the Public Works Director. PASSED BY THE BOARD on October 11; 1977. 1 hereby certify that the,foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: Supervisors Public Works-Land Development affixed this I/dday of , 197Z C•C • �'� J �-i-k a_J J �R�OLSSON, Clerk By Ae��. C_, Deputy Clerk H-24 3/76 15m 0066 CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: CONTRA COSTA COUNTY (b) Consultant's Name & Address: CREEGAN & D'AN_GELO, Consulting Engineers 11522 Dublin- Blvd,-Dublin, CA 94566 (c) Effective Late: (d) Project Name, Number & Location: Diablo Road Alignment Study (e) Payment Limit: $12,000 2. Signatures. These signatures attest the parties' agreement hereto: CONSULTANT By2k?!M& jK Zf&2!A :?M� (Designate offic- aZ capacit6fin business) State of California ) ss Contra Costa County ) ACKNOWLEDGMENT (CC §1190.1) The person signing 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 or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. PUBLIC AGENCY [SEAT. 0:^_CLAL SEAL By: lire -r r'4�/( L'S r t.;l+ 'i Vernon L. Cline. �IAil .r1�T1 j r:c :c c ,_i:chr.,a Public Works Director t' J } r';ir,ci;�; Cti;,z is Y;;Lt7 r4:IGif .isia E.,:;:i:as Ccct.11,1973 �/ J� Date October 4, 1977 1 C'`.. Phr1lis anchetti Notary Public 3. Parties. Effective on the above date, the above--named'_E lic Agency and Consultant mutually agree and promise as follows: 4. Employment. Public Agency 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, including field survey inservices,attached hereto and made a part hereof. b. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain dining 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 minumum 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. 7. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix A 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. t(e) crithout prior written approval of the Contra Costa County Public Works Director. Consultaht's statement of charges shall be submitted at convenient intervals. Payment will be made within thirty (30) days after receipt of each statement. 8. Termination. At its option, Public Agency may terminate this agreement at any time by written notice 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 rendered to the date of termination. 9. Status. The Consultant is an independent contractor, and is not to be considered an employee of 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 connected with the services provided hereunder by Consultant or any person under its control. Attachments Appendix A Form approved by County Counsel 6/77 006'i 0 CRE E CAN �. D '1�. N C E LO CONSULTING ENGINEERS CIVIL AND STRUCTURAL ENGINEERING SURVEYS - REPORTS • PLANNING sl•1 17S C.CAIIFrjvNlP � — = 11822 DUBLIN ©OUEEVARD DUBLIN.CALIFORNIA 94566 14151 828.4sof1 21 T0`.+•w :ew C.HC+AOw 21000 August 23, 1977 Mr. Larry Reagan Assistant Public Works Director Land Development Division Contra Costa County County Administration Building Martinez, CA 94553 Reference.: Design Study Report--Diablo Road between Green Valley Road and Mt. Diablo Scenic Boulevard Dear Larry: This revised proposal has been prepared at your request and modifies the scope of work and compensation section of our original proposal dated August 5, 1977. Basically, the scope of work is reduced to include only one main solution plus one or two specific location alternates. SCOPE OF WORK . Phase I Data Collection and Analysis 1 . Collect all available documents and mapping from Contra Costa County. 2. Conduct a field reconnaissance to identify problem areas. 3. Consult with County Traffic Engineer as to traffic capacity and existing traffic reports obtained in #1 above: 4. Develop one possible solution with possible alternates at a few locations along the road length. This solution will consider such items as road width, alignment, clearance, left turn lanes, sight distance, design speed, safety, slopes, structures to be moved, and environmental con- siderations. 5. Hold Design Study Meeting #1 (Creegan b D'Angelo project personnel and County staff). Phase II - Design Study Solution 1 . Based on the design concept agreed upon in Design Study Meeting fil , identify specific problem areas. APPENDIX A A &071of 4 myluI i Mr. Larry Reagan -2- August 23, 1977 2.. Itemize the pros and cons of each problem area. 3. Hold Design Study Meeting #2 (Creegan & D'Angelo project personnel and County staff) . Phase III - Final Report 1 . Based upon Design Study Meeting #2, finalize the solution in a Design Study Report. This Report will include the following: a. Extent of desirable and feasible width and alignment modifications. b. Roadway capacity. c. Safety proposals, including pole relocation, tree removal , and' shoulder improvements. d. Preliminary cost estimate. 'e. Environmental consideration of solution. COUNTY-FURNISH ITEMS Because of the inmediately pending aerial survey work that Contra Costa County is F` planning in the area of Diablo Road, it is our recommendation that you have your aerial photographer accomplish the aerial topographic contour mapping. This would save some costs and, if in fact this mapping is completed within 30. days, the pro- posed time schedule would still be valid. 1 . Topographic contour map at the scale of 1 "=50' and a minimum of five foot contour intervals. 2. Supplemental field topo as required to cover areas beneath tree cover. 3. All existing design information and plans concerning Diablo Road. 4. Traffic engineering aspects of Diablo Road Report, dated 1975. A 5. Copy of EIR for Blackhawk development. 5. Soils and geologic reports from surrounding area. PROPOSED SCHEDULE We understand that formal. authorization to proceed must be processed through the various County departments and that time constraints of this project do not make it practical for us to wait for this formal authorization before starting our work. Assuming this preliminary notice to be Week 0, the following schedule is .proposed: Weeks O to 3 . . . . . Phase I - Data Collection and Analysis Week 3 . . . . . . . . . . . Design Study Meeting #1 �U� l�2of4 Mr. Larry Reagan -3- August 23,' 1977 Week 4 . . . . . . . . . . . Receive Topographic Contour Map Weeks 4 to 5 . . . . .Phase II - Design Study Solution Week 5 . . . . . . . . . . . Design Study Meeting #2 Weeks, 6 to 7 . . ... Phase III - Final Report Week 7 .... . . .. . .. Submit Design Study Report FEE We propose to be compensated for the above scope of work for a lump sum of $9,000. This lump sum will become due and payable upon completion of each phase according to the following schedule: Completion of Phase I . . .. . . . . . $2,500 Completion of Phase II . . :. .. . . . 4,000 Completion of Phase III . . .. . . .. . 2,500 TOTAL $9,000 We can as an alternate provide field surveying services and plotting for supplemental topography as required in areas where tree cover precludes--aerial mapping or where more detail is needed. The fees for this alternate will be in accordance with the attached hourly rate gubyi V schedule Exhibit A�,. (The total cost of this alternate shall not exceed-$3000.00) Thank you again for the opportunity to present this proposal and provide engineering services for Contra Costa County. Very truly yours, CREEGAN & D'ANGELO CONSULTING ENGINEERS Donald R. Bunce DRQ/lb Sfj# .M 4 .. ' CREEGAN 8 D'ANGELO -: ,'• EXHIBIT "A" PER DIEM FEE SCHEDULE Hourly Charge Rates Professional & Technical Principal Engineer .. . . . . . . . . . . . . . . $47.50 per hour Engineering Manager . . . . . . . . . . . $42.50-per hour Senior Engineer/Structural Engineer $37.50 per hour Licensed Land Surveyor . . . . . . . . . . . . . $35.00 per hour Associate Engineer . . . . . . . . . . . . . . . $32.50 per hour Assistant Engineer . . . . . . . . . . . . .•.. . $29.00 per hour Junior Engineer . . . . . . . . .• $25.00 per hour Computer/Design Draftsman. . . . . . . . . $27.50 per hour Senior Draftsman . . . . . . .. $24.50 per hour Draftsman . . . . . . . . . . . . . . . . $21.50 per hour Junior Draftsman . . . . . . . . . . $17.50 per hour Technical Nord Processor . . . . . . . .. . . . $15.00 per hour Technical Typist . . . . . . . . $13.50 per hour Field 2 Man Field Party . . . $65.00 per hour 3 - Man Field Party . . . . . . . . $87.50 per hour Field Engineer/Inspector . . . . . . . . . $29.00 per hour Miscellaneous Costs Blueprints, Reproductions, Monuments & 141aterials at cost, plus 10% Trenspertstism at $9.29 per mile Computer services and data proceseingat $20.00 per hour Electronic Distance Measuring Equipment at $12.50 per hour Other Outside Services at Cost, plus 10% Effective thru June 30; 1978 Subject to Revision Annually 7/1/7741 of 4 9 In the Board of Supervisors of Contra Costa County, State of California October 11 1977 In the Motter of _ Resignation and Appointment to the Contra Costa County Community Development Advisory Council. The Board having received a September 16, 1977 memorandum from Mr. A. A. Dehaesus, Director of Planning, advising that. Ms.' Kay Lanway has -resigned as the Walnut Creek City representative on the Contra Costa County Community Development Advisory Council and that said City has nominated Mr. Edward J. Hradowy, 628 Creekmore Court, Walnut Creek, California 94598 to fill the vacancy; IT IS BY THE BOARD ORDERED that the resignation of Nis . Lanway from the Contra Costa County Community Development Advisory Council is ACCEPTED and Mr. Hradowy is APPOINTED to fill said vacancy. PASSED by the Board on October 11, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Mr. Hradowy Witness my hand and the Seal of the Boord of Contra Costa County Supervisors Community Development affixed this 11 rhday of nr-t-nhpr 1972 Advisory Council Director of Planning r� (� OISSON, Clerk County Administrator Public Information Officer By Deputy Clerk Ronda Amdahl H-243f7C 15m 00675 E i { In the Board of Supervisors _ of Contra Costa County, State of California October 11 19 77 In the Matter of Approval of Consulting Services Agree- ment with KCA Engineers, Inc. San Francisco, California Detention Facility Project (Work Order 5269-926) The Board of Supervisors AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with KCA Engineers, Inc. , San Fran- cisco, California. The Agreement provides for establishing surveying control points to determine exact locations and elevations of column lines and floor slabs respectively and refine preliminary surveys used to establish rough site-work in preparing the site for construction. The Agreement provides for a maximum payment of $14,000, which shall not be exceeded without written authorization by the Public Works Director. PASSED by the Board on October 11 , 1977. 1 hereby certify that the foregoing is a true and correct 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 Originator: Public Works Supervisors Detention Facility Proj. affixed this day of ' 192-7 cc: County Administrator County Counsel J. R. OLSSON, Clerk County Auditor-Controller8 �r� �f Deputy Clerk KCA Engineers y Public Works Director H-24 3/76 15m 006 ID CONSULTING SERVICES AGREEMENT t 1, Special Conditions. hese Special Conditions are inco__cr~ted beloyr by re:'ere.*:ce. (a) Public Agency: CONTRA COSTA COUNTY (b) Consultant's Name & Address: KCA Engineers, Inc. 111 New Montgomery Street, San Francisco, California 94105 (c) Effective Date: October 10, 1977 (d) Project name, Nwber & Location: CONTRA COSTA COUNTY DETENTION FACILITY (e) Payment Limit: $14,000.00 r 2. Signatures. These sig atures attest the parties' agree*-ent hereto: CONSULT "W By �Q� L V . esignate offic-.aZ capacity in business) State of California ) ss Contra Costa County ) aCMOWLEDGE T (CC §1190.1) The person signing above for Consultant, known to me iri those individual and business capacities, personally appeared before me today and acmowledged that he signed it and that the corporation or partnership named above executed the within instrinent pursuant to its by-laws or a resolution of its Boar_d_o.; J roc ors``��� PUBLIC AGENCY [SEAL By: Vernon ,1.,. Cline Publi c.' ,tiorks Director By: Date: 77 Nota--j Pub'-i c 3. Parties. f-f-ective on the above date, the abov / /ib,3�iC Agency znd Consultant r,nztually agree and promise as follows: � 4. Erployment. Public Agency hereby eaploys Cons(u.t and Ccnsul.tant accepts such e:-ployment, to perform the professional services described herein, upon the teras 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 Trade a part hereof". 6. Insurance. Consultant shall., at no cost to Public Agency, obtain and r.•aintain d,_rir-g the term hereof: (a) Workers' Corpensation Insurance purse=-Tt to state law, and (b) Cc--prehensive `ability Insu--.nce, including coverage for oemed and non-ojrned auto rn_les, tv_th a minumur. combined single limit coverage of $500,000 fD_r all damages due to bodily :Lnjury, sickness or disease, or death to any person, and da-aze toDroperty, includ.ir-- the loss of use thereof, arising out of each accident or occurr�,ce. Consultant shall furnish evidence of such coverage, naming ?ublic Agency, its officers and e,_loyees as additional insureds, and wiring 30 days' written notice of policy 1.=:pse or canceLat_on. 7... P -,rent'. -nialic Agency shall pay Consul tart: for professional services z)erfoi--med at- t a rates shorn in Appendix-B attached hereto, which include,all ove_rhead arm incident?? expenses, for c•;Izich no additional co-mensation shall be all�.ed. in no evert shall the total amount poid to the Consultant exceed the payment limiI specified in Sec. 1(e) .,;ithou` prior written approval of trip Contra Costa County Public Wor�c Director. Ccnsultant's statement of emerges shall be submitted at convenient intern s. 'Payment v;Ll.l be :;ode k-_Jthin thirty (30) days after receipt of each statement. E. Termination. At its opt_on, ?ublic Agency may termixLte this agreemert at any -Jr- by .;.-itten notice to the Consultant, whether or not the Consl.;tant 'is in default. Upon such termination, Consultant agrees to turn over to Public agency everythinZ pertaining to the work possessed by him or under his control at that t_.e, and -n 11 be paid, ;:ri t^out duplication, all amounts due or thereafter becoming due on account of services rendered to the date of ten ination. I Status. The Consultant is an independent contractor, and is not to be considered an e_-:ployee of Pub''i c 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 iniu_rj or damages arisir+g from or connected with the services provided hereuT-der by Consultant or any person? under its control. Attachments Appendix A ,Gpendix B Microfilmed with board order Form, approved by County Counsel r 6/77 t 1 . 4 A_=!_='tDIX "A" SC" F-Z OF WORK I'. Primary Control (a) Description: 1 . Provide column 1"-r control points OFFSET OUTSID= TFE BOUNDARIES of the Pad. (Approximately 1C':, points) . Provide two bend irrks for elevation control at locations select _y the Turner Construction Project Superintendent. Provide a column lli::e staking control drawing locating all control poi n t:_s_ 2. Modify. primary after erection of structural _-o provide offsets as required to transfer column into the interior the Building. Check erection tc -arances of structural steel and anchor bolt 1 oca =.^s. (b) Estimated Cost: $ , _�o.00 II_ Suildiny Control (a) Description: 7 771 . _transfer=8uiIdin� -Lrol lines_and bench marks.-i.,_o'the interior of the hLi1ring as directed by Turner Cor:s;ruc- tion Company. (b) Estimated Cost: S7,_-01.00 Microfilmed with board order k APPENDIX "B" CO%!? 'iSATION OF CONSULTr.t For services performed tar the Consultant, the County shall pay Consultant at the following hourly rates: Engineer $35.00 per hour Draftsman $25.00 per hour 2-Man Survey Party $54.00 per hour 3-Man Survey Parr $92.00 per hour The move rates are to include all miscellaneous expanses, including overhead, profit, travzt, and field supplies. All printing 'expenses wi'ul be at cost. .:.` 006 `J Microfilmed with board order. a ° tN;CRT COWPA r:- --- ------- -- --- '�'i;l:.c;:�Lt- ii�r;�: ��sLt�i�rn;r .-------- /,,�/{�C a • - ,_ (Nwreia CON'-1 the COMPORTI - e.r. CERTIFICATE OF INSURANCE The company hereby states that it has issued to the in- sured named herein a policy or policies of insurance providing the types of insurance and limits of liability NAMED INSURED AND ADDRESS sal forth herein. This certificate of insurance neither ' affirmatively nor negativQly amends, extends or alters 17011 �.I'�Cili'1rr�,12ai, LAIC, , the coverage afforded by the policies scheduled here- 111 New F-:"c+nL;cn e_r, ti rcet in.It is furnished as a matter of information only,confers no rights upon the holder and is issued with the under- .`-[III !anis?sco, California u4107 standing that the rights and liabilities of the parties will be governed by the original policy or policies as they may be lawfully amended by endorsement from time L J to time. TYPE OF INSURANCE Policy EFFECTIVE EXPIRATION LIMITS OF 11ABlUTY (indicate by"X'Iw Boe) NUMBER DATE DATE BODILY INJURY UABIIIIY PROPERTY DAMAGE UAR41TY :9 Co-p.eMwslw A-! We Liability :1` 3)#() 22'-1 11/20/76 11/20/77 S yOU,O()0 oe ion s 5003000. «ithirnnce O mid i>_'1:f.':T.1 17. 21► ].1iyc�t7 t3 $�- ODU f)JU ecurreare Co-pnhensive General Liability i�tr Jti J c c:jl 7L! �� �+ 11/�t_l�i1�'f p� XI Mowufapure.t and r�riU mnc--al 11/20/77 l.1/2Q�78 occu qtr. Controctori liability 51,000,000 eccerrenca i 500,0U0 occurrence -(7 Owners;Londlordi awd I. It 11 TeROntf liability .O Coatroc+eolliability .• •• 1' - t-1 CJI v,:� U(�f, aBRraBate s L'J0O .. oBBrpala r. , 7 lJ ,UU� .O cCT11l� f 3A each occurrence UMBRELLA LIABILITY - S oggregote-produdr-ea npleted,Owalions Subject to sell•Jnswed retained limit and underlying insurance described in the policy. eovero°e afforded in accordance with the-WOrltmewt Co-peasotlon tow of the States specified in subdivision(a)below and the Oaupo6owel Disease law,If any,of sveh States, WORKMEN'S -Mess otherwise stated in subdivisiow(b)below. COMPENSATION (bl [MPIOYERS'UABWTY COVERAGE B—EMPLOYEES SUBJECT TO COMPENSATION LAW Arss otherwise noted. IM policy S wn•be,,erlecr,•w and rror dart' ere the stet as those shownshOsra for perk- COVERAGE P—EMPLOYEES NOT SUBJECT TO COMPENSATION LAW ewri s co-Pealmion insurance) INJURY BY ACCIDENT INJURY BY DISEASE each each S e-ployee s employee y each °Dsresoto accident s (each dote) M[D1CAL i loge- . REMARKS i'1crh, ords r +f5c69y?b - Contra Costa County Detention Facility Project, Martinez, CA uy cm ioracli: nt, L[; t,a?:i.-.y no. DP 346-2251 and it verierral, Contra Costa County, it s orricw'J, etillil[?yee;, "uxj ar*frits az'c nEa,,.ed az additional Ji-mureck; Solely a3 respects the above..listed ,101). This certificale is issued at the request of lite person or organization named below and Ilia company will mail to such person or organization, at the address shown, notice of cancellation and,where possible,notice of any material change in any of Ilse described policies., thirty(-- days hirty(_days t wior to zucil cm,cellltioll. - r C X Ti-r 11' A .tL II,'1'kU!i!Joi I LUILD11 IG 051 ).'.l.t IC: .`.;I:TC(:L Dole i,iartirez, 'Calif, -oia 94553 — stalls r 17i-1977 By L J , � � �' -1=I '-�f � f• �. . Microfilmed with board' orderr Aetberleed RefartserArttJee '( 1'icC'OIJA J P( i:t GGL73 & LIAB.161sT 758 PRINTED IN U.S.A It III*AI it-ALM 11 1 Wo 1 rJ .16 r I 1 A 4 PACIFIC EN. DYERS GROUF '-)F INSURANCE CrJk .NIES CERTIFICATE OF INSURANCE r (this Certificate of Insurance neither offirmotively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) !`phis is to (�trtif�t to , N[J-)t Y;!L:. i�'� ;•,: •, COMPANY CODES Contra Costa County Public Works Department © ALLIED INSURANCE CO. 6th Floor, Administration Building Marfinez, California 94553 © INA OF TEXAS Attention: Mr. Thomas M. Finley 0 PACIFIC EMPLOYERS INSURANCE CO. ' L_ Detention Facility. Project Manager INSURANCE COMPANY OF NORTH AMERICA that the foilowing described policy or policies, issued by The Company as coded below, A❑ INA INS. CO. OF ILLINOIS providing insurance only for hazards checked by"X" below, have been issued to: Name and Address K C A Engineers, Inc. ® INA INS. CO. OF OHIO of Insured— 111 New I.lontgomery Street ❑ (OTHER; SPECIFY) covering in accordance wRage erannss7o p,,atQl;Wo4r1Tg4CaTI nN5 TYPE OF POLICY HAZARDS CO.CODE POLICY NUMBER POLICY PERIOD LIMITS OF IIARILITY (a) Standard Workmen's Statutory Statutory W. C. Compensation & ❑ 9❑ GWC Cl 126431 1-1-77 to $ 100,000 One Accident and Employers' Liability 1-1-78 Aggregate Disease (b) General Liability Premises—Operations (including "In- ❑ ❑ cidental Contracts"as defined below) Z Each Person I S Independent Contractors ❑ E] Ech ❑ Accident c 1 ? Completed Operations/Products El ❑ ; a ❑ Occurrence o Contractual, (Specific type is de- scribed in footnote below) ❑ ❑ Aggregate—Completed _Operations/Products Premises - Operations, (Including _ �j❑ Accident v "Incidental Contracts" as defined. L Each )❑ Occurrence $ below) ❑ ❑ E IdContractors ndepenent ontracors o ❑ s Aggregate—Prem.%Oper. Z Completed Operations/Products ❑ ❑ ; Aggregate—Protective oContractual, (Specific type as de- S Aggregate—Completed Q. scribed in footnote below) ❑ ❑ Operations/Products Aggregate—Contractual (t) Automobile Liability E] ❑ _ Each Person Owned Automobiles c Hired Automobiles 1:1 El ❑ Accident Each m ❑. ❑ ❑ Occurrence ' Non owned Automobiles Owned Automobiles ❑ ❑ ❑ Accident f Each Hired Automobiles ❑ ❑ (❑ Occurrence ao Non•owned Automobiles (d) Contractual Footnote: Subject to-all the policy terms applicable, specific contractual liability coverage is provided as respects ❑ a contract/ ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and: Name of Other Party: Dated (if applicable):__.— -- .-.—.----.----Contract No. (if any): 5269-926 Description (or Job): Contra Costa Retention Facility Project, Martinez, California Definitions: "Incidental contract" means any written (1) lease of premises (2) casement. greement, ex pt in connection with c struction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a ur ipality requi d by municipal ord ar e, except in connection with work for the municipality, (4)sidetrack agreement, or (5)elevator ai tenance agr c enc. It is the intention of the company that in the event of cancelation of the lbpolicy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. 4Aepresentative LC 13M PRINTED IN U S A 1, ORIGINAL Microfilmed with rd order low t t. t INSERTCo �..r.~:•_ (Heroin caltod the cswMay) �. CERTIFICATE OF_INSURANCE The company hereby states that it has issued to the in- sured named herein a policy or policies of insurance providing the types of insurance and limits of liability NAMED INSURED AND ADDRESS set .forth herein. This certificate of insurance neither --� affirmatively nor negatively amends, extends or alters rKCA E=Ng=2 INC. the coverage afforded by the policies scheduled here- , New i`3fJT2t�CtT1eZ'y Street in.It is furnished as a matter of information only,confers Ill no rights upon the holder and is issued with the under- San Francisco., G3�ifOR't2'�.3 9�ZQ( standing that the rights and liabilities of the parties will be governed by the original policy or policies as they may be lawfully amended by endarsement from time L I to time. TYPE OF INSURANCE Policy EFFECTIVE EXPIRATION LIMITS OF LIABILITY (Indicate by'Jr In Rost NUMBER - DATE DATE BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY Cowptoomesive AusemobAe Liability BP 346 2251 1.-1//20/7 11./20/77 $ 5/00;000 each n S 500,000 . oocccurrerce 0 and renewal l 20 11/L0� O s 1 000 000 occurrence .�, Comprehensivi General Liability 251 11/20/76 0 7 . Maneradwen'ond end renewal 1112d/77 11/20/78 1y0Q0,040 rorh X00,000 Orh Canactorwi Liability S onutrana S 5 accurrenic O.ners,landlords'and It 1t It ToonoW UoU&y tT 11 to $ 1 000 000 aaanaate S 500 000 aaNKale XX Cewtroctral Liabilityp ,�i , . xx ccopleted ❑ operations r1 a 1r Vilat rias 090M on autcmabiles inclu* ed Ad— s each occurrence UMIRULA LIABILITY 3 egare"16-1woducts-completed ayeretions Subject to soil=ursurad retained limit and underlying inswante dsturibed in the policy. ' Cavergae afforded in occordome with the WorYmen's Compensation tow of the Stales specilled in sabdis:;on(o)below and the Occupational Disease tow,it any,of such States, WORKMEN'S soden otherwise stated In subdivision(b)below. COMPENSATION (a) (b) COVERAGE B--EMPLOYEES SUBJECT TO COMPENSATION LAW EMPLOYERS'LIABILITY f - (Unless otherwise stated, the policy •ewber,effective cad espiralioo dates COVERAGE B—EMPtOYTES NOT SUBJECT TO COMPENSATION LAW are the Uwe as those shown for vraft• non'scowpeasaniottinsaroacel INJURY RY ACCIDENT INJURY BY DISEASE each each S employe $ ampleyca . each eaareaote S accident S leach state) MEDICAL S sac ewployw REMARKS Work orcler 5269-926 - c*ntra Costa County Detention Facility Project, Martinez, CA: By endorsement to policy no. BP 346-2251 and it s renewal, Contra Costa County, It s_ ofFit :rs, employees *and agents are named as additional insureds solely an respects the above listed Job. This certificate is issued at the request of the person or organization named below and the company will mail to such person or organization, at the address shown,notice of cancellation and,where possible,notice of any material change in any of the described policies., thirty( ' days prior to such canoellation. >-=JhvlY ADPyII.NIZM=CN BUITi7I M 651 Pine Street Date !� Martinez, 94553 tober 17 77 No L J AeMerised it 91 easMiw IV Mtct�C ! & PIC )IAB.1191111' -�+- 'fsa-PRIltt10 IN ll_S�. Microfilmed with Soold orc, G l r. VC. TELrPRONE ARRA COIL 433 ' FRIM INTEi NA'I'lONAL INSURANCE BROKERS osl-alai `' '7 Sao SAN4R 0][E STEET 5 EP 13' 19, BAN FRANCISCO EVIDENCE OF INSURANCE CARRIED BY 901 BATTERY STREET, SAN FRANCISCO, CA ' Issued to: CONTRA CASTA COUNTY The following coverage has been issued by the company or companies• indicated, effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, excluaions and limitations of the .doscribed Binders or Policies;" whether shown by endoruement or otherwise. This Certificate of Insurance neither affirmatively nor negatively amends, alters or extends the c( verage afforded-by the Binders or Policies noted hereon. Policy No. Policy Kind of Insurance I & Gam an)[ Period Limits of Liability Workers' compensation CP778-6399 5/28/77 to Workers' Compensat:ion .Law Industrial I ty� and any Occupational Disease Indemnity Co. Law of State of California JOB DESCRIPTION: CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED YES X NO In the event of any material changes or cancellations in the above referred to insurance, the undersigned will endeavor to give 10 days written notice to the holder of this Certifi- cate, but failure to give such notice shall impose no obligation or liability upon the com- pany or the undersigned. ROBERT L. KNOX DIVISION a Dated: 9/9/77 Microfilmed with board orjj, By: �. 4 ? r_ In the Board of Supervisors of Contra Costa County, State of California 19 In the Matter of Request for Mileage Rate •Increase. The Board having received a September 28, 1977 letter from Mr. Charles Guntz, East-Central Advisory Council, Retired Senior Volunteer Program, requesting that the "mileage •allowance paid to volunteers who use their own automobiles to perform official County volunteer business be fixed at 21. 8 cents per mile rather than at the same rate as paid to County employees ; IT IS BY THE BOARD ORDERED that the request is REFERRED to the County Administrator for response. PASSED by the Board on October 11, 197.7. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Retired Senior Volunteer Supervisors Program affixed this 11th day of 19L7__ Director, Human Resources Agency County .Counsel 1 J. R. OLSSON, Clerk County Administrator BDeputy Clerk tit Crai g 00684 H-24 4/77 15m a And ,the Board adjourns to meet on ./. " 1,977 at9• �� Q. rn, , in the Board Chambers, Room 107, County Administration Building, Martinez , California. Y . N. Bogge ha -ma A'rtTEST: J. R. OLSSON, CLERK Deputy 00689 J JIINU'ia 1 U :a�1OCZED INN JE G 1:_. i7V�a OF SUPS?VISORS OF COtiTRA COSTA COUINTY, �f OCTOBE=R 11, 1-0779 PREPARED BY J. R. OLSSOIN:, COU: TY CLS_RK 1-10 FX-OFFICIO CL`R:C OF Thy BOARD. pproved personnel actions for Social Service, Auditor-Controller, ::ealth lepartment, Public ;I-orks, and Civil Service. Approved appropriation adjustments for Community Services (0-0) , .wealth Department, and Orirda Fire :rotection District and internal ad.;ustments not affecting totals for Marshal, Delta Judicial District, County Counsel, Board of Supervisors, County Administrator, Medical Services, and CSA LIS-11. Denied claims for damages filed by N. Lynch and Mr. and Mxs. D. Harrison. Approved Traffic Resolution :;o. 2385. Authorized Director, Human Resources Agency, to execute three-month contract extensions with 17 specified Mental health, Drug Abuse, and Alcohol Program contractors. Authorized Auditor-Controller to accept a compromise settlement of Medical Services account with F. Diaz. As -Ex-Officio the Governing Board of the Riverview Fire Protection District of Contra Costa County, awarded Weed Abatement Contract to Spilker Tree Service, Inc. Arproved reallocation of 035,000 contingency funds for Third Year 11 Community Development Activity =12 (north Richmond Frontage Improvements) . Authorized legal defense for C. Leonard and R. Jarrett. in connection w=ith Superior Court Action i•:o. 179495. Authorized Auditor-Controller to initiate legal action in Small Claims Court against three (3) individuals to recover amounts due the County. As Ex-Officio the Board of Supervisors of Contra Costa County Flood Control and ,•rater Conservation District, authorized payment for property accsaisition, tialnut Creek Channel, Walnut Creek area. Adopted Ordinances Nos. :77-80, 77-81, and 77-32 rezoning land in the 1:artinez%Vine hill area (2l2'-?Z) , Crockett area (2131-RZ) , and Danville area (2102-RZ) , respectively, and No. 77-103 amending the code to require encroachment permit liability insurance. Fixed Nov. 1 at 2:30 p.m. for hearing on appeal of The Orinda .ssociatiori from Planning Commission conditional approval of ?iS 142-76, rinda area. Approved recommendations of - 1.ternal Operations Committee (Supervisors asseltir_e and C. randen) v°=-'Ch respect to membership appointments JI on the County Advisor', Council 1 On %g_a. Appointed L. :Belches and D. Kilcoyne to Citizens Advisory ;Committee i or CSA 1.1-16. O068 ) s October 11, 1,377 Summary, continued Page 2 Authorized relocation assistance payment to L. Albro in connection with Center Avenue Project, Pacheco area. Appointed B. Lenton to Citizens Advisory Committee for CSA P-Z and Supervisor d. P . Kenny to the regional Plaxuaing Committee of the Association of Bay Area Governments. Authorized Chairman "Co execute : Satisfaction of Lien to guarantee repayment of cost of services rendered by the County to L. Maul and T. and L. Anderson; Agreement for use of community room of Coast Federal Savings and Loan Association by the Health Department; Contract extension with Tri-Cities Ambulance (aka Fremont Ambulance) for ambulance service; Agreement with State Department of Education to provide funding for the County' s FY 1977-78 Child Day Care Programs; Contract with Judith David, Ph.D. for Crisis Intervention Training for clerical staff; Receipt and release in connection with County' s share of partial dis- tribution of Bay Area Sewage Services Agency; Agreement with Yellow Freight Svstem, Inc. for deferral of landscape and irrigation improvements (LUP 12121-76, Martinez area) . Lease amendment with Orir_da Union. School District for premises designated as the Ori.nda Community Center Agreement with G. Case for installation and completion_ of private road improvement in M'S 277-76, Danville area. Ordered that a letter be sent to Executive Editor of the OAKLAND TRIBLPNE e:coressing appreciation for the newspaper' s excellent coverage of the controversial Peripheral Canal project. Referred to County Administrator request from Past-Central Advisory Council, Retired Senior Volunteer Program, re mileage allowance paid to volunteers and resolution adopted by the Concord City Council giving notice of the proposed annexation (Lombardi Annexation) of uninhabited territory. Referred to internal Operations Committee applications for vacant positions as housing finance representatives on Loan and Grant Review Panel for Second Year Community Development rousing Rehabilitation Program. Appointed E. radowy to County Community Development Advisory Council. Referred to County Administrator letter from Assistant to the Secretary of State, Elections Division, re ballot pamphlet requirements for Jun-e 1975 Primary per SB 65. Declared as surplus certain ecuipment of Riverview Fire protection: District and authorized dispositic__ by District. Acknowledged receipt of re�irt �ro.m �-- LV �ounsel kith reS�ec- t Change in speed limits a-id s top s�g s : z:ount, ro_Qs. ;,Taived reading and fired Oct. 13 for ado-tion of proposed Ordinance Code amendment pertaining to establishment o- -ori zoni g district (Community Business District) in Orinda area. 00687 JQctober 11, 1977 Summary, continued Page 3 Me=erred to Public ;forks Director Notice of Public Hearings .to be held by the Joint Conference Committee on SB 346 (Ayala) pertaining to'the eripheral Canal and related water facilities. Waived readings and fixed Oct. 13 for adoption of proposed rezoning crdinances with respect to the following applications: F. 3ellecci (2130-R.Z) , Oakley area; Crabtree Engineering (2149-RZ) , Oakley; F. hull (2152-RZ) , Diablo ; K, Gonsalves (2150-RZ) , San Ramon; The .Desco Group, Inc. (2132-RZ) , Pleasant Hill BART Station, and in connection therewith approved application for Development Plan No. 3026-77. Vaived requirement for consent to deeding for NIS 179-76, Walnut. Creek. Authorized County Alcohol Services to participate with the State Office of Alcoholism in. a pilot County Alcoholism Program Evaluation Project. Rescinded portions of Board Orders dated June 7 and Sept. 13, 1977 rer- tn fining to MIS 82-75. Authorized attendance al, as follows: _ ',aTnaices kd ►inistrazioil, C_nfD_ rence on Parent Involzrement at Estes Park, CO, Nov. 5-n; I). Dillon, Sheriff-Coroner' s Dept. , to 5th Annual ?national Symposium on Crime Laboratory Development at Quantico. VA, Oct. 16-20; R. Kinden, Sheriff-Coroner' s Dept. , to National Institute of Corrections Seminar at Boulder, CO, Oct. 16-21; E. Chiaradia, Sheriff-Coroner' s Dept. , to American Correctional Food Services Assn. Seminar at Sparks, ;til, Oct. 18-21; D. 'Killiams, Social Service, to The Black Mhild Institute at Houston, TX Oct'.. 26-29 Authorized issuance of encroachment permit toA,koz g Yu Karate Studio to use San ;t:iguel Road for seven-male run. - AdoAted the follou-irg rau:be ed resclufi'r = _ 77/x% 9 accepting as comp?e`te con acs,�a► �tructi o::, Inc. for reconszi-sctior, of cental-4 s .^eels in :.. s; 7(/3�5, 2Ccer t3n�, a5 '"^.^I.•,i £a-e ^�, .._ ' for remodeling V ..r cT b o 'tion r 8, Contra .Ccsta Cou.•�z., Fire rg29• accepti.nS as : '.'L:ction moo, , arc• f0� ns;.- ...tsOn of wards remodeli, r. 77/3 ^.cer�in�; ss . ccr.^�?e�e c +-- action: Co. , Ir�c, for =it "etc Alteratic:: :cr ??/331, e:: "Ing the Fhvsical e Program conducted by �?3ey a:: .c� - the Committee _or its a4 -fes _n ,e,. gls h _ 0as .. t; rr -"cod a.�:c •,.a:er ;:Z r�e. Cr .""riga-, :.o l.. &:red; T _G_ .,+.G w f 7 .qi. _ � said♦ d 4..i.i t•.. r7iir • y wi . w _- C _ _ ._ . .r _y .► .►•►.�-��' f�.rw:r r.raL,ram be s..o aZ :.r v.he ...e at do"4 _C.�LSC:+�.w4 t_�Y..rYG: •� 1tY�wP" �•ML. .fir• ..�._ :���•...�.• _-....- .ice � ,,c-ober 12 es i.arww sw�.wg ra..er rr we ;aid 03 tea•e jrrsti vIrtqa..3, . :.,Ov. •3 a: 2 P.Z. as'�-. ,e ::tee race:•re 4d3 for ca:- struction a: the nes+ ::a?1 Facility ' herif'•s Rehabilitation "enter, Clayro 77/839, .a=eptir.; as cc.-ple:e i.. :~3��ae:�:s .13 4--73, Crinda area; 77/84^, as x-Ofi'= . 1 u f _ t. 4 t t '-. " _ Th1.e preceding documents -, consist of 689 pages. r, l > J r ti - u 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, OCTOBER 11, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ , CALIFORNIA. .PRESENT: Chairman W. N. Boggess , presiding; Supervisors J. P. Kenny, N. C. Fanden,; E. H. Hasseltine. ABSENT: Supervisor R. I. Schroder 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. OVO61.